Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

J -- Canteen Kitchen Equipment Maintenance

Notice Date
8/7/2020 11:35:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q1292
 
Response Due
8/18/2020 10:00:00 AM
 
Archive Date
10/17/2020
 
Point of Contact
ositadima.ndubizu@va.gov, Ositadima Ndubizu, Phone: (562) 766-2252
 
E-Mail Address
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Canteen Kitchen Equipment Maintenance 1.b. Description: VA Long Beach Healthcare System is seeking a contractor to provide both monthly and semi-annual preventive maintenance for the canteen kitchen equipment. 1.c. Project Location: VA Long Beach Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q1292. 1.e. Set Aside: This solicitation is issued as a Small Business set aside. 1.f. Applicable NAICS code: 238290, Other Building Equipment Contractors. 1.g. Small Business Size Standard: $16.5 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base + 2 options 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 14 1.l. Request for Information (RFI) should be submitted via email no later than 4pm PST Tuesday, August 11th, 2020 to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Long Beach Healthcare System is seeking a contractor to provide both monthly and semi-annual preventive maintenance for the canteen kitchen equipment. 2.2. Background. The purpose of this solicitation is to enter into a contract for cleaning and maintenance services for food equipment at the VA Long Beach Healthcare System (VALBHS) in Building 165 (the canteen) as requested by the Engineering Division. This will be a multi-year contract in which the contractor performs scheduled preventative maintenance on kitchen equipment and appliances. This service will be performed by trained and experienced technicians on a monthly and semi-annual basis. 2.3. Scope. The Contractor must clean and maintain the equipment below: Item # Equipment Description Qty Unit 1 Keating Griddle Grill Model # 48x30FLD, Check/Inspect, calibrate, thermostats, wiring and connections. 1 MO 2 Fry Master Model: FPRE117CSC, s/n 1107NX0017 Check/inspect wiring, connections, heating elements, filter pump. Verify proper voltage. Clean excessive buildup. Lubricate per Manufacturer s Instructions. Test for proper operation 1 MO 3 Fry Master Model: FMRE217CSE, s/n 1107NX0010 Check/inspect wiring, connections, heating elements, filter pump. Verify proper voltage. Clean excessive buildup. Lubricate per Manufacturer s Instructions. Test for proper operation 1 MO 4 Broaster Model: 1800, Serial: SE8E111663. Check/Inspect: wiring, connections, heating elements, filter pump. Verify proper voltage. Clean excessive buildup. Lubricate per Manufacturer s Instructions. Test for proper operation 1 MO 5 Alto Shaam Model: 1200UPS, S/N 489632-001, Check/inspect wiring, connections, heating elements, thermostats, temperature probe, temperature Calibration, door gasket/lock (close properly) Verify Proper Seal to Unit 2 Semi-Annual JB 6 Alto Shaam Model: 1200UPS, S/N 489632-001, Check/inspect wiring, connections, heating elements, thermostats, temperature probe, temperature Calibration, door gasket/lock (close properly) Verify Proper Seal to Unit. 2 Semi-Annual JB 7 Alto Shaam Model: 1200UPS, S/N 1006868-000, Check/inspect wiring, connections, heating elements, thermostats, temperature probe, temperature Calibration, door gasket/lock (close properly) Verify Proper Seal to Unit 2 Semi-Annual JB 8 Hatco Model: FSDTS-2 Display Pizza S/N: 8761641118. Check/Inspect: wiring, connections, heating element, thermostats, temperature probe, temperature calibration, door gasket/lock (close properly) verify proper door close and seal to unit 2 Semi-Annual JB 9 Henny Penny Combi Oven Model: ECC121032-01 S/N: 8021263, check/inspect: wiring, connections, heating elements, electrical components, fan, blower, solenoid water valve for proper function, lubricate per manufacturers instructions. Verify proper door close and seal to unit. 2 Semi-Annual JB 10 Doyon/Proofer/Oven Model: JAOP6SL, S/N: 1599, Check/Inspect: wiring, connections heating element, electrical components, fan blower, solenoid water valve for proper function, lubricate pe manufacturers instructions. Verify proper door close and seal to unit, 2 Semi-Annual JB 11 Duke Oven Model: N/A, S/N: N/A Check/Inspect: wiring, connections heating element, electrical components, fan blower, solenoid water valve for proper function, lubricate per manufacturer instructions. Verify proper door close and seal to unit, 2 Semi-Annual JB 12 Turbo Chief Model: NGC, S/N NGCD6D10125. Check/Inspect Wiring, connections, heating system, (check convection, microwave and air-heat systems), remove dust buildup inside blower, magnetron and convection blower. Clean. 2 Semi-Annual JB 13 Turbo Chief Model: NGC, S/N NGCD617703. Check/Inspect Wiring, connections, heating system, (check convection, microwave and air-heat systems), remove dust buildup inside blower, magnetron and convection blower. Clean 2 Semi-Annual JB 14 Lang Oven Model: RT136E, Serial: RT360914A0031. Check/Inspect Wiring, connections, Hot plate, Blower Motor, heating element. Calibrate thermostats. Lubricate per manufacturer s Instructions, Clean. 2 Semi-Annual JB 15 Lincoln Model: 1132-000-U-K1837 Stacked Unit Serials: 1107210000328/1107210000329 Check/Inspect Wiring, connections, thermostat calibration Verify voltage amps draws. Lubricate per manufacturer s instructions. Clean. 2 Semi-Annual JB 16 Henny Penny Model: SCR6 S/N: CA1003002, check/inspect cabinet: heating elements, air heating element, blower motor, Rotate Motor, lubricate per manufacturer s instructions. Clean. 2 Semi-Annual JB 17 Henny Penny Model: HMR-103, Serial: HA1007015. Check/Inspect wiring connections, heating element (Check for safety to operate). Calibrate temperature sensor if needed. Remove dust build-up inside control board compartment and cooling fan. Test unit for proper operation and temperature 2 Semi-Annual JB 18 Wells Model: Wvg136rw Serial: Vg136w1111a0002 . Warmers Located in CLC kitchen building 133 Check/Inspect wiring connections, heating element (Check for safety to operate). Calibrate temperature sensor if needed. Remove dust build-up inside control board compartment and cooling fan. Test unit for proper operation and temperature 2 Semi-annual JB 19 True Model: Tcgr-50-cd Serial: 4922163 Curved glass display Located in CLC kitchen building 133 2 Semi-annual JB 20 Hoshizaki Model: Cr1s-fs Serial: E808021 Reach-in Located in CLC kitchen building 133 2 Semi-Annual JB 21 Traulsen Model: Rdt132wut Serial: T174141k11 Dual temp cooler Located in CLC kitchen building 133 2 Semi-Annual JB 22 Robo Coupe Model: R2 Serial: Robofoodpc8 Processor 2 Semi-Annual JB 23 Vollrath Model: Rdt132wut Serial: T174141k11 Induction single burner 2 Semi-Annual JB 24 Hatco Model: booster heater Serial: Hatcoboosterpc15 2 Semi-Annual JB 25 Insinkerator Model: Ss800-29 Serial: 11019087185 Disposal 2 Semi-Annual JB 26 Duke Model: Dukeoven Serial: DUkeovenpc9 2 Semi-Annual JB 27 Duke Model: Dukeoven Serial: DUkeovenpc10 2 Semi-Annual JB 28 Henny-Penny Model: Combi Oven Serial:15213282 2 Semi-Annual JB 29 Lang Model: Rt136e Serial:Rt360914a0031 Glass Top 2 Semi-Annual JB 30 True Model: Tpp-60 Serial:7206933 Pizza Prep Table 2 Semi-Annual JB 31 True Model: Stg1rrl-1s Serial:8902960 Single door roll in 2 Semi-Annual JB 32 True Model: Twt-72 Serial:8394644 2 door reach in freezer 2 Semi-Annual JB 33 True Model: Ts-23 Serial:8383080 3 door under counter work top 2 Semi-Annual JB 34 True Model: Ts-49f Serial:7162302 2 door reach in freezer 2 Semi-Annual JB 35 True Model: Ts-49 Serial: 7146855 2 door reach in cooler 2 Semi-Annual JB 36 True Model: Ts-72 Serial: 7231962 3 door reach in cooler 2 Semi-Annual JB 37 True Model: Ts-23 Serial: 8383078 single door reach in cooler 2 Semi-Annual JB 38 Doyon Model: Jaop6sl Serial: 1599 Oven/Proofer combo 2 Semi-Annual JB 39 Don Model: Toaster Serial: Dontoastpc17 2 Semi-Annual JB 40 Don Model: Toaster Serial: Dontoastpc18 2 Semi-Annual JB 41 Golden Malted Model: Waffle Maker Serial: Gmwafflepc19 2 Semi-Annual JB 42 Wells Model: Ht400 Serial: B10ta081a0021 Serving well 2 Semi-Annual JB 43 Wells Model: Ht400af Serial: B10t0811a0006 Serving well 2 Semi-Annual JB 44 Wells Model: Ht400f Serial: B10ta0311a0020 Serving well 2 Semi-Annual JB 45 Hatco Model: Pizza hold and display case Serial: Hatpizzapc22 2 Semi-Annual JB 46 Wells Model: Mod100tdaf Serial: M1tda8911a0004 Serving well 2 Semi-Annual JB 47 Turbo Chef Model: Countertop oven Serial: Turbopc23 2 Semi-Annual JB 48 True Model: Ts-23 Serial: 7008635 single door reach in cooler 2 Semi-Annual JB 49 True Model: Str1rr1-1s Serial: 8439704 single door reach in 2 Semi-Annual JB 50 True Model: Tpp-60 Serial: 4953917 Pizza Prep Table 2 Semi-Annual JB 51 Alto Sham Model: 5 level heat shelves Serial: Altoshampc24 2 Semi-Annual JB 2.4. General Requirements Scheduled visits: Equipment listed above requiring monthly cleaning and maintenance shall take place toward the end of each month (last 10 days) during normal business hours. Equipment listed above requiring semi-annual cleaning and maintenance shall take place toward the end of December and June (last 10 days) during normal business hours. Reporting: When the Contractor arrives on station to provide services, he/she must notify the COR and sign-in prior to commencing work. Once the job is completed, the contractor must sign-out with the COR after satisfactory inspection and approval by COR. Within 30 Days of completing the job, the Contractor must submit a complete written report of services rendered to COR. As a minimum, the report shall include services done on each piece of equipment including cleaning and lubrication. Travel: All travel expenses shall be at the expense of the Contractor and not reimbursed by the Government. Inventory Changes: Throughout the duration of this contract, equipment will be replaced with newer and permanent replacements. As old equipment is removed from this contract newer ones will be added in their place. The COR will inform the contractor of changes at least a week prior to the next scheduled visit with lists of changes that took place since the previous visit. Per Federal Acquisition Regulation (FAR) Part 43.103 bi-lateral contract modifications will be issued to address equipment changes. 2.5. Safety Requirements All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. All personnel entering the facility must undergo COVID-19 screening. 2.6. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.7. Period of Performance. The period of performance is base year + 2 options. Normal working hours at the sites are 7:00 am 5:00 pm Monday through Sunday, excluding National holidays. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.8. Contractor Personnel Background Requirements. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.9. Contractor Personnel The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager: Company Name: Address: Phone No: Email: 2.10. Contractor Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.11. Insurance Coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Tuesday August 18th, 2020 to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with DUNS no. 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/328fad7f19bc46518bcb6e39c944be23/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 E 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN05749224-F 20200809/200807230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.