This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number is: VA259-17-Q-0624, and it is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 & 2005-95.
This solicitation is issued for SDVOSBs.Vendors shall be verified and visible on www.vip.vetbiz.gov at time of quote submission AND award. NAICS: 333318.
This is being issued as a name brand or equal solicitation. The name brand manufacturer is Hobart dishwasher, Salvajor waste collector, and Aerowerks soiled dish table. Vendor must be able to provide all of the listed or equal items. The quoted items shall meet or exceed the items listed on the schedule. If an equal product is quoted, the vendor shall submit documentation stating why/how their product meets or exceeds each brand name item.
This is a direct replacement
The vendor shall be an authorized distributor, verified by an authorization letter from the original equipment manufacturer (submit authorization letter with quote);
The installer shall be an authorized technician, verified by an authorization letter from the original equipment manufacturer (submit authorization letter with quote);
All items must be new.
Contract Line Items and specifications:
(1 ea.) Dishwasher, Flight-Type, Hobart FT1000+ENERGY (or equal)
(1 ea.) Flight type dish machine, 58 gallons of final rinse consumption per hour, hinged and insulated doors, sliding wash arms without caps, and microprocessor controls, 16 round flange and Automatic Soil Removal system (ASR); FT1000-ASRYES
(1 ea.) 1-year parts and labor warranty
(1 ea.) AutoClean; FT1000-ACLYES
(1 ea.) AutoDelime; FT1000-ADLYES
(1 ea.) Drain in unload; FT1000-DRN-UNL
(1 ea.) Dual rinse; FT1000-DRSYES
(1 ea.) Non-split 8 center joined (wash/power rinse/dual rinse); FT1000-CTRSTD
(1 ea.) Total length of load, center and unload section is approximately 24.25
(1 ea.) Energy recovery system; FT1000-EGRYES
(1 ea.) One service connection; FT1000-CON001
(1 ea.) 208-240v/60/3-ph (LV), for steam heat, FT1000-ELE0EU
(1 ea.) Standard piping; FT1000-PIPSTD
(1 ea.) Left to right operation; FT1000-DIR0LR
(1 ea.) Hinge doors, all sections; FT1000-DORHNG
(1 ea.) Standard conveyor; FT1000-CNVSTD
(1 ea.) Load platform 2.5 (total LOAD length is 2.5 load platform + 2 ASR + 3 prewash = approximately 7 7 ); FT1000-LPF025
(1 ea.) 7 5 unload section non-split; FT1000-UNL075
(1 ea.) Blow dryer; FT1000-DRYYES
(1 ea.) Steam coil; FT1000-HTESCL
(1 ea.) 120 steam booster; FT1000-BST120
(26 ea.) Service labor hours for energy recovery
(4 ea.) Service labor hours for blow dryer
(2 ea.) Service labor hours for removal and reinstall for energy recovery
(1 ea.) Waste collector; Salvajor Model #S419 (or equal)
(1 ea.) Tough Collector , trough conveyor and collecting system (widely accepted in areas where disposers are restricted), HYDROLOGICî with LCD readout, trough diffuser, salvage basin and silverware trap, scrap basket, þ HP corrosion-resistant pump, pump intake screen, stainless steel construction, start/stop push-button control panel, with safety line disconnect and automatic shut-off timer, UL, CSA, CE, NSF
(1 ea.) Factory authorized start up, within 75 miles of an authorized service agency
(1 ea.) Factory authorized demo
(1 ea.) 988001 gusher head assembly for TVL, TVR and S419
(1 ea.) Soiled dish table; Aerowerks model #SBC/FABRICATED (or equal)
Soiled breakdown system to include:
(1 ea.) Double slat belt accumulation conveyor, c/w electrical control panel, remote start/stop station and anti-jam/accumulation switch
(1 ea.) Soiled dish table, c/w waste trough, magnetic silver saver, (03) perforated s/s ledges, (03) sliding/removable landing stations, (03) hip switches, (03) auto plate rinse stations and overhead rack and storage shelf
(1 ea.) Hose clean-up station
(2 ea.) Mobile soak sink
(1 ea.) Aerowerks assembly
Aerowerks technician or authorized service agent per warranty terms
Aerowerks factory technician at jobsite to field weld, polish, and interconnect Aerowerks equipment. This covers all inter electrical and plumbing connections of Aerowerks components only.
Assembly to be performed during regular working hours (0800-1600), overtime/weekend/standby time is not included, non-union labor rates
(1 ea.) Installation of dishwashing system
Labor and material to install the dish washing system at the Muskogee Oklahoma VA Medical Center
Disconnect the utilities from the existing system
Remove the current system to the loading dock for removal by others
Uncrate and move the new dishwasher and soiled table into place, assemble
Final connections to ventilation, steam, electric, water and drains
Start-up system and make ready for final use
Demonstrate system to staff
No modifications to the building s existing mechanical connections
FOB Destination
State timeframe
Department of Veterans Affairs
Muskogee VA Medical Center
Attn.: warehouse
1011 Honor Heights Drive
Muskogee, OK 74401
The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition.
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers.ÃÂ ÃÂ No remanufactures or gray market items will be acceptable.
(b)ÃÂ Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.ÃÂ ÃÂ All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions
The provision at 52.212-2, Evaluation Commercial Items, does not apply to this acquisition. Evaluation will be made by LPTA.
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.
Any additional contract requirements or terms and conditions: FAR 52.203-99, FAR 52.232-40, FAR 52.247-34, VAAR 852.203-70, VAAR 852.211-73, VAAR 852.232-72, VAAR 852.246-70, VAAR 852.246-71. All Contractors must be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/ .
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due: June 21, 2017 by 1700 Mountain Time to
[email protected].
Name and email of the individual to contact for information regarding the solicitation:
Brooke Barker
Contract Specialist
[email protected]
Bid Protests Not Available