MODIFICATION
73 -- Combi Ovens
- Notice Date
- 1/12/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442793010086
- Archive Date
- 2/6/2010
- Point of Contact
- Misty Wilcox, Phone: 7074247766, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil
(Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Travis AFB intends to award a brand name or equal purchase order for food service ovens for Travis AFB. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-38, Effective 10 Dec 09 and Defense DCN 20091229 Last Update:4 Jan 2010, and the Air Force Acquisition Circular 2009-1030 Effective 30 Oct 2009. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 333319. The business size standard is 500. The Federal Supply Class (FSC) is 7310. The Standard Industrial Classification (SIC) is 3599. Award must be in the aggregate (all or none) 0001-FOOD SERVICE, FOOD PREPARATION EQUIPMENT Rational Model SCC62 OR EQUAL QTY: 2 EA - These ovens will be used for cooking food to inpatients, staff in a 24-hour operation in Nutritional Medicine Flight (NMF) Kitchen. Qty: 2 EA - Electric Units - Two copies of the Operator's and Service Manuals - 7 Automatic "Self Cooking Control" Modes (Roasts, Pan-fries, Poultry, Fish, Baked dishes, Side dishes, Finishing) - 3 Combi-steamer Modes - Have heat, reheat, and hold capabilities - Automatic cleaning system - CalcDiagnose System with automatic Self Clean - Core temperature probe with 6-point measurement - Hand shower with automatic retracting system - USB interface Specifications: - Dimensions: 33-1/4" x 30-3/8" x 29-3/4" (W x D x H) - 21.5/23 (Natural/LPG)kW total loading - 60-160 meals per day - Capacity: 6 x 2/1 Gastronorms - 12 x 1/1 - Weight: 142,5kg - 2 year warranty - 2 Insallation kit - 2 Mobile oven stands - 4 Cleaner Tablets - 4 Care Tablets - 12 Fry baskets 1/2 GN 12x10 - 12 Fry baskets 1/1 GN 12x20 - Connection/Installation The following provisions/clauses apply to this solicitation FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) 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 shall be used to evaluate offers: 1. All factors Listed above in CLIN 0001 Item Description FAR 52.211-6 Brand Name or Equal FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation); FAR 52.219-28 Post Award Small Business Program; 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 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 Contract Terms and Conditions DEVIATION; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ]; DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.201-9101 OMBUDSMAN; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contrac tor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to Misty.Wilcox@travis.af.mil or fax to 707 424 5189. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 14 Jan 2010. Quotes are to be provided by fax or email NO LATER THAN 22 Jan 2010, 09:00 AM, PST. Point of contact is SSgt Misty Wilcox, Contract Specialist, telephone (707) 424 7744, Misty.Wilcox@travis.af.mil. Alternate POC is Josephine Cobb, telephone (707) 424 7720, Josephine.Cobb@travis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442793010086/listing.html)
- Place of Performance
- Address: Travis AFB, Travis, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02040459-W 20100114/100112234934-360aff81218b4c3495d052796e08e430 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |