DOCUMENT
73 -- Hobart 2015 Dishwasher Flight Type FT1000+Energy VA261-17-AP-13558 - Attachment
- Notice Date
- 10/12/2017
- Notice Type
- Attachment
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- 36C26118Q0021
- Response Due
- 10/23/2017
- Archive Date
- 11/7/2017
- Point of Contact
- Christopher Rodriguez
- E-Mail Address
-
3-4504<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 7 of 7 Table of Contents SECTION B 2 B.1 PRICE/COST SCHEDULE 2 Item Information 2 B.2 FOB POINT: Destination 3 B.3 DELIVERY SCHEDULE 3 SECTION C 3 C.1 INSTRUCTIONS TO OFFERORS 3 C.2 SALIENT CHARACTERISTIC 5 This document 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 announcement constitutes the only solicitation, proposals are being requested, and a written solicitation will not be issued. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT October 23th, 2017 will be considered by the Government. The NAICS code is 333318 and the size standard is 1000 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA Warehouse/Logistics 5406 E. El Campo Grande Ave Suite 150 Las Vegas, NV 89115 requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 DISHWASHER, FLIGHT TYPE 1 EA 0002 INSTALLATION 1 EA GRAND TOTAL B.2 FOB POINT: Destination B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL VA Warehouse/Logistics 5406 E. El Campo Grande Ave Suite 150 Las Vegas, NV 89115 All Quantities 30 DAYS ARO SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 1:00 PM PDT October 23th, 2017. Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21 (if SDVOSB/VOSB),22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.211-6 Brand Name or Equal (August 1999) C.2 SALIENT CHARACTERISTIC Brand Name or Equal Brand Name Item: Flight-Type Dish machine Commercial dish machine will be fully automatic. Overall length of machine to be 24 3-1/4. Direction of operation to be left to right. Voltage for the machine to be 208/60/3. AUTOMATIC SOIL REMOVAL Machine will be equipped with an integrated automatic soil removal system. This system will minimize the need to pre-scrap dishes and reducing detergent consumption. Prevents more than 75% of food scraps from entering pre-wash; therefore no need to manually pre-rinse by operator Key feature includes: Separate 24 module with dedicated tank between the load platform and the prewash containing upper and lower pre-rinse arms Soil is automatically pre-rinsed from the ware and pumped to an external scrap basket Wash water stays cleaner longer reducing water changes by 50% AUTO-DELIME Machine will be furnished with an alert and automatic de-lime process, which will notify the operator when a de-lime cycle is required, based on the location s specific water conditions and the concentration of its de-lime solution. Once the cycle is initiated, the machine will run for the necessary length of time, drain, refill, flush the interior, and drain automatically, with no further action required from the operator. Key feature includes: The machine provides clear instructions on the visual display. Dishmachine has an alert to indicate when de-liming is needed. On board chemical pump injects de-lime solution automatically AUTO CLEAN When prompted by the operator through the controls, the machine will initiate auto-clean cycle and will drain automatically after the cycle. ENERGY RECOVERY The dish machine will preheat an incoming cold water line with the exhaust from the dish machine, and feed the heated water to the machine s booster heater to save energy and reduce operating costs. CONSTRUCTION Tanks will be deep drawn, without any welds, and constructed of #16 gauge stainless steel. Chamber prewash, power wash, and power rinse inspection doors to be fully insulated and hinged opening outward for energy efficiency and ease of cleaning. Sliding wash arms will not include caps that need to be removed or that can be lost. Stainless steel back panels and lower front panels to provide an air gap for a cooler surface area and a reduction in heat loss. Easily removable curtains to be placed between each section to aid in heat retention. Must include a blower dryer after the final rinse integrated into the unit. Electric steam booster to ensure water temperatures hot enough to sanitize. PUMPS All pumps and impellers to be stainless steel and self-draining. Easy to reach pump clean-outs to be provided for each pump. MOTORS All pump motors to be totally enclosed fan cooled motors. Each motor will have inherent overload protection. CONTROLS Machine will include microprocessor controls mounted and equipped with service diagnostics, dirty water indicators, de-lime notifications, machine status updates, and digital temperature readouts. Controls to allow the operator to initiate auto-clean and auto-delime. Power on/off and start/stop switches integrated into keypad. Conveyor start/stop switches located at the load and unload section CONVEYOR DRIVE SYSTEM Conveyor drive motor to be 1/3 hp. with inherent overload protection. Two sets of photo electronic eyes positioned at the load end of the machine to detect all sizes of ware and activate machine operation and sequence the fresh water rinse system to provide a reduction in operating cost. Trip mechanism provided on unload section shall stop the conveyor. Flight links to accommodate dishware as well as 18 x 26 sheet pans. Conveyor width of to be 30. VENT SYSTEM Single point 16 round indirect vent connection to include draft induction fan powered by the machine s controls. Capable of providing 750CFM exhaust at standard air condition. DRAINS Machine will be equipped with both manual and automatic drains. The electronic drain to allow for automatic draining following an auto-clean or auto-delime cycle. Manual tank drains to be opened and closed by means of a heavy gauge handle connected to a brass body and stainless steel ball valve. CLEAN OUT ACCESS Extension panels on load and unload sections to be completely removable without the use of tools for easy cleaning. STRAINER SCREENS Prewash, power wash and power rinse scrap screens to be one piece slanted design slopped toward the front of the machine and the large removable scrap basket. BLOWER DRYER Heated blower dryer to include (2) 1 HP blower motors. Blower dryer to include side baffles, to improve drying results. FINAL RINSE Fresh water pumped final rinse water usage will be no more than 58 gallons per hour at a conveyor speed of 8.5 feet per minute -to support the GEMS program. Rinse arms will be snapped in place, so they are removable without tools for easy cleaning. Final rinse steam booster electrically integrated to the dish machine. WARRANTY 18 month standard parts and labor warranty. SERVICE Local dedicated service network with factory trained technicians to support dish machine maintenance and repair. ADDITIONAL CHARACTERISTICS Must be able to be equipped with Ecolab chemical auto dispensing system (Ecolab is the Digital temperature displays located on front of the dish machine Start and stop switches at both ends of the machine Trip mechanisms provided at unload section. Must be NSF certified and be UL classified INSTALLATION to include Disconnect utilities on existing dishwasher and tag out Disassemble the existing unit and move to dock area for disposal by government Cut and cap existing steam lines Uncrate new Hobart dishwasher and place all trash in onsite receptacle provided by the customer Move new dishwasher inside building, set new unit in place and assemble Make final electrical, water and drain utility connections Fabricate, install and connect new duct work Exclusions Customer to supply the correct utilities per machine spec sheets within 5 feet of the new dishwasher Plumbing: hot / cold water supply lines Electrical (2) 10' electrical whips to connect to the dishwasher (2) 480 volt /3 phase electrical circuits: (1) 125 amp (1) 60 amp
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0021/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q0021 36C26118Q0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3846749&FileName=36C26118Q0021-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3846749&FileName=36C26118Q0021-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q0021 36C26118Q0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3846749&FileName=36C26118Q0021-000.docx)
- Place of Performance
- Address: VA Warehouse/Logistics;5406 E. El Campo Grande Ave Suite 150;Las Vegas, NV 89115
- Zip Code: 89115
- Zip Code: 89115
- Record
- SN04712178-W 20171014/171012231127-673ba8946e00bdc00a6ad72834d8d236 (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 |