DOCUMENT
J -- Kitchen and Food Service Equipment Maintenance Repair Services - Attachment
- Notice Date
- 4/2/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9135
- Archive Date
- 6/1/2018
- Point of Contact
- Desiree Flores
- E-Mail Address
-
NY
- Small Business Set-Aside
- N/A
- Description
- Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, Northport VA medical center is currently conducting a market survey for qualified firms capable of providing Kitchen and Food Service Equipment Maintenance and Repair Services for Northport VA Medical Center) The vendor will be responsible for, but not limited to: The contractor shall provide all management, supervision, labor, tools, equipment, and materials necessary to maintain and repair government owned kitchen and food service equipment at the Northport VAMC. This includes as needed services, such as, preventive and emergency maintenance, repair, inspection, and relocation of kitchen equipment, hood system cleaning/inspection and grease trap maintenance, as required. This also includes the Contractor providing an on-site, full-time, mechanic technician with at least five (5) years experience in commercial kitchen equipment operations and maintenance. The contractor shall maintain and repair the government owned kitchen and food service in accordance with manufacturer s standards. The applicable North American Industry Classification System (NAICS) code for this acquisition is 811310 Food machinery repair and maintenance services. The small business size standard for this code is $7.5 Million. The small business prime contractor will be required to meet the requirements of FAR Clause 52.219-14, Limitations on Subcontracting, in that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Your Capability Statement should demonstrate how you plan to meet this requirement. All Northport VAMC kitchen and dining room equipment shall be included in this section. This includes all real property installed equipment (RPIE) in the main kitchen in Building 200 and the Auxiliary kitchen in Building 92. Examples of RPIE include, but are not limited to: low/medium temperature refrigerators, stoves, grills, display cases, service lines, clipper, steam kettles, point-of-use (POU) appliances. The contractor shall conduct all scheduled and unscheduled maintenance and emergency repair services. Specific equipment related to the Aladdin Temp-Rite Re-Therm system is included. This includes, but is not limited to the carts, trays, tray guides, door panels, wheels, docking stations, etc. There are three docking areas on the Northport VAMC campus, Building 200 Ground Floor, Building 8 Ground Floor and Building 92 Ground Floor. The contractor shall conduct all scheduled and unscheduled maintenance and emergency repair services. Meiko Dish Machine: Contractor is responsible for all scheduled, unscheduled, and emergency repair services for the Meiko Dish Machine. Unscheduled maintenance for repairs not exceeding the micro-purchase threshold of $2,500.00 shall be borne by the contractor. Unscheduled maintenance exceeding the micro-purchase threshold of $2,500.00 will be handled under a Government approved technical instruction, with the expense (if exceeding $2,500.00) to be borne by the Government. Repair Services: All repairs based on discrepancies noted during inspections will be submitted to the COR or designee within 24 hours of discrepancies discovery for items that are not service affecting. Service affecting items such as those that place a unit out of service will be submitted prior to the close of business for that day. All work will be conducted in a manner that will provide minimal disruption to the employees, residents and visitors of the Northport VAMC facility. The Contractor shall submit a quote (detailing the required parts and labor hours) to perform the repair. The Government is required to determine the quoted pricing is fair and reasonable. Repair services will be authorized via the issuance of a modification or task order on an as needed basis. (*Note: If quoted pricing is determined not fair and reasonable, repair services will be sought via a separate contract action.) Non- emergency Repair Services: Non-emergency repair services are defined as repairs necessary to maintain the kitchen and food service equipment in accordance with manufacturer s standards. From the time that authorization is issued via a modification or task order, the Contractor will have a 72-hour or less response time for all non-emergency repairs. Repairs may be conducted during or after normal business hours, applicable pre-negotiated labor rates shall apply. The Contractor will be responsible for obtaining approval from the COR prior to accessing the worksite and coordinating any shutdown(s) to perform repairs. Emergency Repair Services: Emergency repair services are defined as repairs required to maintain the operational readiness (i.e. minimum ability to sustain critical equipment) of the Meiko Dish Machine. From the time that authorization is issued via a modification or task order, the Contractor will have a 2-hour or less response time for all emergency repairs. Repairs may be conducted during or after normal business hours, applicable pre-negotiated labor rates shall apply. The Contractor will be responsible for obtaining approval from the COR prior to accessing the worksite and coordinating any shutdown(s) to perform repairs. Parts: The Contractor shall be responsible for purchasing all parts; however, the Contractor may be asked to provide quotes from their distributors should the Government wish to determine if the quoted pricing is fair and reasonable. The Contractor shall have ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. All parts shall be of current manufacturer and have complete versatility with the presently installed equipment. All parts will be sold as new, be OEM, and perform identically to the original equipment specifications, unless an upgrade is required. (Rebuilt parts, used parts, or those removed from another system shall not be installed without written approval by the COR. It is understood that defective parts replaced during any service shall remain the property of the VA and disposal of the same will be determined by the COR. The North American Industry Classification Systems (NAICS) is 811310. Responses to this notice must be submitted in writing via email at desiree.flores@va.gov and must be received not later than April 9, 2018, 2:00 pm EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811310. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing via email at desiree.flores@va.gov and received not later than April 9, 2018, 2:00 pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: desiree.flores@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9135/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9135 36C24218Q9135.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4196513&FileName=36C24218Q9135-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4196513&FileName=36C24218Q9135-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9135 36C24218Q9135.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4196513&FileName=36C24218Q9135-000.docx)
- Place of Performance
- Address: 79 Middleville Rd;Northport, NY
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN04874755-W 20180404/180402230901-22bbbeb9df39199cdbf628f7736c328f (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 |