Contract Opportunity
Sources Sought Notice
*
*
*
*
*
*
*
PRODUCT SERVICE CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE/TIME/ZONE
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF CONTACT
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY CONTACT'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
Contract Opportunity Sources Sought Notice
7320
Dishwasher, Conveyor type
77030 4298
36C25621Q0417
02-08-2021
12:00 PM
CENTRAL TIME, CHICAGO, USA
10
N
333922
Department of Veterans Affairs
Network Contracting Office 16
Michael E. DeBakey VA Medical Center
2002 Holcombe BLVD
Houston TX 77030 4298
Kristi Riley
713-791-1414 x20740
Alexandria VA Medical Center
2495 Highway 71, Warehouse BLDG 136
Pineville, LA 71360
Department of Veterans Affairs
Network Contracting Office 16 - HOUSTON
In Support of the Alexandria VA Medical Center
Pineville, LA
REQUEST FOR INFORMATION
36C25621Q0417
STATEMENT OF WORK / SALIENT CHARACTERISTICS:
1. Background:
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 is all Stainless steel which contributes to it being sturdy and for easy clean-up. The machine conforms with the Stringent Safety Requirements in Food Services facilities.
2. Project Scope:
Automatic Dishwashing Machine to replace current machine that has long past it's replacement date that is used to wash all dishes commonly used in cooking and food service operations in the Food Service Kitchen area.
3. Supply Specifications — Requirements: Salient Characteristics
Physical Characteristics:
1 ea. DISHWASHER, CONVEYOR TYPE
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 STAR®
1 ea. 208v/60/3-ph, electric heat only
1 ea. Electric tank heat 15kW wash/10kW 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
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
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, 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 is 68.50 inches tall, 86.25 inches wide, and 31.25 inches deep. Fabrication & Material All Stainless-steel construction
Installation and Performance Test Standards
4. 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) FACILITIhS. WARRANTY SUPPORT FOR ALL EQUIPMENT SHIPPED OUTSIDE CONTINENTAL US (OCONUS) IS OPTIONAL AND IS AN ADDITIONAL COST TO THE EQUIPMENT.
5. Inservice Information:
In service staff on proper use of equipment after installation must be included.
Delivery Location:
Alexandria VA Medical Center
2495 Highway 71, Warehouse BLDG 136
Pineville LA 71360
REQUESTED RESPONSES:
The intent of this Request for Information is to establish sources to define the
procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA
intends to post soon. Interested contractors are requested to respond in accordance
with the following:
1. Please respond to this RFI if you can provide the exact brand name products
listed above. In the response please cite your business size status.
a. If you have an existing GSA or VA, Federal Supply Schedule contract,
please include the contract details in your response.
b. DISTRIBUTORS: You must provide proof that you are an authorized
distributor. VA does not accept grey market items.
2. Please respond to this RFI if you can provide supplies that may be determined
EQUIVALENT to the products listed in the table in the background section above.
Please provide details on the proposed EQUIVALENT products such as
Manufacturer Name, Part Number, and Description.
a. If you have an existing GSA or VA, Federal Supply Schedule contract,
please include the contract details in your response.
b. DISTRIBUTORS: You must provide proof that you are an authorized
distributor. VA does not accept grey market items.
3. Please note that VA is particularly interested in determining the availability of
Small Business Manufacturers. If your company is a small business
manufacturer of potentially equivalent items, please respond to this RFI.
4. Vendors are requested to submit estimated market research pricing with their
responses. The estimated pricing will be considered when determining the
procurement strategy for the future solicitation. (e.g. if CO determines that
capable small businesses cannot provide fair and reasonable pricing, then the
solicitation will not be set-aside).
5. Please note that if no responses to this notice are received, from either
authorized distributors of the cited brand name nor from manufacturers marketing
a potentially equivalent brand, then this action will be sole sourced to the
manufacturer cited in the Background section above.
CONTACT INFORMATION AND RESPONSE DUE DATE:
Please email all responses to [email protected]. Please respond to this RFI no later than February 8, 2021 by 12:00PM CST.
DISCLAIMER: This RFI is issued solely for informational and planning purposes and
does not constitute a solicitation. Responses to this notice are not offers and cannot be
accepted by the Department of Veterans Affairs to form a binding contract.
Respondents are solely responsible for all expenses associated with responding to this
RFI.