Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SOLICITATION NOTICE

73 -- Dining Facility Electric Range

Notice Date
5/18/2022 11:01:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W7NG USPFO ACTIVITY MNANG 148 DULUTH MN 55811-6012 USA
 
ZIP Code
55811-6012
 
Solicitation Number
W50S7F22Q0029
 
Response Due
5/25/2022 11:00:00 AM
 
Archive Date
06/09/2022
 
Point of Contact
Rebecca Dimler, Phone: 2187887242, Dustin Shearer, Phone: 2187887412
 
E-Mail Address
rebecca.dimler@us.af.mil, dustin.shearer@us.af.mil
(rebecca.dimler@us.af.mil, dustin.shearer@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06. This combined synopsis/solicitation is set-aside 100% for small business. The North American Industrial Classification Standard 333318 applies to this solicitation; business size standard is 1,000 employees.� The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following: Qty: 1 EACH Hardwired Electric Range, 208V, 1 phase. Electric range must be stainless steel with wheels, controls must be cast aluminum with a heat protection grip, and an installed splash screen on back of unit. Overall width: 60 inches max. Overall depth: 48 inches max. Cooking surface height must be 36 inches. Range must have two ovens with minimum interior dimensions of 15��W x 25��D x 12��H. The temperature range for the ovens must be 150-500 degrees Fahrenheit. A standard 18��x26�� sheet pan needs to fit inside the oven. Oven must come equipped with at least one oven rack. A minimum of four french style 9�� round plate burners located on the right side of the unit. Range must have a minimum 36�� griddle with a removable grease trough. Steel plate surface must be made of ��� thick steel. Pricing should include delivery, installation, and removal of existing range. EVALUATION: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on best value using price, delivery time, and past performance (see 52.212-2 provision). All solicitation specifications are not absolute and the 148th FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2(b)(3). QUOTE INSTRUCTIONS: Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery dates. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to https://sam.gov/ to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov. Quotes are due in this office no later than 25 May 2022 @ 1:00 PM (CST).� Offeror MUST provide Tax ID and CAGE Code and DUNS# with proposal.� All questions and quotes must be directed to the 148th FW Contracting Office via email at Rebecca.dimler@us.af.mil or dustin.shearer@us.af.mil. Questions asked within 2 days of solicitation close will be answered via email at the discretion of the Contracting Officer and an amendment to the solicitation will be posted. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. The selected Offeror must comply with the following Clauses, which are incorporated herein by reference: 52.203-3 Gratuities (APR 1984) 52.203-6 Restrictions On Subcontractor Sales To The Government (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services� (JUL 2018) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-6 Protecting the Government's Interest When� (JUN 2020) 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes� (JUL 2021) 52.219-28 Post-Award Small Business Program Representation (NOV 2020) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition Of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-6 Authorized Deviations In Clauses (NOV 2020) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7001 Prohibition On Persons Convicted of Fraud� (DEC 2008) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2017) 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten (OCT 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JUN 2013) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Items (OCT 2020) 252.247-7023 Transportation of Supplies by Sea (FEB 2019) Provisions 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017) 52.204-7 System for Award Management (AUG 2020) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) 52.207-4 Economic Purchase Quantity-Supplies (AUG 1987) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representation (DEC 2016) 52.225-18 Place of Manufacture (AUG 2018) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (JUN 2020) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) (NOV 2014) Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00eb0959a3654f969580e9713524e6e2/view)
 
Place of Performance
Address: Duluth, MN 55811, USA
Zip Code: 55811
Country: USA
 
Record
SN06331397-F 20220520/220518230101 (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.