SOURCES SOUGHT
73 -- Equipment, Dishwasher Machine - Nutrition Food Service Richard L Roudebush VA Medical Center
- Notice Date
- 8/2/2024 7:41:23 AM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25024Q0911
- Response Due
- 8/8/2024 9:00:00 AM
- Archive Date
- 09/07/2024
- Point of Contact
- Alice Clark, Contract Specialist
- E-Mail Address
-
alice.clark@va.gov
(alice.clark@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for additional market research pertaining to RFQ 36C25024Q0733 to determine if a set-aside of two or more Service Disabled/Veteran Owned Small Businesses (SD/VOSB) or Small Businesses are capable of performing the requirements of a planned contract. The information will be used to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies and services described below. The Department of Veterans Affairs Network Contracting Office 10, Richard L. Roudebush Veterans Affairs Medical Center, Nutrition and Food Services, 1481 West 10th Street, Indianapolis, Indiana 45220 is seeking the procurement, delivery, and installation of a flight type rackless conveyor dishwasher. The offeror will also be required to disassemble, remove, and dispose of the current Hobart FT900 dishwasher. Description Quantity Unit of Measure Flight Type Rackless Conveyor Dishwasher 1 EA Installation New Dishwasher 1 EA Delivery New Dishwasher 1 EA Removal Old Dishwasher (Hobart FT900) 1 EA Disposal Old Dishwasher (Hobart FT900) 1 EA This sources sought announcement is to determine if set-aside commercial sources exist to meet the below requirements. The entity will provide all labor, materials, and equipment to purchase and install a new dishwasher, as well as dismantle, remove, and dispose of the current dishwasher and conveyor system. 1. FUNCTIONAL AND TECHINCAL SPECIFICATIONS: At a minimum any product shall meet the functional and technical specification listed below: 1.1 Dimension of flight type rackless conveyer dishwasher: Approximate total of 7.200 mm (23 7 1/2 ) Loading section approximately 1400 mm (3 11 1/4 ) Prewash section approximately 800 mm (1 11 5/8 ) Zone separator approximately 200 mm (11 3/4 ) Wash tank approximately 800 mm (2 7 ½ ) Zone separator approximately 200 mm (11 3/4 ) Pumped rinse section approximately 800 mm (2 7 1/2 ) Drying section approximately (4 3 1/8 ) Unloading section approximately (3 11 1/4 ) 1.2 Applicable Temperatures: The Celsius needs to be accurate withing +/- 1.7 when calibrated, or if a Fahrenheit thermometer, it needs to be accurate within +/-3. (a) Pre-wash from 37.8C-60C (100-140F) (b) Wash from 66-71C (150-160F) (c) Pumped Rinse from 71-82C (160-180F) (d) Final Rinse from 82-90.5C (190-195F) 1.3 A thermometer of equal accuracy must be provided, which indicates the temperatures of the final rinse water as it enters the manifold. 1.4 The wash water temperature for a double tank dishwasher must be at or above 66C (150F), and the final rinse water must be at, or above, 82C (180F) at the entrance to the manifold. 1.5 Heating is electrical. 1.6 Motor Horsepower: Prewash greater than or equal to 3 HP Wash greater than or equal to 3 HP Power Rinse greater than or equal to 1 HP Final Rinse greater than or equal to ¾ HP 1.7 Must include zone separators or appropriate place to install/hang soap/rinse agent dispensers. 1.8 Dishes/Hour - Capacity: Ability to clean a minimum of 10,000 plates per hour. 1.9 Power Supply: 208-240v/60/3-ph 1.10 Belt width greater than or equal to 29 1/2 (750 mm); passing height 15 3/4 and must be level throughout full length of machine. 1.11 ENERGY STAR Qualified 1.12 Water Usage: less than 100 gallons hour 1.13 Double wall insulated stainless steel construction. 1.14 Other key features/additional components (a) Auto-delime (b) Auto clean (c) Water Disposal System/Collector 1.15 Fresh water final rinse should use Soft Cold Water (1-3 grains per 1 US gallon). 1.16 Exhaust air temperature no more than 100.4F/38C. 2. INSTALLATION REQUIREMENTS 2.1 Work includes installation of the new dishwasher and a functionality check. This will include all electrical and wiring, if necessary, with review and approval from the Facility/Engineering. 2.2 The offeror is responsible for ensuring all equipment is properly connected and functioning. The space for this equipment is designed. The new dishwasher must meet the specifications to enable it to fit in the space, use current electrical setup, duct work, and drain specifications. Exact steam pipe location will be directed by the Facility/Engineering upon selection of offeror . 2.3 The offeror is responsible to attach custom SST duct work between the machine and ceiling. 2.4 The offeror must connect water with point of use water softener within 5 of connection point (final connection to equipment) 2.5 The offeror must connect the drain line to open site drain within 5 of connection point (final connection to equipment) 2.6 The offeror must connect the electrical to existing utilities within 5 of connection point (final connection to equipment) 2.7 The offeror must modify existing duct work to hook up to the new machine. 2.8 The offeror must attach all accessories (soap, sanitizer, etc) 2.9 STEAM Exact steam pipe location will be directed by the Facility/Engineering upon selection of offeror. 3. DISMANTELING, REMOVAL, AND DISPOSAL 3.1 Work includes dismantling the existing/current Hobart FT900 dishwasher machine, conveyor belt system, and attachments. Pictures of current configuration are attached. (Attachments 1-4) The conveyor belt system will have to be disassembled and removed to access the dishwasher. All equipment will have to be completely disassembled to fit through a door opening of 46 inches wide and 84 inches tall. 3.2 The offeror shall safely dispose of the Hobart FT900 by preparing, disconnecting, removing, and draining it. 3.3 The offeror shall prioritize safety and ensure adequate tools and equipment needed to allow for a safe dismantling of the machine are available. 3.4 The offeror will ensure that all electrical/power, water, and steam are properly disconnected and shut off to prevent accidents. 3.5 The offeror will ensure that any liquid is suitably extracted to avoid contamination and spills. 3.6 The offeror shall safely disconnect and remove any attached components. 3.7 The offeror shall dismantle/disassemble the existing/current Hobart FT900 dish washing machine. 3.8 The offeror will determine the proper disposal method, according to local regulations, for the existing/current Hobart FT900 dish washing machine. 3.9 The offeror shall remove the Hobart FT900 from its location to a proper disposal receptacle. 3.10 The offeror shall physically remove the Hobart FT900 from the property in an appropriate waste container. 4. WARRANTY: The offeror shall warranty all equipment and workmanship free of defects per industry standards. 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 interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the required supply(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, 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. (3) Is your company considered small under the NAICS code 333310? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources-sought announcement. This notice shall not be construed as a commitment by the Government to amend solicitation 36C25024Q0733 or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333310 (1,000 Employees). Responses to this notice shall be submitted via email to alice.clark@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, August 8, 2024 12:00 AM EST. After review of the responses to this source sought announcement, an amendment to solicitation 36C25024Q0733 may be published on sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective offerors must be authorized re-sellers to participate in the solicitation process and must provide documentation in response to this sources sought. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs, U.S. Small Business Administration Certification (VetCert). Registry is located at https://veterans.certify.sba.gov. ATTACHMENT ONE ATTACHMENT TWO ATTACHMENT THREE ATTACHEMENT FOUR
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/01426b21e54c4d0f8c8086e01eb7619f/view)
- Place of Performance
- Address: The Department of Veterans Affairs Richard L Roudebush VA Medical Center ATTN: Nutrition Food Services 1481 West 10th Street, Indianapolis 46202
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN07155274-F 20240804/240802230124 (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 |