SOLICITATION NOTICE
73 -- meal transport system
- Notice Date
- 6/4/2012
- Notice Type
- Presolicitation
- Contracting Office
- 623 Atwells Ave, VA at Eagle Square, Providence, RI 02909
- ZIP Code
- 02909
- Solicitation Number
- 523-12-3-7821-0178
- Response Due
- 6/8/2012
- Archive Date
- 12/5/2012
- Point of Contact
- Name: Denise McKenna, Title: Purchasing Agent, Phone: 4014554910, Fax: 4014210592
- E-Mail Address
-
denise.mckenna@va.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 523-12-3-7821-0178. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 353229. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-08 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Brockton, MA 02301 The VHA NCO 01 - 650 - Providence, RI requires the following items, Exact Match Only, to the following: LI 001, Model BLM53,7700 Multigen III, Burlodge USA, Packed: ea, Mobile Bulk Double Room Service Hostess Retherm Oven. Stainless steel exterior/interior and work top w/hi-impact ABS plastic exterior control panel. Exterior digital mounted control panel. Exterior digital mounted control panel c/w automatic programation, 3 cycles, audible alarm and visual signal. Each cavity designed to accommodate 7 or 8 full size insert pans dependent of pan depth. Two doors c/w ABS plastic bumper door protection panels, bottom mounted wrap around full perimeter HD rubber non-marking bumper, casters two fixed & two swivel c/w brakes and non marking rubber tires, electrical 208 volt, 3 phase, 60 cycle 5 wire, 20 amp service. Approvals U1, CULus and EPH sanitation/, 1, EA; LI 002, Model Blm52.090 FRONT ABS PANEL, Burlodge USA, Packed: ea, f/Multigen III, 1, EA; LI 003, Model BLM53.700.24 TWO FLANGED INLETS, Burlodge USA, Packed: ea, f/Multigen III - 208 volt, three phase (order 1 per cart), 1, EA; LI 004, Model MOA.707 PATCH CORD SET, Burlodge USA, Packed: ea, Patch Cord Set, 208/3/60-20 amp, f/Multigens II and III, 2, EA; LI 005, Model BLM52.015 SHELVES S/S WIRE, Burlodge USA, Packed: ea, Shelves S/S wire, 12" X 21" c/w anti tipping f/Multigens II and III, 14, EA; LI 006, Model BLM52.047 LATERAL WIRE S/S Shelf f/Multigens II and III, Burlodge USA, Packed: ea, Lateral Wire S/S Shelf f/Multigens II and III, 2, EA; LI 007, Model BLM20.048 LATERAL WIRE SHELF WASTE BAG HOLDER (order with m20.027 only), F/Multigens II & III, Burlodge USA, Packed: ea, 2, EA; LI 008, Model BLM52.151 DOOR HANDLE, Burlodge USA, Packed: ea, w/Latch (per Door)- Lockable, 2, EA; LI 009, Model BLM52.017 MOBILE WIRE STAINLESS STEEL TRANSFER RACK, Burlodge USA, Packed: ea, 7 level, for 12" x 20" x 2-1/2" Pans (two per cart required) f/Multigens II & III, 2, EA; LI 010, Model BLM53.036 SNEEZE GUARD, Burlodge USA, Packed: ea, Gantry c/w overhead halogen light, f/Multigen III, 1, EA; LI 011, Model BLM53.082 REFRIGERATION SYSTEM, Burlodge USA, Packed: ea, On board self-contained, air cooled CFC free R134A, for both sections, f/Multigen III, 1, EA; LI 012, Model B LM20.160 4 Castors, 6", Central Brake, No Tow Bar, Requires 40mm Spacer (GLM22.160 with Dolly, Burlodge USA, Packed: 1 Set, 1, SE; LI 013, Model CC.1220.FG FOOD PROBE, Burlodge USA, Packed: ea, 10 feet long, "T" Version, Novaflex III, 1, EA; LI 014, Model CC.12220.FG GN TRAYS, Burlodge USA, Packed: 12 cs, 12-3/4' X 20-7/8" - 1/1 size, Various colors (Specify at time of order), 12 per case, 1, CS; LI 015, Model BK001.CUST CUSTOMIZED THEME PANEL, Burlodge USA, Packed: ea, for Multigen II, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 01 - 650 - Providence, RI intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 01 - 650 - Providence, RI is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award. The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (a) The successful bidder will supply operation/maintenance (service data) manuals with each piece of equipment in the quantity specified in the solicitation and resulting purchase order. As a minimum, the manual(s) shall be bound and equivalent to the manual(s) provided the manufacturer's designated field service representative as well as comply with all the requirements in paragraphs (b) through (i) of this clause. Sections, headings and section sequence identified in (b) through (i) of this clause are typical and may vary between manufacturers. Variances in the sections, headings and section sequence, however, do not relieve the manufacturer of his/her responsibility in supplying the technical data called for therein. (b) Title Page and Front Matter. The title page shall include the equipment nomenclature, model number, effective date of the manual and the manufacturer's name and address. If the manual applies to a particular version of the equipment only, the title page shall also list that equipment's serial number. Front matter shall consist of the Table of Contents, List of Tables, List of Illustrations and a frontispiece (photograph or line drawing) depicting the equipment. (c) Section I, General Description. This section shall provide a generalized description of the equipment or devices and shall describe its purpose or intended use. Included in this section will be a table listing all pertinent equipment specifications, power requirements, environmental limitations and physical dimensions. (d) Section II, Installation. Section II shall provide pertinent installation information. It shall list all input and output connectors using applicable reference designators and functional names as they appear on the equipment. Included in this listing will be a brief description of the function of each connector along with the connector type. Instructions shall be provided as to the recommended method of repacking the equipment for shipment (packing material, labeling, etc.). (e) Section III, Operation. Section III will fully describe the operation of the equipment and shall include a listing of each control with a brief description of its function and step-by-step procedures for each operating mode. Procedures will use the control(s) nomenclature as it appears on the equipment and will be keyed to one or more illustrations of the equipment. Operating procedures will include any preoperational checks, calibration adjustments and operation tests. Notes, cautions and warnings shall be set off from the text body so they may easily be recognizable and will draw the attention of the reader. Illustrations should be used wherever possible depicting equipment connections for test, calibration, patient monitoring and measurements. For large, complex and/or highly versatile equipment capable of many operating modes and in other instances where the Operation Section is quite large, operational information may be bound separately in the form of an Operators Manual. The providing of a separate Operators manual does not relieve the supplier of his responsibility for providing the minimum acceptable maintenance data specified herein. When applicable, flow charts and narrative descriptions of software shall be provided. If programming is either built-in and/or user modifiable, a complete software listing shall be supplied. Equipment items with software packages shall also include diagnostic routines and sample outputs. Submission information shall be given in the Maintenance Section to identify equipment malfunctions that are software related. (f) Section IV, Principles of Operation. This section shall describe in narrative form the principles of operation of the equipment. Circuitry shall be discussed in sufficient detail to be understood by technicians and engineers who possess a working knowledge of electronics and a general familiarity with the overall application of the devices. The circuit descriptions should start at the overall equipment level and proceed to more detailed circuit descriptions. The overall description shall be keyed to a functional block diagram of the equipment. Circuit descriptions shall be keyed to schematic diagrams discussed in paragraph (i) below. It is recommended that for complex or special circuits, simplified schematics should be included in this section. (g) Section V, Maintenance. The maintenance section shall contain a list of recommended test equipment, special tools, preventive maintenance instructions and corrective information. The list of test equipment shall be that recommended by the manufacturer and shall be designated by manufacturer and model number. Special tools are those items not commercially available or those that are designed specifically for the equipment being supplied. Sufficient data will be provided to enable their purchase by the Department of Veterans Affairs. Preventive maintenance instructions shall consist of those recommended by the manufacturer to preclude unnecessary failures. Procedures and the recommended frequency of performance shall be included for visual inspection, cleaning, lubricating, mechanical adjustments and circuit calibration. Corrective maintenance shall consist of the data necessary to troubleshoot and rectify a problem and shall include procedures for realigning and testing the equipment. Troubleshooting shall include either a list of test points with the applicable voltage levels or waveforms that would be present under a certain prescribed set of conditions, a troubleshooting chart listing the symptom, probable cause and remedy, or a narrative containing sufficient data to enable a test technician or electronics engineer to determine and locate the probable cause of malfunction. Data shall also be provided describing the preferred method of repairing or replacing discrete components mounted on printed circuit boards or located in areas where special steps must be followed to disassemble the equipment. Procedures shall be included to realign and test the equipment at the completion of repairs and to restore it to its original operating condition. These procedures shall be supported by the necessary waveforms and voltage levels, and data for selecting matched components. Diagrams, either photographic or line, shall show the location of printed circuit board mounted components. (h) Section VI, Replacement Parts List. The replacement parts list shall list, in alphanumeric order, all electrical/electronic, mechanical and pneumatic components, their description, value and tolerance, true manufacturer and manufacturers' part number. (i) Section VII, Drawings. Wiring and schematic diagrams shall be included. The drawings will depict the circuitry using standard symbols and shall include the reference designations and component values or type designators. Drawings shall be clear and legible and shall not be engineering or productions sketches. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. PLEASE QUOTE FOB DESTINATION PRICES
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/523-12-3-7821-0178/listing.html)
- Place of Performance
- Address: Brockton, MA 02301
- Zip Code: 02301-5596
- Zip Code: 02301-5596
- Record
- SN02765585-W 20120606/120604235435-df69a564e65c8ac3571c6b5996b19f0d (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 |