SOLICITATION NOTICE
73 -- Commercial Dishwasher
- Notice Date
- 12/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25913Q0138
- Response Due
- 12/19/2012
- Archive Date
- 1/18/2013
- Point of Contact
- Alan Quille
- E-Mail Address
-
3-3764<br
- Small Business Set-Aside
- Total Small Business
- Description
- THIS SMALL BUSINESS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH PURPOSES IN ACCORDANCE WITH THE FEDERAL ACQUISITION REGULATION (FAR) PART 10. IT DOES NOT CONSTITUTE A SOLICITATION AND IS NOT TO BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. THIS SOURCES SOUGHT NOTICE IS A REQUEST FOR INFORMATION (RFI) BEFORE THE RELEASE OF ANY RESULTANT SOLICITATION. THIS IS NOT A REQUEST FOR A PROPOSAL AND DOES NOT GUARANTEE THE RELEASE OF ANY SOLICITATION. The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 333318 (Size Standard: 1,000 employees) The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the items below: 1 EA DISHWASHER, FLIGHT TYPE (Equal or better) Hobart 2010 Model No. FT900S+BUILDUP Space Saver Flight Type Continuous Racking Automatic Conveyor Dishwasher. Basic Assembly and Basic Assembly for Blower Dryer 1 EA DISH TABLE (Equal or better) Nichols Custom Stainless Model No. SOIL12436 L shaped soil dishtable measures 12'0" long x4 0 long x 36" wide x 34" high. Table to have one 20 x 20 x 6 deep sink with scrap basket and pre-rinse. Table to be fitted with rack shelf and mounted to table by means of 3 cantilever bracket through 10 back splash. Rack shelf to be removable by means of 1-5/8 expanders. Lever drain, 1 each pre-rinse, 2 each faucets. 1 EA POT SCRUBBER Hobart 2010 Model No. TWII+BUILDUP 1 EA DISPOSER Salvajor Model No. 200-SA-6-ARSS Disposer, with 6-1/2" sink assembly, 2 Hp motor, start/stop push button automatic reversing and water saving ARSS control, includes fixed nozzle, vacuum breaker, solenoid valve, sink stopper and flow control, heat treated aluminum alloy housing INSTALLATION/ALL TRADES INSTALLATION Installation for dish machine with blower/dryer and soiled table. Includes removal of old machine and equipment to customer's dock for disposal by customer, uncrating and setting in place of new dish machine and final connections. (Assembly of machine and start up to be performed by factory or factory authorized technician.) Includes uncrating, setting in place, and final connections of soiled dishtable. Start up and test. FABRICATION/INSTALL DUCT WORK Fabrication and installation of required duct work to convert two ducts to a single exhaust system. Similar or like item may be accepted for evaluation. All specifications must accompany the quote for evaluation. The contract type for this procurement will be a firm-fixed price and award will be made on the basis of lowest price technically acceptable. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://www.acqnet.gov/far. The clauses are to remain in full force in any resultant contract. Response from vendors is required, if applicable, to the following: FAR 52.204-7 Central Contractor Registration; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors--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 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (c) FAR 52.219-28 Post-Award Small Business Program Representation; (d) FAR 52.222-3 Convict Labor; (e) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-35 Equal Opportunity for Veterans; (i)FAR 52.222-36 Affirmative Action for Workers; (j) FAR 52.222-37 Employment Reports on Veterans (k) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; (l) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (m) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge. Responses are due no later than 1500 EST, Monday, August 20, 2012, and shall be electronically submitted to: alan.quille@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913Q0138/listing.html)
- Place of Performance
- Address: Grand Junction VA Medical Center;2121 North Avenue;Grand Junction, CO
- Zip Code: 81501
- Zip Code: 81501
- Record
- SN02943042-W 20121207/121205234317-10915295a15530378355f0b12cad9d4f (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 |