SOLICITATION NOTICE
73 -- Mess Hall/Kitchen Equipment - RGQ for Mess Hall/Kitchen Equipment
- Notice Date
- 6/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARFORCOM Norfolk, 1775 Forrestal Drive, Norfolk, Virginia, 23551-2596, United States
- ZIP Code
- 23551-2596
- Solicitation Number
- M20001-15-T-0001
- Archive Date
- 7/21/2015
- Point of Contact
- Susana Suber, Phone: 7573583502
- E-Mail Address
-
susana.suber@usmc.mil
(susana.suber@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Mess Hall/Kitchen Equipment RFQ 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M20001-15-T-0001 is being issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20150602. The North American Industry Classification System (NAICS) Code is 333318 and the small business size standard is 7.0 Mil. This acquisition is set-aside 100% for Small Businesses. Quotes received from concerns that are not a small business shall be considered nonresponsive and will be rejected. 2) General Requirement: This RFQ is being issued for Purchase of Mess Hall Equipment and installation. Delivery Address: Marine Forces Command, Supply Section: C Street Building MCA 614MCB Camp Allen Norfolk VA, 23351. (Items will have to be moved from Supply Section to the Installation Site due to space availability, if Installation is going to be done on the same date as the delivery, delivery can be made directly to the installation site stated below). Installation Address: MCA 602 A street Norfolk VA 23511 (Mess Hall) List of Items Requested: (see attached RFQ for detailed CLIN information, extended description(s), and/or applicable Statement(s) of Work) 1. Convection Oven qty of 1 2. Electric Titling Skillet qty of 1 3. Boilerless Steamer qty of 1 4. Dish Cart qty of 1 5. Tray Slide qty of 2 6. Dicing Disc Grid qty of 1 7. Slicing Disk Plate 7/32" qty of 1 8. Slicing Disc Plate 5/32" qty of 1 9. Toaster qty of 1 10. Blast Chiller qty of 1 11. Display Case qty of 1 12. Work Table qty of 1 13. Batter Beater qty of 1 14. Wire Whip qty of 1 15. Dough Hook qty of 1 16. Pastry Knife qty of 1 17. Installation 1 LOT 18. Shipping 1 LOT 3) The Government intends to issue a single award to the responsible quoter that meets the following factors: Lowest Price Technically Acceptable, Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. An offer/award will be made to the acceptable offer with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulations (FAR) and whose quote/proposal conforms to the requirements of the RFQ. Any manufacturer(s) and/or part number(s) listed within the description are for informational/reference use only and do not constitute or define a requirement for any specific brand name or manufacturer. The US Government is willing to accept item(s) quoted either brand name or equal. The referenced brand names in the attached RFQ are not intended to be restrictive, but represent the minimum requirements of the US Government except for Items 0008, 0009, 0010 which are required to be the exact Brand Name to fit existing equipment. 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 quoters responsibility to furnish sufficient information to the Government in order to determine acceptability of the offered equal items. The offeror shall submit all technical specifications for the Government to review in order to determine technical acceptability. 4) Clauses and Provisions: (see http://farsite.hill.af.mil/ FAR 52.203-3, Gratuities. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-5, Certification Regarding Responsibility Matters. 52.209-7, Information Regarding Responsibility Matters. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation-Commercial Items. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-12, Refrigeration Equipment and Air Conditioners. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer - System For Award Management). 52.252-1, Solicitation Provisions Incorporated by Reference. DFARS 252.204-7004, Alt A, System For Award Management. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.. 252.211-7003, Item Identification and Valuation. 252.225-7001, Buy American Act and Balance of Payments Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). 252.232-7010, Levies on Contract Payments. 252.247-7023, Alt I, Transportation of Supplies by Sea. 5) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The contractor should also provide its Commercial And Government Entity (CAGE) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the System for Award Management (SAM) to be eligible for any resulting awards (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Contractors are also required to be registered in Wide-Area Work Flow (WAWF); contractors can self-register for WAWF at https://wawf.eb.mil. 6) Quotations for this request may be submitted electronically to Susana M Suber at susana.suber@usmc.mil; faxed to757-444-9779 ; or sent via regular mail to the Camp Allen Contracting Office, Attn: Susana Suber, Marine Forces Command, Contracting Office: 1775 Forrestal Drive Norfolk, VA 23551. Written, facsimile, or emailed quotes and required information must be received at this office on or before 06 July 2015, by 12pm. Eastern Standard Time. 7)Please submit any questions by 2nd July 2015, by 1pm EST to susana.suber@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67355/M20001-15-T-0001/listing.html)
- Place of Performance
- Address: MARFORCOM, CAMP ALLEN MCA 602 A street Norfolk VA 23511 (Mess Hall), Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03780014-W 20150701/150629235321-6e1befbe4d435dc6bb754207b60a6820 (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 |