Federal Bid

Last Updated on 04 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Lewis New york

WADS Appliances

Solicitation ID F6THCC6175AW01
Posted Date 30 Jun 2016 at 10 PM
Archive Date 04 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n6 Uspfo Activity Waang 141
Agency Department Of Defense
Location Lewis New york United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Solicitation number/GFEBS F6THCC6175AW01 is hereby issued as a Request for Quote (RFQ). The

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, 15 June 2016 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160607.  It is the contractor's responsibility to become familiar with applicable clauses and provisions.  This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 423620 with number of employees not to exceed 200

Description of Requirement:

 

CLIN 0001- (QTY 1 ea) FREEZER. Unit to be commercial grade upright, single door, no ice maker. Finish: Stainless Steel. Dimensions not to exceed 38" wide. Electrical: 120 volt. Recommended model

Frigidaire 17.9 cu ft, model FCFS181LQB, or equal.

 

CLIN 0002- (QTY 1 ea) WALL OVEN/MICROWAVE COMBO. Unit to be convection oven below with

microwave above. Finish: Stainless Steel. Dimension not to exceed 30" wide. Electrical: 240/208 V, 60

Hz. Recommended model Bosch HBL8751UC, or equal.

 

CLIN 0003- (QTY 1 ea) K-CUP COFFEE MAKER. Unit to be office grade coffee maker supporting K-Cup style individual coffee containers, with large reservoir (approximately 90 oz) and have the ability to be plumbed directly to a water line. Electrical: 120 V. Recommended model Keurig K155 Office Pro, or equal.

 

CLIN 0004- (QTY 2 ea) ELECTRIC RANGE. Unit to be a slide in style induction range with 5 heating elements, self-cleaning mode, and warming drawer. Finish: Stainless Steel. Dimensions not to exceed 30" wide. Electrical: 240/208 V, 60 Hz. Recommended model General Electric PHS920SFSS, or equal. (Note: One will be installed in Bldg 852, Rm 329 (Crew Lounge), the other will be installed in Bldg 853 (Power Plant).

 

CLIN 0005- (QTY 2 ea) MICROWAVE. Unit to be a countertop stand-alone model, 1.2 cu ft capacity. Finish: Stainless Steel. Electrical: 120 V, 1200 W. Recommended model Amana RFS12TS, or equal.

 

CLIN 0006- (QTY 1 ea) REFRIGERATOR. Unit to be large capacity (49 cu ft) with solid (no window) double doors, interior light, and have a self-defrost feature. Finish: Stainless Steel. Electrical: 208-230V/60 Hz. Recommended model Maxx Cold MCR-49FD, or equal.

 

CLIN 0007- (QTY 1 ea) TOASTER OVEN. Unit to be countertop style infrared convection toaster oven.

Finish: Stainless Steel. Electrical: 120 V. Recommended model Frigidaire FPCO06D7MS, or equal.

 

CLIN 0008- (QTY 1 ea) TOASTER. Unit to be a 4 slice, wide slot toaster. Finish: Stainless Steel. Electrical: 120V. Recommended model Breville BTA840XL, or equal.

 

CLIN 0009- Include pricing for destination delivery, installation, removal of debris of provided appliances, and will move old appliances from the breakroom to the loading dock for disposal by government personnel.

 

QTY 1 JOB                                                                             Total    $__________________  

 

**ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY.  EQUAL PRODUCTS WILL BE ACCEPTED. **Products will be evaluated based on material quality, color options and warranty.  A firm fixed price contract will be awarded on a Best Value basis. 

Delivery requirement: 30 days ARO, FOB Destination to Joint Base Lewis-McChord, WA.   Exact address will be provided upon award.

Delivery will be to:

 

 

Site Visit:

 

A site visit will be held on Wednesday 13 July 2016 at 10:00 AM.  Please email company, full names, by 4:00 PM Pacific 11 July 16.   Attendance of the site visit is highly encouraged in order for the contractor to have a full understanding of the requirement and submit a responsible quote.

 

 

 

Quote Information:

 

Quotes must be submitted and received no later than 2:00 PM Pacific Time 20 July 2016.  Quotes may be e-mailed to the attention of P.O.C.s listed below.

 

Contact Information:

 

BUYER: TSgt Robert Jones

Alternate Buyer: MSgt Matthew Richard

Emails: [email protected]; [email protected]    

 

Financing Information:


Telephone quotes will not be accepted.  Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 228330.  Vendors may register at:
http://www.sam.gov.

 

PROVISIONS AND CLAUSES

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil... Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.

FAR 52.204-7, System for Award Management Registration

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-16, Commercial and Government Entity Code Maintenance

FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-2, Evaluation-Commercial Items Evaluation.  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, technically acceptability and delivery time of all items "all or none" is the evaluation criteria.  This is a best value decision. 

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply 

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-28, Post Award Small Business Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers with Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right to Know Information

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.237-1, Site Visit

FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil

DFARS 252.201-7000, Contracting Officer's Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law

DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items  

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payments Program

DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III


 Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).  Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

Bid Protests Not Available

Similar Past Bids

Mcalester Oklahoma 19 Nov 2019 at 7 PM
Location Unknown 14 Jul 2016 at 1 PM
Mcalester Oklahoma 23 Aug 2016 at 2 PM
Location Unknown 01 Jun 2016 at 5 PM
Western Nebraska 08 Mar 2018 at 11 PM

Similar Opportunities

Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Los angeles California 13 Jul 2025 at 4 AM (estimated)