Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

73 -- Food Service Equipment - Combined Synopsis/Solicitation and COVERSHEET

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Hawaii Kaneohe Bay, Box 63063, Kaneohe Bay, Hawaii, 96863-3063, United States
 
ZIP Code
96863-3063
 
Solicitation Number
M67400-13-T-0140
 
Point of Contact
Jose A Gil, Phone: 3126458697
 
E-Mail Address
jose.a.gil@usmc.mil
(jose.a.gil@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE SEE ATTACHED DOCUMENTS FOR DETAILED ITEM DESCRIPTION AND REQUIRED COVER SHEET. PLEASE SEE ATTACHED DOCUMENTS FOR DETAILED ITEM DESCRIPTION AND REQUIRED COVER SHEET. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-13-T-0140 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and Defense Acquisition Circular 91-13. The FSC code is 7320 and the NAICS code is 333415. The Government is soliciting quotes for the purchase of Food Service Equipment. The Government intends on issuing a single order to the quoter that represents the overall best value to the Government. However, the Government does reserve the right to issue multiple awards if it is deemed in the best interest of the Government. Award will be made in aggregate. Therefore, any offer received without all products priced will be excluded from competition. Lowest Price Technically Acceptable will be used to determine the best value to the Government and the award will be made without discussion. This is "Brand Name" or "Equal" procurement. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the "equal" item technical specifications or the required coversheet may result in your quote being considered non-responsive by the Government. *All quotes shall be submitted in English.* Delivery point from local quotes is: Bldg 478, Camp Foster, Chatan-cho, Okinawa, Japan 904-0100. Delivery point from quotes within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. All materials awarded under this contract are expected to be delivered 30 days after the award. Container Loads over 10,000 lbs and/or 800 cu.ft., are not to be shipped to any container consolidation points (CCP): it is requested to contact the Marine Corps Air Clearance and Procurement Traffic Section (MC/ACA) at Marine Corps Logistics Base (MCLB) Barstow CA for shipping instruction. CLIN 0001: ICE CREAM DIPPING CABINET REFERENCED MFR: TRUE FOOD SERVICE REFERENCED PART#: TDC-27 OR EQUAL -Self-Contained refrigeration standard -Castors (2-1/2") -6" Removable Magnetic Frost Shields (NSF Approved) -Appropriate Night cover -Appropriate Can Skirt -Canopy with lighting -Holds 4 displays -2 wire racks -10 F to 8 F -Power: 115v/60/1 -6.6 amps Qty: 001 ea CLIN 0002: STATIONARY KETTLE REFERENCED MFR: GROEN REFERENCED PART#: PT-60 OR EQUAL -Direct steam -Steam pressure regulating valve -Steam trap component kit -2"Tangent draw-off -Etch Marks (5 gallon increments) -Faucet (Single pantry with spout) -60-gallon capacity -1/4" perforated strainer -Pedestal base -25 PSI Qty: 001 ea CLIN 0003: CAN WASHER REFERENCED MFR:ALVEY WASHING EQUIPMENT REFERENCED PART#:TUFFTANK OR EQUAL -Shall wash and rinse both inside and outside of can -Shall accept cans up to 36"h X 26" in diameter -Programmable cycle time -Door limit switch -110V connection Qty: 001 ea CLIN 0004: TWO SECTION PASS-THRU REFRIGERATOR REFERENCED MFR: TRAULSEN REFERENCED PART#: RHT232WPUT-FHS OR EQUAL - 115v/60/1 -8.6 amps -Wide full-height doors -Left door hinged left -Right door hinged right -Self-contained refrigeration -Stainless steel exterior and interior -Microprocessor controls Qty: 002 ea CLIN 0005: COMMERCIAL MICROWAVE OVEN REFERENCED MFR: MENUMASTER REFERENCED PART#: MDC182 OR EQUAL -1800 watts -Stackable -11 power levels -Memory settings -Auto voltage sensor -Side hinged door -208-240V/60/1 -15.3 amps Qty: 001 ea The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFARS 252.211-7006: Radio Frequency Identification (Feb 2007), DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provision Clauses apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011), and FAR 52.233-3 Protest After Award (Aug 1996). Note: Full text of each FAR and DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Questions regarding this requirement must be submitted to jose.a.gil@usmc.mil NLT 1800 EST on 5 Sept 2013. Quoters shall submit their response to this RFQ via email to jose.a.gil@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 9 Sept 2013. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-Far East NLT then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M67400-13-T-0140/listing.html)
 
Place of Performance
Address: Delivery point from local quotes is: Bldg 478, Camp Foster, Chatan-cho, Okinawa, Japan 904-0100., Delivery point from quotes within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376., United States
 
Record
SN03167473-W 20130831/130829235218-34e548cdcb81e15b9ae93095c94bc00a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.