COMBINED SYNOPSIS/SOLICITATION:
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented by FAR 13 with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as a Brand Name or Equal RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04 / 01-19-2021.
This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333922, with a small business size standard of 500 employees.
The FSC/PSC is 7320.
The Alexandria VA Medical Center, 2495 Highway 71, Warehouse BLDG 136, Pineville, LA 71360 is seeking to purchase a Dishwasher, Conveyor Type.
All interested companies shall provide quotations for the following:
Supplies/Services
Automatic washing machine designed to wash all dishes commonly used in cooking and food service operations.
Automatic Dish Washing Machines are uniquely suited for Food Service Facilities applications.
The machine must be Stainless steel which contributes to it being sturdy and for easy clean-up.
The machine must conform with the Stringent Safety Requirements in Food Services facilities.
Physical Characteristics:
1 ea. DISHWASHER, CONVEYOR TYPE OR EQUAL
Conveyor Dishwasher, (2) tank with a Power Scrapper, (342)
racks/hour insulated hinged doors, .39 gallon/rack, stainless steel
enclosure panels, microprocessor controls with low temperature &
dirty water indicators, ENERGY STARî
1 ea. 208v/60/3-ph, electric heat only
1 ea. Electric tank heat 15kW wash/lOkW rinse
1 ea. 30kW electric booster
1 ea. Left to right operation
1 ea. 208/60/3 L-R, domestic, Blower Dryer Electric
1 ea. NOTE: When blower dryer is selected, there can only be (1) E-Series
vent hood selected below
1 ea. Standard height
1 ea. Standard feet
1 ea. E-series vent hood domestic (adjustable)
1 ea. E-series extended hood (adjustable)
1 ea. WATER CONDITIONER FRE-FLOW WATER CONDITIONER OR EQUAL
Water Flow Range GPM 0.4 to 2.3 water flow range LPM 1.5 to 8.7; stainless steel housing
1 ea. SOILED DISHTABLE SYSTEM OR EQUAL
With Soiled breakdown system to include:
A. Soiled dish table, waste trough, magnetic silver saver, (02) perforated ledges, (02) pre-rinse
stations, backsplash, overhead tubular rack and storage shelf- Qty 1
B. Knuckle belt rack transfer conveyor, scrap sump with perforated scrap basket and electrical
control panel - Qty 1
C. Clean dish roller table, 1.9" PVC rollers, photo-electric
diffuser sensor and pre-wired limit switch - Qty 1
D. Hose clean up station - Qty 1
E. Mobile soak sink - Qty 1
1 ea. ASSEMBLY:
A. Factory Technician will arrive at jobsite to field weld, polish and interconnect equipment. This covers all inter electrical and plumbing connections of components only.
B. Assembly to be performed during regular working hours. Overtime, weekend, evening or standby labor time is not included.
C. Equipment MUST be assembled by Technician(s) or an authorized service agent.
D. Please note this Assembly DOES NOT include: Receive, uncrate, unload and delivery of equipment to dish room Electrical and plumbing connection from and to building. Utility
service connections of accessory equipment to equipment such as waste equipment or dish
machine. Unless specified in quotation, removal and/or disposal of existing equipment are
not included.
1 ea. WASTE COLLECTOR OR EQUAL, with LCD readout, trough diffuser, salvage basin & silverware trap, scrap basket, 3/4 HP corrosion-resistant pump, pump intake screen, stainless steel
construction, start/stop pushbutton control panel, with safety line disconnect & automatic shut
off timer
1 ea Collector top (to ship to the fabricator in advance of unit)
1 ea. Domestic factory authorized demo, standard
1 ea. 208v/60/1-ph, 5.5 amps
1 ea. 988001 Gusher head assembly
1 ea. INSTALLATION: INSTALL, Labor and materials as needed to install a dishwashing
system at the VAMC Alexandria including: Disconnect utilities and move the existing
dishwashing system to the rear of the building or to a location on campus. Receive new
equipment, uncrate, move into place, make conveyor ready for basic assembly. Make final
connections to conveyor and all other equipment including Collector. Modify the existing
exhaust ductwork and connect to the dishwasher. Modify electric in the dish room to
accommodate the location of the new equipment, cap and seal all un-used utilities, start up and
test the dish washing system, make ready for final use. Note: There are no provisions for any
modifications to the building or the buildings mechanical systems unless noted above. There
are no provisions for any modifications to the exhaust ductwork and fan above the ceiling level.
All water and steam valves must be operational.
Dimensions:
Conveyor Dishwasher must be 68.50 inches tall, 86.25 inches wide, and 31.25 inches deep.
Fabrication & Material
All Stainless-steel construction
Installation and Performance Test Standards
Warranty and Support:
1 year parts & labor warranty,
Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA
Manufacturer's Warranty
MANUFACTURERS STANDARD WARRANTY APPLIES ONLY TO EQUIPMENT
DESTINED FOR CONTINENTAL US (CONUS) FACILITIES.WARRANTY SUPPORT
FOR ALL EQUIPMENT SHIPPED OUTSIDE CONTINENT AL US (OCONUS) IS
OPTIONAL AND IS AN ADDITIONAL COST TO THE EQUIPMENT.
Inservice Information:
In service staff on proper use of equipment after installation must be included.
The suggested manufacturer is Hobart, Model No. CLPS86EN-ADV+BUILDUP. All items can be provided an OR EQUAL product provided specifications are provided with the quote.
Must provide authorized distribution letter with bid.
All bids must address and meet all salient characteristics defined in this section. Substitution requests OR EQUAL must meet salient characteristics as listed in salient characteristics section below (OR EQUAL). Substitution requests shall be similar to the function and quality. OR EQUAL products submission must include manufacturer s product brochure including specification information, and warranty data. FAILURE TO CLEARLY NOTE THAT THE PRODUCTS BEING QUOTED ARE THE REQUESTED BRAND NAME, OR FAILURE TO SUPPLY OR EQUAL PRODUCTS SPECIFICATIONS AND INFORMATIONAL LITERATURE SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL NOT BE FURTHER EVALUATED FOR AWARD.
Delivery shall be provided no later than 30 days after receipt of order (ARO). Should delivery beyond 30 days be necessary, notice shall be given. FOB Destination
Place of Performance/Place of Delivery
Address:
Alexandria VA Medical Center
2495 Highway 71, Warehouse BLDG 136
Pineville, LA 71360
USA
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors:
The award will be made to the response provides the Lowest Priced Technically Acceptable offer to the Government.
Responses should contain your best terms and conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 3:00pm CST on February 19, 2021 at
[email protected].
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Submission of questions shall be received not later than 12:00pm CST on February 17, 2021.
Point of Contact
Kristi Riley
[email protected]
713-791-1414 x20740
Bid Protests Not Available