SOLICITATION NOTICE
73 -- Replacement Conveyor Dishwasher VAGLA NFS
- Notice Date
- 2/18/2025 12:58:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333310
—
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0335
- Response Due
- 3/3/2025 10:00:00 AM
- Archive Date
- 05/02/2025
- Point of Contact
- Choo, Sam, Contract Specialist, Phone: sam.choo@va.gov
- E-Mail Address
-
sam.choo@va.gov
(sam.choo@va.gov)
- Awardee
- null
- Description
- *** See attached. TITLE: Replacement Conveyor Dishwasher VAGLA NFS DESCRIPTION: REPLACEMENT DISHWASHER FOR NUTRITION AND FOOD SERVICES (NFS) AT THE GREATER LOS ANGELES VAMC, LOS ANGELES, CA. BACKGROUND: PRESENT EQUIPMENT, A HOBART CL64E, HAS BEEN CLASSIFIED AS BEYOND ECONOMICAL REPAIR BY THE ENGINEERING DEPARTMENT. REPLACEMENT IS NECESSARY TO MAINTAIN A SAFE ENVIRONMENT OF CARE FOR OUR PATIENTS. THE DISH MACHINE IS VITAL TO OUR HACCP COMPLIANCE. REQUIREMENT - EQUIPMENT: Must Single Point Electrical Connection with Internal 24kW Booster with capacity to meet 208-240V/60H/3A. Must clean 342 racks per hour or higher cleaning speed. Must have 0.33 GPR (U.S. Gallons per Rack) or less water usage. Must have insulated hinged, horizontal, double door opening. Must have 19-11/16 H x 22 W or larger Chamber Opening. Must have wash arms with anti-clogging feature. Must have Stainless steel pumps with stainless steel impellers. Must have minimum 30-Inch-wide conveyor belt. Must equip steam coil tank heat and vent hood. Must include vent connection kit/connector. Must be NSF Approved & UL Listed. Must have NSF rated configurable cycles for kitchen equipments. Must have right to left orientation. Must include automatic soil removal system with external soil collector. Must have digital controller with machine diagnostics. Must have low temperature alert, open drain, and open-door indicators. Must have Start-and-stop switches at both ends. Must have maximum load section length of 30 and unload section length of 48. Must have auto cleaning and deliming function. Must have health care modified conveyor with capacity of accepting insulated lids. Dimensions must be no greater than the following to fit into existing space: Height: 68-1/2 (max) Width w/o service clearance: 83-1/2 (max) Width w service clearance (both sides): 103-1/2 (max) Depth w/ Doors closed: 33 (max) Depth w/ Doors open: 55 ½ (max) REQUIREMENT - WARRANTY: Must include 1 Year including parts, labor, and travel time during normal working hours. REQUIREMENT - SERVICE: Must provide all labor, materials, transportation, equipment, and supervision to remove the current dishwasher and install the new dishwasher. Must remove/dispose the existing dish washer. Must uncrate, assemble, and setup new dishwasher into the area of installation. Must make final connects to existing functions proper sized utilities within 5 feet of termination points on the same level. Must provide all necessary duct and plumbing work prior to the installation. Must modify vent to connect to the new dishwasher. Must complete all electrical, water, and drain connections. Must provide a start-up and test for proper operation. Must provide on-site training to end-users. Program P.O.C. Justin T. Stensland GLAVAMC justin.stensland@va.gov Deliver to: GLAVAMC Warehouse 297 Constitution Ave Los Angeles, CA 90049 Installation will be conducted at: GLAVAMC 214 Eisenhower Ave Los Angeles, CA 90049 Building 214, Room # 131 General Requirements: All work shall be completed at Bldg. 214, Room #131 Galley Contractor shall provide all Labor, Parts, Materials, Equipment, and Supervision required to perform all work. Contractor (general or sub-contractor) is required to have completed and provide current safety training certifications: Superintendent: 30-hours Construction Safety course. Tradesmen: Occupational Safety and Health Administration (OSHA) 10-hour Construction Safety training Contractor shall check-in with the Point of Contact (POC) upon arrival at the VHA Greater Los Angeles Healthcare System. Contractor shall wear all OSHA regulated and VHA Personal Protective Equipment (PPE). During services the contractor must ensure safety and exclude the possibility of injury to patient, staff and visitors. Contractor will abide by all hospital policies for Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) policies. Contractor will set up work area providing all barriers and protection needed to ensure safe removal and replacement of equipment and/or materials. Collect, contain and dispose of all debris daily and upon completion of work resulting from the overall scope of the project according to VHA Regulations. Contractor is responsible for repairing damages incurred during performance of this scope of work to include removal/installation or moving materials and tools in and out of the work area. All work will be done in accordance with manufacturer s guidelines, and all federal, state and local regulations and procedures. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the POC upon arrival at the facility. Smoking Policy. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. Parking information is available from the VA Police & Security Service Office. It is the responsibility of the Contractor to park only in appropriately designated parking areas. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. Performance Monitoring. The Point of Contact (POC) will monitor contractor performance. The POC will certify the work was done in accordance with the SOW. POC will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the POC. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. Work Hours: Working hours shall be between 7A and 4:30P Monday to Friday. The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. Safety All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. Insurance Coverage. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. E.2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 2.1 SITE VISIT: Tuesday, February 25, 2025, 10:00-10:30 a.m. Contractors who wish to inspect the installation and haul away condition in person must first meet with VHA's point of contact, Justin Stensland, inside the main entrance at 214 Eisenhower Ave, Los Angeles, CA 90049, Bldg. 214, and be directed to the installation site. There will be no other alternative schedules provided. 2.2 SUBMISSION OF OFFERS: Quotes shall be received no later than Tuesday, March 03, 2025, 10:00 a.m. PST. NO EXTRA TIME WILL BE GIVEN. All quotes must be electronically sent to Sam.choo@va.gov. Please reference RFQ 36C26225Q0335 in the subject line. Files should be sent in PDF format and no larger than 10MB or they will be automatically rejected by the server. Vendor shall expect a confirmation e-mail indicating offer was successfully received by the Government. The Government is not responsible for rejected e-mails that exceed the mail capacity. Telephone and fax responses shall NOT be accepted. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Vendor must include the SAM UEI number on their quote. Also, for SDVOSB and VOSB verification, please confirm your business is registered with the U.S Small Business Administration. 2.3 SUBMISSION OF QUESTIONS: All questions must be received by Friday, February 21, 2025, by 10:00 am PST. NO EXTRA TIME WILL BE GIVEN. All questions submitted for this solicitation must be electronically sent to Sam.choo@va.gov with RFQ 36C26225Q0335 Question in the subject line. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. 2.4 DISCUSSIONS WITH OFFERORS: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be in the best interest of the Government. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 2.5 SUBMISSION OF REQUIRED DOCUMENTS: Submission of Required Documents listed herein is a condition precedent to award of a contract. In general, LIMIT your response to no more than ten (10) type written pages with a 11pt font-size and Arial font-type, including, at a minimum, the following documentation: 1.SF30 Amendments (If Amendments are issued) a. Complete15a, b and c; Signature, Print Name & Title of Signer, Date Signed *Electronic Signatures and Dates are acceptable. (or acknowledge via email) 2.6 Quote Submission: The contractors shall email electronic portable document format(.pdf) or Microsoft Excel (.xls) format. The quote shall be valid for 60 days. The contractors bear full responsibility to ensure their submission demonstrates to the government that they can provide the fresh produce being requested or equal For Equal to equipment, please submit a capabilities statement illustrating how your organization can meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement (line by line comparison preferred). 2.7 Additional Submissions: Offeror must be an authorized dealer, authorized distributor or authorized reseller for the proposed Brand name or equal the time quotes are due. Offeror must submit, WITH ITS QUOTE, an authorization letter or other documents from the OEM demonstrating its authorized status that is dated no more than 90 days prior to the date established in this solicitation as the Submission of Offers deadline. 2.8. Submissions can be sent in multiple emails to avoid computer system email size limitation. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation unless determined to be in the best interest of the Government. The contractor is responsible for confirming the Government s receipt of the contractor s quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/787631434d0e4f8eb125dbbac2fe1220/view)
- Place of Performance
- Address: Department of Veterans Affairs GLAVAMC 214 Eisenhower Ave Building 214, Room # 131, Los Angeles 90049, USA
- Zip Code: 90049
- Country: USA
- Zip Code: 90049
- Record
- SN07345674-F 20250220/250218230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |