The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for the Oklahoma City VA Health Care System (VISN 19), which requires a new pots and pans area to include pot scrubber, sprayer, disposal, 3 compartment sink, faucets, and tables for air drying with installation. The requirement may include all necessary labor, materials, equipment and supervision necessary to deliver, remove old equipment from VA property, installation of new equipment and the verification of proper operation before completion of the project. The VA is seeking sources for a pot scrubber including the following specifications:
POT SCRUBBER - Hobart Model No. TWII+BUILDUP or equal:
TurboWash, (8) 1 1/2" angled stainless steel wash nozzles, heavy duty
2 HP pump motor, on/off pump switch, thermal overload & low water
cut off, 14 gauge 304 stainless steel construction
1 ea Standard warranty 1 Year parts, labor & travel time during normal
working hours within the USA
1 ea TWII ELE0EU 208 240v/60/3
1 ea TWII DIR0RL Right to left
1 ea TWII LBL
1 ea TWII AUFYES Automatic fill
1 ea TWII FAUSEF 3 mixing faucet 3/4" heavy duty
TWII FAUSEF is an Open Market Accessory
1 ea TWII SPRYES Pre rinse spray 1/2" high quality swivel style
1 ea TWII HTEYES 2.5 kw electric heater with two heat settings
1 ea TWII SPL0NO *welded at factory
1 ea TWII SCRD36 36" scrapper table for disposer
1 ea TWII SDBSEF 6 1/2" soiled end drainboard
TWII SDBSEF is an Open Market Accessory
1 ea TWII DPGSCR Disposer scrapper swirl piping
1 ea TWII DSPYES Used with disposer
1 ea TWII CNTHDS controls integrated with disposer controls (single point electrical connection)
1 ea TWII OVF005 One drain without overflow (for wash sink); two drains
with overflow (for rinse & sanitizer sinks)
1 ea TWII SEEESP End splash
1 ea TWII TBLYES with table
1 ea TWII WSS048 48" wash sink
1 ea TWII SEP0NO Without separator
1 ea TWII DRN0NO Without drain
1 ea TWII SMPYES Wash sink strainer sump
1 ea TWII RNS036 36" rinse sink
1 ea TWII SAN036 36" sanitizer sink
1 ea TWII CDBSEF 77" clean end drainboard
TWII CDBSEF is an Open Market Accessory
1 ea TWII USHSEF 77" undershelf
TWII USHSEF is an Open Market Accessory
1 ea TWII CEERRC Rolled rim
1 ea TWII TMRYES Automatic shutdown timer, 1 8 hours (preset at 4 hours)
1 ea TWII RCKYES With sheet rack
1 ea TWII OVS0NO Without overshelf
TWII OVS0NO is an Open Market Accessory
1 ea UTENSIL BASKET Utensil basket
1 ea SEF 1 SPECIAL FIELD WELD AT CORNER DRAINBOARD (By Others
Open Market Accessory)
1 ea SEF 2 CORNER DRAINBOARD (INCLUDES 1 LEG SET & CROSSMEMBER
Open Market Accessory
1 ea DISPOSER
Disposer, basic unit only, 5 HP motor, steel housings, adjustable
flange feet
1 ea Standard warranty 1 Year parts, labor & travel time during normal
working hours
1 ea FD4/500 ELE0KT 208 230/460v/60/3 ph & 208/415v/50/3 ph
1 ea SPLASH GUARD Vinyl splash guard
INSTALLATION:
Labor and materials required to install a pot and pan sink including: Disconnect, cut up and remove the existing pot sink to the loading dock for removal by others, receive, uncrate and move the new sink into the pot and pan room, assemble, level, and make ready for field welds, provide field welds, mount the disposer, make final connections to electric water and drains, seal to the walls, start up the pot and pan system, confirm operation and make ready for final use.
This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.
Responses shall be submitted to
[email protected] by 5:00pm (Mountain Time) on Thursday, June 25.
This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item.
Interested companies shall provide, at a minimum, the following information with their response;
Company Name and Address:
Point of Contact (POC)
Name:
Email Address:
Phone Number:
DUNS Number:
The anticipated North American Industry Classification System (NAICS) code is 339999 Miscellaneous Manufacturing. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:
[ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB)
[ ] yes [ ] no - Large Business
[ ] yes [ ] no - Other (please specify) Please answer the following questions:
[ ] yes [ ] no If a small business manufacturer (for the NAICS code and size standard), agrees that in the performance of any resulting contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR รÂยà¸125.6.
[ ] yes [ ] no If a small business nonmanufacturer (500 employees as stated in FAR 52.212-1(a)), agrees to furnish in the performance of any resulting contract, the product(s) of a small business manufacturer (for the NAICS code and size standard) or producer. For size determination purposes, there can be only one manufacturer of the end product(s) being acquired.
[ ] yes [ ] no - Will furnish the end product(s) manufactured or produced in the United States or its outlying areas. [ ] yes [ ] no - Available through GSA/FSS or other GWAC (please specify).
Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request.
Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Bid Protests Not Available