DOCUMENT
73 -- Meal Tray System/Heat Activator - Attachment
- Notice Date
- 9/25/2018
- Notice Type
- Attachment
- NAICS
- 333241
— Food Product Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
- ZIP Code
- 52241
- Solicitation Number
- 36C26318U0005
- Archive Date
- 10/10/2018
- Point of Contact
- Harry R Grambo III
- E-Mail Address
-
8-3614<br
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation for Food Warmer Commercial items. Solicitation number: 36C26318U0005 1a. DESCRIPTION OF THIS SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation is for the purchase of an Food Warmer for a VA Hospital/Station. Response to this solicitation is to be received no later than: 02:30pm CST, Thursday, September 27 2018 Respond by emailing offer to michelle.ramsey-moody@va.gov Response to solicitation 36C26318U0005. Information relevant to this solicitation: Solicitation number: 36C26318U0005 NAICS code (North American Industrial Classification system: 333241 Size Standard for this NAICS code: 500 employees PSC/FSC (Product Service Code/Federal Supply Code): 7320 This acquisition is: Set-aside 100% for Veteran Owned Small Business (VOSB). Only VA verified VOSBs listed in the Vendor Information Pages (VIP) Database at the time of award of contract will be considered. Quotations from Non VIP verified offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. See website for registration: https://www.vip.vetbiz.gov/ This is a Brand Name or Equal solicitation. Any or equal items must meet or exceed the performance specifications of the brand name items being solicited. The type of award(contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. Delivery method and instructions: FOB Destination, 45 Calendar Days ARO. Contract Period: Delivery date - 45 Calendar Days ARO. 1b. Description: VA-MHCS Nutrition and Food Services has a requirement for: Induction heating activator meal delivery system for hospital meal service manufactured by Aladdin Temp-Rite or equal. Activates and heats pellet bases to maintain hot food temperatures at or above 140 degrees for >60 minutes. Visual and/or audible alarm indicating when base is ready. Heating cycle not to exceed 15 seconds to minimize staff wait/down time. Unit should be made of stainless steel casing for durability and cleanability. Electrical Requirements: 208 volt, 60 hertz, 3 phase, and does not exceed 30 amps. Plug and cord included. Minimum 1 year warranty. Induction activator accepts pellet bases that hold 9 dinner plate. Has compatible insulated dome lid, stackable design, with easy to grab handle. Pellet base and dome lid to be black in color. Dishwasher safe. Require pellet base storage and transport rack that allows adequate spacing for drying and cooling. Constructed of stainless steel, and has swivel casters with brakes. Equipment Quantity Requirements: 1 each Induction heating activator 240 each Pellet bases 240 each Dome lids 3 each Pellet base storage racks (or quantity sufficient to hold 240 pellet bases). Delivery Requirements: All products should be delivered to the Minneapolis VA Health Care System at One Veterans Drive, Minneapolis, MN 55417. Please include any shipping costs that are not included in the cost of the line items. 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) 3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Past performance IAW 9.104-3(b). Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) Notice Listing Clauses Incorporated by Reference. In accordance with FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE there are below, clauses incorporated by reference (by Citation Number, Title and Date) and have the same force and effect as if they were given in full text. The full text can be found at: https://www.acquisition.gov/browsefar or https://www.va.gov/oal/library/vaar/ 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70 Commercial advertising (Jan 2008) 852.211-70 Service Data Manuals (Nov 1984) 852.211-73 Brand name or equal (Jan 2008) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside. 852.232-72 Electronic submission of payment requests (NOV 2012) 852.246-70 Guarantee (Jan 2008) 852.246-71 Inspection (Jan 2008) Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). ** End Solicitation **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/36C26318U0005/listing.html)
- Document(s)
- Attachment
- File Name: 36C26318U0005 36C26318U0005.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4609094&FileName=36C26318U0005-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4609094&FileName=36C26318U0005-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26318U0005 36C26318U0005.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4609094&FileName=36C26318U0005-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Minneapolis VA Healthcare System;Nutrition and Food Services;One Veterans Drive;Minneapolis, MN
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN05104380-W 20180927/180925231114-ebda82abf8294b9c8c089b20503fa259 (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 |