Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2021 SAM #7203
SOURCES SOUGHT

73 -- 642-Nutrition and Food Service-Kitchen Equipment and Appliances

Notice Date
8/19/2021 6:50:03 AM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q1075
 
Response Due
8/11/2021 8:00:00 AM
 
Archive Date
10/10/2021
 
Point of Contact
Contracting Officer, Andrea Aultman-Smith, Phone: 610-384-7711 X3228
 
E-Mail Address
andrea.aultman-smith@va.gov
(andrea.aultman-smith@va.gov)
 
Awardee
null
 
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of meeting requirement and salient characteristics below for the Brand Name or Equal purchase of Reach-In Refrigerators and Ice Makers Hoshizak Model or Equivalent. A. Deliverables: The successful Contractor will deliver all equipment items: 2 each REACH IN REFRIGERATOR, Hoshizaki Model No. R2A FS and 2 each ICE MAKER, CUBE STYLE, Hoshizaki Model No. KM 350MAJ. The equipment will be delivered to the Warehouse at Philadelphia VAMC. Delivery times and dates for deliveries are: 7:30 am to 3:30 pm, Monday through Friday. Each equipment item shall include: 2 each REACH IN REFRIGERATOR Hoshizaki Model No. R2A FS Steelheart Series Refrigerator, reach in, two section, 50.37 cu. ft., top mounted self contained refrigeration, (6) epoxy coated wire shelves, (2) full height solid hinged doors, digital temperature display/controls, LED interior lighting, stainless steel exterior front & sides, stainless steel interior, (4) 4"" heavy duty casters (2 with brakes), R290 Hydrocarbon refrigerant, 1/2 HP, NEMA 5 15P, cETLus, ETLSanitation 2 each Warranty: 3 Year parts & labor on entire machine 2 each Warranty: 5 Year parts on compressor 2 each 115v/60/1 ph, 8 amps, standard 2 sets Casters, 4"" (set of 4), standard 2 each ICE MAKER, CUBE STYLE Hoshizaki Model No. KM 350MAJ Ice Maker, Cube Style, 22""W, air cooled, self contained condenser, production capacity up to 489 lb/24 hours at 70°/50° (393 lb AHRI certified at 90°/70°), crescent cube style, stainless steel finish, R 404A refrigerant, 115v/60/1 ph, 9.05 amps, NSF, UL, ENERGY STAR® 2 each Warranty: 3 Year parts & labor on entire machine 2 each Warranty: 5 Year parts & labor on evaporator 2 each Warranty: 5 Year parts on compressor & air cooled condenser 2 each B 500SF Ice Bin, 30""W, top hinged front opening door, 500 lb ice storage capacity, for top mounted ice maker, stainless steel exterior, painted legs included, protected with H GUARD Plus Antimicrobial Agent, ETL, ETL Sanitation 2 each Warranty: 3 Year parts & labor for bin 2 kit HS 2033 Top Kit, 8"", ABS B. Scope of Service: The Contractor is responsible for successfully transporting, delivering, and installing the new equipment items at the CMCVAMC; located at 3900 Woodland Avenue, Philadelphia, PA 19104. The installation of equipment items for CMCVAMC will consist of 2 each REACH IN REFRIGERATOR and 1 each ICE MAKER, CUBE STYLE, Hoshizaki Model No. KM 350MAJ, shall take place at the Nutrition and Food Service s main kitchen; located in room B2B125, ground floor of the CMCVAMC. The installation of equipment for the CLC will consist of 1 each ice maker located at the Community Living Center (CLC), 3461 Civic Center Blvd, Building 30, Philadelphia, PA 19104. The proposed turn-key operation will include meeting the electrical specifications in full scope. The contractor will coordinate with in house services to ensure the safety of delivery and work area during all phases of the proposed work.    Final connections must be within 5 feet of existing utilities. C. Training: The Contractor is responsible for providing on-site training to designated CMCVAMC staff on how to properly operate all the newly installed equipment. Mr. Jonathan Delp will coordinate with the Contractor in advance on the number of CMCVAMC employees that will attend this training session. The training will include how the equipment operates, safety, cleaning, and preventive maintenance actions. D. General Conditions: Contractor shall provide all tools, personnel, and supervision required to complete the delivery and installation. Contractor will be responsible for providing personal protective equipment for their personnel when on-site at the VA. All work shall be completed during normal VA business hours: Monday through Friday; 8 am to 4 pm, including federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this Statement of Need when the Government facility is not closed for the above reasons. The Contractor shall ensure that all contractor personnel working on the jobsite obtain successful background investigations. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. The Contractor is responsible for removal of all debris and trash, generated from the uncrating and installation of the equipment. E. Condition of Equipment: Any damages found on any new equipment items, whether it was received damaged from the manufacture or damaged during transport to CMCVAMC receiving warehouse, will be replaced with no additional charge. F. Delivery Requirements: Delivery of all equipment will be delivered to Receiving Warehouse at CMC VAMC. Delivery times and dates for deliveries are: 7:30 am to 3:30 pm, Monday through Friday. No exceptions. Contractor shall deliver the equipment within 10 business days after receipt of award. Installation shall be beginning immediately upon delivery. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 333415, Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The Small Business Size Standard for this NAICS code is 1250 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 500 employees  Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;    Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?  (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.  (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your DUNS number.  *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via mail to via GSA eBuy no later than 11:00 AM Eastern Standard Time on August 11, 2021. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.  All questions will be addressed by the Contractor Officer, Andrea Aultman-Smith.   All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Contracting Officer Andrea Aultman-Smith, Contract Officer at andrea.aultman-smith@va.gov   DISCLAIMER   This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c70bbf539c3d4111a0df739e5db676ac/view)
 
Place of Performance
Address: Corporal Michael J, Crescenz Veterans Affairs Medical Center 3900 Woodland Avenue, Philadelphia, 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN06104564-F 20210821/210821203421 (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.