SOURCES SOUGHT
73 -- Kitchen Equipment - RFI Kitchen Equipment
- Notice Date
- 4/28/2016
- Notice Type
- Sources Sought
- NAICS
- 333241
— Food Product Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2X3B360081A001
- Archive Date
- 5/21/2016
- Point of Contact
- Marco Antonio G. Castaneda, Phone: 334-953-7461, Marcus Abram, Phone: 334-953-3526
- E-Mail Address
-
Marcoantonio.Castaneda.ph@us.af.mil, marcus.abram@maxwell.af.mil
(Marcoantonio.Castaneda.ph@us.af.mil, marcus.abram@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- See Attached RFI Kitchen Equipment. See Attached: Request for Information: Holm Center ROTC Response Deadline: 12:00pm CST 6 May 16 42nd Contracting Squadron/LGCA-2 Contract Specialist: SrA Castaneda Marco; Contracting Officer: Marcus Abram Maxwell AFB, AL 36112 Purpose: THIS IS A REQUEST FOR INFORMATION IAW FAR 15.201(e). This notice is solely for market research and planning purposes and does not constitute a request for proposal, request for quote, or invitation for bid, nor does its issuance in any way restrict the Government to its ultimate acquisition approach. No award will be made from this Request for Information (RFI) and the Government will not pay for any effort expended in responding to this notice. The purpose of this RFI is to gather information from contractors on purchasing all the necessary parts and equipment to acquire kitchen equipment for the River Front Inn on Maxwell AFB. The contractor shall provide all the parts. All feedback and information received may be used to determine the appropriate acquisition strategy for possible future acquisitions. Please do not request a copy of a solicitation because one does not exist. The due date for the Request for Information (RFI) will be 12:00pm CST, 6 May 16. Description of the Requirement: The contractor must provide the items as specified in accordance with the following CLIN structure. CLIN Line Item Description Quantity 0001 KETILE GAS - The kettle must meet the following physical characteristics, functional or performance characteristics to be acceptable: Class kettle Natural gas, stationary 25-26 gallon capacity, 2/3 steam jacket design, floor mounted control console support, S/S exterior finish, std w/flanged feet, 50 PSI rating, electronic spark ignition, 120v/60/1-ph, 10.0 amps, electronic spark ignition, cord & plug for controls, standard, draw off. Self-contained DPKS Double Pantry with swing spouts for stationary kettles. 1EA 0002 KETILE GAS COUNTERTOP - The kettle, gas, countertop, must meet the following physical characteristics, functional or performance characteristics to be acceptable: 12-13 gallon capacity, 2/3 steam jacket design, stainless steel construction, support console 53,000 BTU, natural gas burner l 15v/60/1-ph, 5.0 amps, electronic ignition, cord & plug for control, standard. 4EA 0003 EQUIPMENT STAND - The kettle must meet the following physical characteristics, functional or performance characteristics to be acceptable: For single kettles only, or equal specification open base with sliding drain drawer & splash screen, 28" x 26" high, plus or minus 1 inch, stainless steel top and leg, allow unit to be hard piped to a floor drain. 2EA 0004 EQUIPMENT STAND - The open type equipment stand must meet the following physical characteristics, functional or performance characteristics to be acceptable: 28"X26" 18" high, plus or minus 1 inch with adaptor top all stainless steel construction with 1-1/4 tubing furnished with level adjustable feet. 2EA 0005 SOAK SINK - The soap sink must meet the following physical characteristics, functional or performance characteristics to be acceptable: portable, 22" high (plus or minus 1"), sink outlet fitted lever waste 24" x 24" x 8" (plus or minus 1") D sink compartment, 16 ga. 300 series stainless steel construction, safety edge, fully welded plated gasket, stainless steel legs, a swivel caster (2) with brake. 3EA Questions: In order to develop a potential acquisition strategy this information would be useful: 1) Does your company provide the items specified in the requirements described above? Please provide brand name and model/manufacturer number for each line item, if your company is capable of fulfilling this requirement. 2) If your company can meet this requirement please provide a yes or no answer, to the following questions in regards to the non-manufacturer rule: a. Will your company manufacturer at least 50% the products required to meet this requirement. Is your company a small business and will it perform 50% of the cost for Manufacturing? b. Will at least 50% of the products required to meet the requirement be purchased from U.S. owned Small Business Manufacturer? 3) How much lead time is required to meet this requirement? Responses: This RFI is prepared for planning purposes only and is not restricted to small business. If the government decides to pursue an RFQ, portions of your RFI response may be incorporated into the Government's RFQ. Contractors are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submissions become Government property and will not be returned. RFI responses must include the following: 1) RFI responses must include company name, address, cage code, DUNS number, at least one designated point of contact, voice, and fax telephone numbers, and an email address. 2) All questions and responses to our request for information/questions shall be submitted, via e-mail, to marcoantonio.castaneda.ph@us.af.mil; marcus.abram@us.af.mil. 3) All responses are due by email no later than COB on 12:00 PM CST 6 May 2016. Primary POC Alt POC Name: SrA Marco Antonio G. Castaneda Marcus Abram Phone#: 334-953-7461 334-953-3526 E-mail: marcoantonio.castaneda.ph@us.af.mil marcus.abram@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3B360081A001/listing.html)
- Place of Performance
- Address: 50 LeMay Plaza South, Building 804, Maxwell AFB, montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN04099791-W 20160430/160428235645-d2b9cb803c6ecca4be9d37cae7ee5ab1 (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 |