Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2022 SAM #7552
SOLICITATION NOTICE

73 -- 73--Dining Facility Equipment Package 1

Notice Date
8/2/2022 6:24:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722514 — Cafeterias, Grill Buffets, and Buffets
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
DRUMAFSBNEPK0001
 
Response Due
8/9/2022 1:00:00 PM
 
Archive Date
02/05/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is DRUMAFSBNEPK0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 722514 with a small business size standard of $27.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-08-09 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Drum, NY 13602 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Double compartment convection steamer, CLEVELAND, Model 24-CGA-10, two compartments, floor model steamer, single, large capacity natural gas-fired atmospheric steam generator, 125M BTU input, remote probe type water level controls, steam generator with automatic water fill on start up, automatic generator blowdown, electronic spark ignition and generator stand-by for instant steam, choice of compartment controls, manual by pass operation mode, exclusive cold water condenser design, Type 430 Stainless Steel exterior and cooking compartments, 120 Volt, 200 Watts, 2.0 Amps, 2 Wire for building P10150., 1, EA; LI 002: Garland Master Gas Convection Oven Model MCO-GS-20-S 60,0000 BTU/cavity, double deck, 3/4 HP fan motor with two speed fan control, electronic spark ignition, natural gas, master 200 solid state control with electromechanical timer, porcelain enameled oven interior with coved corners, six oven racks and 13 position rack guides per unit, double pane thermal window in all doors and interior lighting in both units, 115 volt, 60 Hz, 1 phase for building P10150., 1, EA; LI 003: The Alto-Shaam QC3-100 QuickChiller blast chiller includes a cabinet exterior with a #4 finish stainless steel front, door, sides and a top insulated with non-CFC foamed-in-place polyurethane. The rear and bottom are galvanized metal. The cabinet interior is stainless steel, including stainless steel air plenums. The door opening perimeter features an ABS thermal break to prevent sweating. The door has a stainless steel exterior with a stainless steel liner, is hinged left as standard and includes one (1) self-adjusting rotary door latch. A press-fit magnetic gasket is provided for positive seal. The refrigeration system is self-contained and uses R-404A refrigerant. One (1) condensing unit is connected to the interlaced coated evaporator coils. Has a touchscreen control, one (1) USB port, HACCP data access, three (3) detachable internal?product-temperature probes, and four (4) adjustable legs. The roll-in pan cart has twenty (20) non-tilt pan support rails set at 22-13/16"" (678mm) horizontal width between rails and 2-9/16"" (65mm) vertical spacing between rails, ten (10) stainless steel shelves, one (1) removable drip tray and one (1) cart handle. 115/208-230V, 1 phase, 60 Hz for building P10305., 1, EA; LI 004: The Alto-Shaam AR-7E OVER AR-7E rotisserie: Two stackable Alto-Shaam electric rotisseries with factory installed right hand stacking assembly, both heavy gauge, non-magnetic stainless steel with a sealed cooking chamber for heat retention. Low-e glass on front includes a handle with magnetic door latch. Both spit rotation controlled by one (1) 1 /2 hp motorized disk that provides an incremental rotation jog and automatic stop when door is opened. The cook temperature range is from 250� to 425�F (121� to 218�C). Additional electronic control features include temperature display in Fahrenheit or Celsius; a product hold key with a temperature range of 140� to 210�F (6 0� to 99�C), cooking set-points from 1 minute to 4 hours; and emergency stop. The rotisserie has a stainless steel exterior finish and is furnished with 4-inch adjustable legs, 7 angled spits and a drip pan with drain. Capacity 21-28 chickens, 208V-single phase. Double paned, curved glass doors for building P795., 1, EA; LI 005: Manitowoc Ice IYT0450A/D570 490 lb Indigo NXT Half Cube Ice Maker w/ Bin � 532 lb Storage, Air Cooled, 115v. Ice Maker Requirements: 490-lb. maximum daily ice production, 378-lb. AHRI-certified ice production, makes half dice ice, ice size: 0.375 in. x 1.125 in. x 0.875 in., Icon-based easyTouch display, amount of ice produced is programmable based on volume or time of day, acoustical ice sensing probe measures ice thickness, 24-hr. preventive maintenance and diagnostic feedback, hinged foodzone door swings out to provide access, removable water probe, water pump, distribution tube, curtain, and water trough, some of the components are made with AlphaSan antimicrobial to slow bacteria growth, corrosion-resistant DuraTech exterior keeps fingerprints hidden, uses R410A refrigerant, 3,800-6,000 BTU. Bin Requirements: 532-lb. application capacity, 430-lb. AHRI-certified capacity, ergonomic, 5.3-lb. ice scoop, built-in thumb and knuckle guard on the scoop helps prevent contamination, molded-in scoop retaining lip prevents ice from spilling out, grips on the door on the center, left, and right, self-latching door design keeps it open when scooping, door angle that makes it simple to reach the bin bottom, foam-insulated door reduces condensation on the exterior, polyurethane interior liner for building P20350., 1, EA; LI 006: Cleveland KDL-40 40 Gallon Stationary 2/3 Steam Jacketed Direct Steam Kettle, 40 gallon capacity, 50 PSI steam jacket and safety valve rating, Tri-leg design, adjustable feed, stainless steel tubular construction, 2 inch diameter tangent draw-off valve with drain strainer 120V-115 for building P20350., 1, EA; LI 007: Vulcan 36� SX Series Value Range, 36"" wide SX series light-duty range, Vulcan Model No. SX36-6BN, Stainless steel front, sides, backriser, high shelf and bullnose. High temperature burner T knobs with set screw. Porcelain door liner and oven bottom. Six 28,000 BTU/hr. cast top burners with liftoff burner heads. Shrouded flash tube pilot system (one pilot per two burners). 12"" x 12"" cast top grates with aeration bowls. Heavy duty top grates and burner heads. Compression spring door hinge system for durability. 30,000 BTU/hr. Standard oven measures 263?4""w x 26""d x 133?4""h. Thermostat adjusts from 250� to 500�F. One oven rack with four rack positions. 3?4"" rear gas connection and gas pressure regulator. Total input: 198,000 BTH/hr. Exterior Dimensions: 36""w x 32""d x 58""h on 6"" adjustable legs for buildings P20350 and P10650., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/ The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED***** Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award. Reporting During Contract Performance Equal Opportunity
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bb67a64487b4ecd993a327fdf08d7a1/view)
 
Place of Performance
Address: Bldg P4525 Door 16 , Fort Drum, NY 13602, USA
Zip Code: 13602
Country: USA
 
Record
SN06411518-F 20220804/220802230124 (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.