SOLICITATION NOTICE
73 -- 605-20-3-077-0487 Conveyor Type Dishwasher (VA-20-00071025)
- Notice Date
- 8/11/2020 3:08:29 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1299
- Response Due
- 8/14/2020 1:00:00 PM
- Archive Date
- 09/13/2020
- Point of Contact
- James Simms, James Simms, Phone: 562-766-2256
- E-Mail Address
-
james.simms@va.gov
(james.simms@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318, with a small business size standard of 1000 Employees. The FSC/PSC is 7320. The Department of Veterans Affairs VA Loma Linda Healthcare System, Loma Linda, California 92357 has a requirement for An Electric-Powered Conveyor Dishwasher and Ancillary Equipment Items. The Contractor shall furnish all materials and conduct installation at the Veterans Affairs, VA Loma Linda Healthcare System 11201 Benton Street, Loma Linda, California 92357. Request items listed below. All interested companies shall provide quotations for the following: Supplies/Services Item Description Unit Qty Unit Price Total Price 1 CLPS86EN-EGR+BUILDUP - DISHWASHER, CONVEYOR TYPE EA 1 $0.00 $0.00 2 KBC-200 - SOILED BREAKDOWN AND CONVEYOR SYSTEM EA 1 $0.00 $0.00 3 S419 - WASTE COLLECTOR EA 1 $0.00 $0.00 4 INSTALL - Installation to be completed during normal business hours (8am- 5pm) M-F EA 1 $0.00 $0.00 5 FREIGHT (IF APPLICABLE) EA 1 $0.00 $0.00 The required equipment must be compatible and integrated with electrical power connections, drainage fittings. This procurement will require installation. Install: Uncrate and set new dish machine in place, remove all packaging debris Make final connections within 5' of connection point Modify duct to connect to new dish machine to existing ceiling duct Salient Characteristics: Conveyor Dishwasher, energy recovery (DWER), (2) tank with a Power Scrapper, (342) racks/hour, insulated hinged doors, .39 gallon/rack, stainless steel enclosure panels, microprocessor controls with low temperature & dirty water indicators, NSF pot & pan mode, power scrapper vent cowl curtain kit, 30 kW stainless booster, drain water tempering kit, ENERGY STAR® CLPS86EN EGRELE0AX 208v/60/3 ph, electric heat only CLPS86EN EGRHTE15K Electric tank heat 15kW wash/10kW rinse 1 ea CLPS86EN EGRERH30K 30kW electric booster 1 ea CLPS86EN EGRDIR0LR Left to right operation BDELRAX HTSDOM Higher than standard, domestic, Blower Dryer Electric, 208/60/3 L R, includes (1) 4 X 16 vent stack CLPS86EN EGRHGTHTS Higher than standard 1 ea CLPS86EN EGRFETSTD Standard feet EXTHD/E ADJ E series extended hood (adjustable) 6 ea DISHRAK PEG20 Peg rack 4 ea DISHRAK COM20 Combination rack 2 ea SHTPAN RACK Rack, 6 sheet pan 2 ea 1/2INSHK ABSRBR Water Shock Absorber Kit (Unit without booster also needs PRESREG 1/20BR) 1 ea 2x quantity 1/2INSHK ABSRBR recommended for all EGR/ADV machines (1 each required for both incoming Hot and Cold water lines) 1 ea SEF 8557A CIRCUIT BREAKERS Common connection for all electric booster electric tank heat units. one electric connections. One for motors, controls and tank heat AND one connection for booster. (2 breakers) 1 ea soiled breakdown system, Aerowerks Model No. SOILED BREAKDOWN AND CONVEYOR SYSTEM (or comparable brand name item) Soiled dish table, c/w waste trough, magnetic silver saver, (02) perforated s/s ledges, (02) pre rinse stations, overhead rack & storage shelf Qty 1 Fast track rack transfer conveyor, model Aerowerks KBC 200 (or comparable brand name item), c/w electrical control panel, (02) scrap sump w/ perforated scrap basket, plate landing deck and remote start/stop station Qty 1 Hose clean up station Qty 1 Mobile soak sink Qty 1 Assembly A. Authorized Factory Technician will arrive at jobsite to field weld, polish and interconnect Aerowerks (or comparable brand name item) equipment. This covers all inter electrical and plumbing connections of Aerowerks (or comparable brand name item) components only. B. Assembly to be performed during regular working hours. Overtime, weekend, evening or standby labor time is not included. C. Assembly is quoted based on Non Union/Non Prevailing labor rates. D. Please be advised that all Aerowerks (or comparable brand name item) equipment MUST be assembled by an Authorized Technician(s) or authorized service agent. Warranty is void if assembled by an unauthorized service agent. 1 ea Waste Collector Salvajor Model No. S419 (or comparable brand item) Trough Collector , trough conveyor & collecting system (widely accepted in areas where disposers are restricted), HYDROLOGIC® with LCD readout, trough diffuser, salvage basin & silverware trap, scrap basket, 3/4 HP corrosion resistant pump, pump intake screen ,stainless steel construction, start/stop pushbutton control panel, with safety line disconnect & automatic shut off timer, UL, CSA, CE, NSF 1 ea Collector top is available to ship to the fabricator in advance of unit (additional shipping charges will apply). 1 ea 208v/60/3 ph, 3.2 amps 1 ea RSS Remote start/stop switch for all controls (HydroLogic control with operator sensor comes standard mounted to SM/PSM models. ONLY add if additional on/off control is required) 1 ea 980104 Mounting bracket for RSS, MSS, MSS LD, MRSS, MRSS LD 1 ea 997101 Control padlock hasp 2 ea 988001 Gusher head assembly for TVL, TVR & S419 1 ea 980061 Additional trough diffuser for TVL, TVR or S419 1 ea 992013 Additional scrap basket 1 ea 980211 Seismic Flange for Support Leg (3 included) Installation Uncrate and set new dish machine in place Make final connections within 5' of connection point Modify duct to connect to new dish machine to existing ceiling duct Prevailing Wage Remove all packing debris Final connections to equipment To perform assembly of blower dryer and dish machine startup/training COMPLETION OF WORK /DELIVERIES/INSTALLATION ON/BEFORE 12/30/2020. Delivery Terms: FOB ORIGIN Place of Performance/Place of Delivery Department of Veterans Affairs VA LOMA LINDA HEALTHCARE SYSTEM 11201 BENTON STREET LOMA LINDA, CA. 92357 The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items ADDENDUM: Applies to this acquisition and the following addenda to the provision. The Offeror s quotation shall be submitted electronically on company letterhead stationery to the Points of Contact identified in Contract Opportunities combined synopsis/solicitation announcement by the date and time indicated. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. Late submissions Offerors are responsible for submitting at the time specified. An offer received after the time specified is late and will not be considered. All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. SUBMISSION OF QUESTIONS Questions: All questions must be received by 08/14/20 at 1:00 PM Pacific Time (PT). All questions submitted for this solicitation must be electronically sent to the following email address: james.simms@va.gov. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 334510 (Size: 1250 Employees). The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Friday, August, 14 2020 at 1:00 PM PT. NO EXTRA TIME WILL BE GIVEN, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Offeror shall quote all line items under this requirement and the pricing terms of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote. Correspondence or questions may be directed to James Simms, Contracting Specialist at james.simms@va.gov with RFQ 36C26220Q1299 Conveyor Type Dishwasher in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote. Also, for verification of your SDVOSB and VOSB, please insured your business is register with the Office of Small and Disadvantage Business Utilization, here is the link: https://www.vip.vetbiz.va.gov/Search/AdvancedSearchForm. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Attention: www.sam.gov registration is required to be complete at time of submission of response. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 852.212-71 Gray Market Items. (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. All quoters shall submit the following: 1) quotes (with company letterhead) listing all requested line items, quantities, unit, unit price, extended price, delivery and installation, in-service training, warranty information, quote expiration date, salesperson/POC contact information. All quotes shall be sent to James Simms, Contract Specialist, NCO 22. Email: james.simms@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: The award will be made to the response most advantageous to the Government. Price Alone. Brand name (or equal), must be compatible and integrated with electrical power connections, drainage fittings. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, 08/14/2020 at 1:00 PM PST to james.simms@va.gov. All Shipping and Handling exceeding $249.00 will required a government bill of laden. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: James Simms, Contract Specialist James.simms@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a14973ddcdc494db1c5782617c8735a/view)
- Place of Performance
- Address: Department of Veterans Affairs VA LOMA LINDA HEALTHCARE SYSTEM 11201 BENTON STREET WAREHOUSE – 1C05, LOMA LINDA 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05753683-F 20200813/200811230151 (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 |