Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
DOCUMENT

73 -- DISHWASHER - Attachment

Notice Date
7/12/2017
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q0873
 
Response Due
7/19/2017
 
Archive Date
8/18/2017
 
Point of Contact
Paul Speedling
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION NOTICE for Conveyor Type Dishwasher and Clean Dishtable. BRAND NAME or EQUAL Responses to this Combined Synopsis/Solicitation must be in writing and submitted on the attached Request for Quotation. This acquisition implements a 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). The NAICS Code is 333318; size standard is 1000 employees. Responses to this notice shall include the following: (a) company name    b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code   (g) Tax ID Number (h) and must    provide a capability statement that addresses the organizations qualifications and ability  to perform as a contractor and provide the commodities described within the Request For Quotation.         Conveyor Type Dishwasher and Clean Dishtable- BRAND NAME or EQUAL See Statement of Work below. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Combined Synopsis/Solicitation. This notice shall not be construed as a commitment by the Government to award a contract, nor does it restrict the Government to a particular acquisition approach. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.  Requests for information and resultant responses shall be submitted directly to the contracting officer, Paul Speedling at Paul.Speedling@va.gov. NO TELEPHONE CALLS WILL BE ACCEPTED. All submissions should be received no later than 5:00 pm Eastern Standard Time on July 19, 2017. SCOPE OF WORK REPLACE DISH WASHING MACHINE Background Food & Nutrition Service is committed and proudly serves the VA-HVHCS, Montrose & Castle Point Campuses, providing the best possible service maintaining high quality standards for safety, food handling, sanitation, freshness, appeal and variety. The procurement & service described herein is required to achieve the objectives as follow: Objectives The purpose of this solicitation is to establish a firm fixed price contract with a qualified firm that can provide the necessary parts, material, supplies & labor described herein, Project Location Delivery Address Department of Veterans Affairs Hudson Valley Health Care System Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 Building 44 Warehouse Attention: Nutrition & Food Service Project Duration/Period of Performance Once AWARD has been issued, the vendor has 60 calendar days to complete the delivery & installation Extensions may be granted for unforeseen conditions, and other factors outside of the contractor s control. Project Scope Contractor shall provide (1) one each of the deliverables specified herein or an approved equal and install all deliverable items according to the terms of this contract. Deliverables: DISHWASHER, CONVEYOR TYPE Hobart 2015 Model No. CLPS66EN BAS+BUILDUP Conveyor Dishwasher, single tank with a Power Scrapper, (202) racks/hour, insulated hinged doors,.62 gallons/rack, stainless steel enclosure panels, microprocessor controls with low temperature & dirty water indicators, ENERGY STAR ® Dimensions 68.5(h) x 66.75(w) x 30.25(d) CLPS66EN BASELE0EU 208 240v/60/3 steam/gas heat CLPS66EN BASHTESTM Steam coil stainless steel CLPS66EN BASERH0NO Without internal booster CLPS66EN BASDIR0RL Right to left operation BDSRLEU STDDOM RL 208 240/60/3 Steam Blower Dryer CLPS66EN BASHGTSTD Standard height CLPS66EN BASFETSTD Standard feet SHTHD/E DOM E series vent hood short PRESREG 1/20BR 1/2" brass pressure regulator (is standard with built in booster heater models) CLE/TBL SWITCH Table LMT switch CLE Series SL30/E NOHDRL SL30 side loader RL E Series BOOSTER+BUILDUP Booster Heater, steam, 10 50 PSI $2,833.23 BOOSTER ELE0FT 100 120v/50v/60/1 ph BOOSTER TYP150 150 1 booster NSF FACTORY POT AND PAN MODE CLEAN DISHTABLE Eagle Group Model No. SPECFAB Clean Dish table, straight design, 130"W x 30"D, left to right operation, 14/304 stainless steel top, stainless steel hat channels, raised rolled edges on front, rear, & side, stainless steel legs & cross bracing, adjustable metal feet, NSF Dimensions 43.5(h) x 120(w) x 30(d) E120 Table limit switch provision Specifications: 202 racks per hour Opti-RinSe system NSF Factory Pot and Pan Mode Rapid return conveyor drive mechanism Insulated hinged double doors with door interlock switches 19.5 inch chamber height opening Top mounted micro-processer control module Energy saver mode Dirty water indicator Low temperature alert NSF rated configurable Pot and Pan dwell mode Configurable intelligent de lime alert, determined by water hardness at installation Service diagnostics NAFEM Data Protocol compliant Computational fluid dynamic designed self-aligning wash manifolds Stainless steel debossed anti-clogging wash arms Removable integrated pump intake screen Stainless steel self-draining pumps and impellers Single, sloping scrap screen and deep basket Stainless panels enclose perimeter and bottom Door actuated drain closure Single point electrical connection (three phase only), does not include the booster heater Convertible hot water or low temp final rinse Vent fan and booster heater control Thermal Layer Curtains help keep the heat inside the machine. Ball Detent Clutch Conveyor Drive for maximum protection against conveyor jams Integrated Removable Pump Intake Screen to offer the ultimate guard of keeping debris from entering the pump. Hinged Door Seals and stainless steel labyrinth seal for drip-free operation Low-Temp Convertibility in Field. Door Actuated Drain Closure. Closing the door automatically actuates drain closure, eliminates extra manual steps, ensures that closure is in the correct position. Conveyor Speed - feet per minute 5.6 max. Dishes per Hour (Average 25 per rack) 5,025 Glasses per Hour (Average 45 per rack) 9,045 Floor Space Table to Table (Inches) 66 Overall Dimensions H x W x D (Inches) 681 2 x 663 4 x 301 4 Motor H.P. Power Scrapper 2 Wash 2 Conveyor Drive H.P. 1 6 Number of Wash Tanks 2 Tank Capacity Gallons Power Scrapper 23 Wash 23 Pump Capacity Gallons per Minute - Weir Test 165 Final Rinse Flow Gals. per min. At 15 PSI Flow Pressure 1.8 At 20 PSI Flow Pressure 2.1 Final Rinse Flow Gals. per hr. MAXIMUM At 15 PSI Flow Pressure 108 At 20 PSI Flow Pressure 126 Rinse 20 PSI Flow Pressure Gal./Rack Hot Water Sanitizing - Chemical Sanitizing.62 - 180 °F.62 - 120 °F Steam Consumption Pounds per hr. - MAXIMUM Approx. 30 lbs. per hr. = 1 boiler H.P. (BHP) Dishwasher, based on 20 PSI steam and on customer supplying final rinse water at 180 °F maximum 65 Steam Booster, if used on 20 PSI steam - 20 PSI water flowing - 130 °F entering water raised to 180 °F min. 60 Exhaust Requirements Cubic Feet per minute Entrance End 200 Discharge End 400 Peak Rate of Drain Flow Gallons per minute. (Initial rate with full tank) 38 Shipping Weight Crated Approximate lbs. 613 Installation: A factory trained & authorized installer shall remove existing dish machine, and move to the buildings loading dock for disposal by others. Installer shall install new Cline, machine and tables. Installer shall modify existing soiled table and connect to side loader. Installer shall make ventilation connections to existing duct work/ventilation system. Installer will make all final connections, start up and test. Equipment will be hooked up to customer's properly sized utilities (including venting) within 5ft of termination points. An Authorized Factory Technician shall arrive at jobsite to field weld, polish and interconnect equipment including all inter electrical and plumbing connections. Assembly shall be performed during regular working hours. Overtime, weekend, evening or standby labor time is not included. The installing technician will connect the new side loader to the existing table at the job site. All work to be done during normal business hours. All generated debris will be placed in a facility provided container. Warranty Standard warranty 1 Year parts, labor & travel time during normal working hours within the USA is included at no additional cost. Submittals All products specified are to establish a standard of quality. The Vendor shall submit to the project manager and the Contracting Officer the manufacturer's specifications, instructions and material specification sheets in original form. Additionally, the Contractor shall submit all inventory changes (removals, additions, upgrades, etc., and new condition codes) with their bid submissions SECURITY REQUIREMENTS: Contractor personnel are required to conform to VHA s security and privacy requirements as described below. Delivery personnel & technicians performing startup services must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The C&A requirements do not apply and that the Security Accreditation Package is not required. Transportation and Deliveries Delivery shall be in factory s original, unopened, undamaged container with identification labels attached. Delivery shall be during normal business hours between 9AM 3PM Monday Friday with 48 hours advance notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q0873/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0873 VA242-17-Q-0873.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3653738&FileName=VA242-17-Q-0873-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3653738&FileName=VA242-17-Q-0873-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Castle Point Campus;VA Hudson Valley Healthcare System;41 Castle Point Rd;Wappingers Falls, NY
Zip Code: 12590
 
Record
SN04576278-W 20170714/170712234630-76d53388215d9cf34f4533f7cdef5190 (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.