Federal Bid

Last Updated on 01 Sep 2012 at 1 PM
Combined Synopsis/Solicitation
Location Unknown

Dishwasher Flight Type

Solicitation ID FA5706-12-Q-0068
Posted Date 15 Aug 2012 at 2 PM
Archive Date 01 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4819 325th Contracing Sq Pkp
Agency Department Of Defense
Location United states

*PLEASE NOTE RESPONSE TIME IS 4:00PM GULF STANDARD TIME 17 AUGUST 2012*

1. This is a request for quote for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued.

2. Solicitation FA5706-12-Q-0068 is issued as a Request for Quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Defense Circular Number 20120724 and Air Force Acquisition Circular 2012-0330. For informational purposes the North American Industry Classification Systems Code (NAICS) is 335228 - Other Major Household Appliance Manufacturing.

3. This acquisition is full and open competition, awarded as a firm-fixed price procurement, and will be procured using the Simplified Acquisition Procedures according to FAR Part 13 guidelines. Award selection will be based on Lowest Price Technically Acceptable (LPTA). All responsible sources may submit an offer to be considered by the agency.

4. The contractor shall provide all labor, equipment, materials, and perform all work required by the contract for the following on Al-Dhafra Air Base.  Al-Dhafra Air Base is seeking to purchase the following:

CLIN 0001 Qty 1 Ea
Hobart Dishwasher - Flight Type - FT900S
Power Requirements: 380V / 50Hz / 3 Phase

Hobart dishwasher Model No. FT900S+BUILDUP. Space Saver Flight Type Continuous Racking AUtomatic Conveyor Dishwasher, Up to 10,025 Dishes/Hour, 114 Gallons/ Hour, S/S Pumps and Impellers, Variable Speed Conveyor, Insulated Doors, No Interior Piping, Controls at Both Ends.

FT900S-LDS005 5 ft load section
FT900S-CTRSTD 4' center section standard
FT900S-UNL009 9ft unload section
FT900S-DRY0NO W/o blower/dryer
FT900S-HGTSTD *std height
FT900S-EGRONO W/o energy recovery
FT900S-ELEOOP 380/50/3 electric heat
FT900S-HTEELE Electric heat 40 kw
FT900S-VLVONO W/o electrically oper valve
FT900S-BST030 30kw electric booster
FT900S-PRS0n0 W/o stm pressure
FT900S-DIR0RL Right to left operation
FT900S-PTCYES With prewash temp control
FT900S-DORHNG * Hinged doors
FT900S-CBRYES With circuit breakers
FT900S-CBREHN Ckt bkr, spec, elec, hi v, w/o bd
FT900S-CNVTBB Type BB Conveyor
FT900S-RODONO No Cross Rods 1

or equal

5. Interested parties who believe they can meet all the requirements for the items described in this solicitation are invited to submit, in writing, a complete quote including delivery FOB destination (Al-Dhafra Air Base). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed above. Items must also be new production and not refurbished or altered unless specifically requested in writing. Please provide the lead time and length of the validity of quote.

6. Delivery: Shipping will be FOB Destination to Al Dhafra Air Base:

Al Dhafra AB
380 EMSG/ECONS
Abu Dhabi, UAE

It is the vendor's responsibly to understand and commit to the delivery schedule. Delivery to be made directly after receipt of order (ARO) or the quoted lead times as agreed upon.

7. Procedures: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Technical Capability, Delivery Schedule and Price. Partial quotes will not be received. Only one (1) award will be made as a result of this request for quote. All offerors should timely notify the Government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and any other terms and conditions stated herein. In addition, the Government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the quote closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest.

8. It is the vendor's responsibility to be familiar with all applicable provisions and clauses. All FAR/DFARS/AFFARS provisions and clauses may be viewed in full text at http://farsite.hill.af.mil. The following provisions and clauses are applicable to this solicitation:

FAR 52.202-1: Definitions
FAR 52.203-5: Covenant against Contingent Fees
FAR 52.203-6: Restrictions on Subcontractor Sales to the Government with Alternate I
FAR 52.203-7: Anti-Kickback
FAR 52.209-5: Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters
FAR 52.211-6: Brand Name or Equal
FAR 52.212-1: Instructions to Offerors-Commercial Items
FAR 52.212-2: Evaluation of Commercial Items
FAR 52.212-3: Offeror representations and Certifications-Commercial Items
FAR 52.212-4: Contract Terms and Conditions-Commercial Items
FAR 52.212-5: Deviation-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial
Items
FAR 52.216-24: Limitation of Government Liability
FAR 52.225-13: Restrictions on Certain Foreign Purchases
FAR 52.225-14: Inconsistency Between English Version and Translation of Contract
FAR 52.225-17: Evaluation of Foreign Currency Offers
FAR 52.232-33: Payment by Electronic Funds-Central Contractor Registration
FAR 52.232-34: Payment by Electronic Funds Transfer - Other than Central Contractor Registration
FAR 52.232-38: Submission of Electronic Funds Transfer Information with Offer
FAR 52.233-4: Applicable Law for Breach of Contract Claim
FAR 52.247-34: FOB Destination
FAR 52.252-1: Solicitation Provisions by Reference
FAR 52.252-2: Clauses Incorporated by Reference
FAR 52.252-5: Authorized Deviations in Provisions
FAR 52.252-6: Authorized Deviations in Clauses
DFARS 252.204-7004: Alternate A, Central Contractor Registration
DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statues or Executive
DFARS 252.225-7993: Deviation-Prohibition on Contracting with the Enemy in the United States Central Command Theater of Operations
DFARS 252.225-7994: Deviation-Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations
DFARS 252.225-7995: Contractor Personnel Performing in the United States Central Command Area of Responsibility (Apr 2011) (DEVIATION 2011-O0004) DFARS 252.232-7003: Electronic Submission of Payment Requests
DFARS 252.232-7008: Assignment of Claims
DFARS 252.232-7010: Levies on Contract Payments
DFARS 252.233-7001: Choice of Law (Overseas)
AFFARS 5352.201-9101: Air Force OMBUDSMAN: Director of Contracting, AFFOR/A7K, Commercial: 011-965-757-5371, Email: [email protected]
AFFARS 5352.223-9000: Elimination of Use of Class I Ozone Depleting Substances (ODS)

9. Point of Contact: Benjamin Nieto, Contracting Officer, Commercial: 02-504-3362, Mobile: 050- 813-7747, Email: [email protected], 380 ECONS, APO AE 09853

10. All quotes must be sent via email to Benjamin Nieto at [email protected]. Quotes shall be submitted no later than

*PLEASE NOTE RESPONSE TIME IS GULF STANDARD TIME*

4:00PM GST, 17 August 2012

 

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 17 Jul 2012 at 4 PM
Eglin air force base Florida 20 Aug 2010 at 3 PM
Arab Alabama 20 Jun 2013 at 2 PM
Dublin Georgia 08 Sep 2013 at 12 PM

Similar Opportunities

Location Unknown 08 Jul 2025 at 4 PM