SOLICITATION NOTICE
99 -- Pot & Pan Soak Sink - NCIC
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, FMC Devens, 42 Patton Road, Devens, Massachusetts, 01432
- ZIP Code
- 01432
- Solicitation Number
- RFQ-P0205-00035-11
- Archive Date
- 8/22/2012
- Point of Contact
- Heather M. Cheney, Phone: 9787961054
- E-Mail Address
-
hcheney@bop.gov
(hcheney@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NCIC Form Combined Solicitation/Synopsis - Pot & Pan Soak Sinks RFQ-P0205-00035-11 General Requirements: The Federal Bureau of Prisons, Federal Medical Center Devens, located at 42 Patton Road, Ayer, MA 01432 is soliciting for the acquisition of Pot & Pan Soak Sinks, RFQ-P0205-00035-11. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is a total small business set-aside. The NAICS code for this requirement is 333319; the small business size standard is 500 employees. This combined synopsis/solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular FAC 2005-53. Description of Items: Item No. 1: Pot and Pan Soak Sinks 1 ea - (8) 1 - ½" angled s/s wash nozzles, heavy duty 2-HP pump motor, on/off pump switch, thermal overload & low water cut-off, 14 gauge, 304 s/s construction 1 ea - 1 Year parts, labor and travel time during normal working hours 1 ea - 208-240/60/3 1 ea - right to left 1 ea - manufacture labels 1 ea - w/o auto fill 1 ea - 2 mixing faucet - ¾" heavy duty 1 ea - pre-rinse spay - ½" high quality swivel style 1 ea - 2.5 kw electric heater with two heat settings 1 ea - welded at factory 1 ea - without scrapper table 1 ea - 75" soiled end drain board with 18" disposer cone 1ea - w/o disposer pipe - existing 1 ea - w/o manufacture disposer - existing system 1 ea - standard manufacture controls 1 ea - w/o soiled end edge at first corner drain board 1 ea - with table 1 ea - 48" wash sink 1 ea - w/o drain 1 ea - w/o separator 1 ea - wash sink strainer sump 1 ea - 24" rinse sink 1 ea - 24" sanitizer sink 1 ea - w/o drain / overflow 1 ea - 24" clean end drain board 1 ea - end splash 1 ea - w/o under shelf 1 ea - automatic shutdown timer, 1 - 8 hours (preset at 4 hours) 1 ea - utensil basket 1 ea - w/ sheet rack 1 ea - w/o over shelf 1 ea - 34 x 48 corner drain board (includes 1 leg set & cross member, located between 74" soiled end drain board and 48' wash sink) 2 ea - special field weld at corner drain board by others 1 ea - 6" skimmer sink between wash and rinse tank 1 ea - 34 x 34 corner drain board (includes 1 leg set & cross member - located between 36" soiled and drain board and 75" soiled end drain board with 18" disposer cone) 1 ea - 36" soiled end drain board - before first corner drain board 1 ea - 6 rolled rim at 36" soiled end drain board 1 ea - Note: Disposer bracket not required as controls are wall mounted. Notch in drain board back splash for existing control panel for waste system to be done in the field Item No. 2: Installation of Pot and Pan Soak Sinks to include: Remove and dispose of existing power wash sinks in pot and pan area. Receive, deliver, assemble and set in place new manufacture wash sink, to include welding and polishing seams and remounting existing pulper. The work is to be performed after hours. FMC Devens will be responsible for all plumbing and electrical connections. Item No. 3 Pot and Pan Soak Sinks 1 ea - (8) 1 - ½" angled s/s wash nozzles, heavy duty 2 HP pump motor, on/off pump switch, thermal overload & low water cut off, 14 gauge, 304 s/s construction 1 ea - 1 Year parts, labor and travel time during normal working hours 1 ea - 208-240/60/3 1 ea - left to right 1 ea - manufacture labels 1 ea - w/o auto fill 1 ea - 2 mixing faucets - 3/4" heavy duty 1 ea - pre rinse spray - 1/2" high quality swivel style 1 ea - 2.5 kw electric heater with two heat settings 1 ea - welded at factory 1 ea - 24" scrapper table with drain 1 ea - w/o soiled end drain board 1 ea - w/o disposer piping 1 ea - w/o manufacture disposer 1 ea - standard manufacture controls 1 ea - rolled rim 1 ea - with table 1 ea - 48" wash sink 1 ea - w/o drain 1 ea - w/o separator 1 ea - wash sink strainer pump 1 ea - 24" rinse sink 1 ea - 24" sanitizer sink 1 ea - One drain without overflow (for wash sink); two drains with overflow (for rinse and sanitizer sinks) 1 ea - 24" clean end drain board 1 ea - rolled rim 1 ea - w/o under shelf 1 ea - automatic shutdown timer, 1-8 hours (preset 4 hours) 1 ea - utensil basket 1 ea - w/ sheet rack 1 ea - w/o over shelf Item No. 4 Installation of Pot and Pan Soak Sinks to include: Remove and dispose of existing power wash sinks in pot and pan area. Receive, deliver, assemble and set in place new manufacture wash sink. The work is to be performed after hours. FMC Devens will be responsible for all plumbing and electrical connections. Include all information regarding manufacture warranties for the above items. Delivery Schedule: Contractor is responsible for delivery FOB Destination to 36 Independence Drive; Building 1677, Ayer, Massachusetts four weeks after receipt of award. Contract Clauses and Solicitation Provisions: The full text of clauses and provisions may be accessed electronically at www.acqnet.gov/far. The following FAR provisions are applicable to this acquisition; 52.212-2, Evaluation-Commercial Items (Jan 1999); 52.212-3, Offer Representations and Certifications - Commercial Items (May 2011); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); Faith Based and Community-Based Organizations (Aug 2005). The following FAR clauses are applicable to this acquisition; 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2011); 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (July 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225.13, Restriction on certain foreign purchases (June 2008); 52.244-6, Subcontracts for Commercial Items (Dec 2010); 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.27-103-72, DOJ Contractor Residency Requirement Bureau of Prisons (June 2004), DJAR-PGD-05-08, Implementation of Homeland Security Presidential Directive (HSPD) 12 - Policy for a Common Identification Standard for Federal Employees and Contractor. All potential offerors are advised that this solicitation includes the clause FAR 52.212-4 (June 2010) for commercial items, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Offerors must include their Data Universal Number System (DUNS) number in their offers. The contracting Officer will verify registration in the CCR database prior to award by entering the potential awardee's DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. As of January 1, 2005, all potential offerors are required to complete the annual Representations and Certifications Application (ORCA), which should be completed at http://orca.bpn.gov. This information is included in this solicitation in the provision FAR 52.212-1 (June 2008) Instructions to Offerors - Commercial Items. Once you have completed the ORCA requirement, you are no longer required to submit 52.212-3 (May 2011) Offers Representations and Certifications with your quote. Failure to complete either of these registration procedures outlined in this solicitation, may result in elimination from consideration for award. Evaluation Factors: The contract type is a firm fixed price. The Government reserves the right upon award to make formal single or multiple awards. Quotations will be evaluated and award will be based on the price, past performance, offer confirms with the solicitation and is most advantageous to the Government. With your quote provide all specifications and warranties. Contractor must be able to deliver items no later than 30 after receipt of order. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous. The proposed price must include all associated charges, fees and delivery cost (FOB Destination). Submission of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: Combined Solicitation / Synopsis Number Schedule of item with pricing Contractor Dunn & Bradstreet Number and Tax Identification Number Include All information regarding manufacture warranties for the above items. Offers are due no later than Friday, September 9, 2011 at 1:00PM, est. Offers received after this date will not be considered for award. Anticipated date of award is on or about September 14, 2011. Email Delivery: hcheney@bop.gov Mailed quotes shall be submitted to the following address: Heather Cheney, Contract Specialist Federal Medical Center Devens P.O. Box 880 Ayer, MA 01432 Hand Delivered: Heather Cheney, Contract Specialist Federal Medical Center Devens 42 Patton Road Ayer, MA 01432 Overnight Delivery: Heather Cheney, Contract Specialist Federal Medical Center Devens 36 Independence Drive; Building 1677 Ayer, MA 01432 ** Faxed quotes will not be accepted ** Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside. If you do not supply an item or meet the attached delivery schedule it will be noted as a performance issue. Awarded pricing will only be available at www.fbo.gov, on or about September 22, 2011. An organized site visit will take place on Tuesday, August 30, 2011 at 9:00 a.m. est for all contractors whom are interested in viewing the above work to be completed. The site visit will start at the main lobby of FMC Devens, 42 Patton Road, Devens, MA 01432. If interested in attending the site visit notification must be made to Heather Cheney, Contract Specialist, at hcheney@bop.gov by Wednesday, August 24, 2011 at 1:00 p.m. All contractors must complete and return the following forms (NCIC) with the response to the site visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20507/RFQ-P0205-00035-11/listing.html)
- Place of Performance
- Address: 42 Patton Road, Ayer, Massachusetts, 01432, United States
- Zip Code: 01432
- Zip Code: 01432
- Record
- SN02544833-W 20110824/110823000004-a03a4e0e800f066c4a00345d6ba07be8 (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 |