United States - 73--Food Retherm Warming System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 September 2019
Opportunity publication date
29 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 28, 2019 9:54 am

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4

Original Date: 10/12/17

Revision 01 Date: 01/08/18

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

36C24219Q1160

Posted Date:

08/28/2019

Original Response Date:

09/12/2019

Current Response Date:

09/12/2019

Product or Service Code:

7310

Set Aside (SDVOSB/VOSB):

Total Small Business set-aside

NAICS Code:

333318

Contracting Office Address

Department of Veterans Affairs James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468.

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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 effective August 13, 2019. The North American Industrial Classification System (NAICS) code for this procurement is 333318, with a small business size standard of 1,000 Employees. This solicitation is 100% set aside for small business.

Submission shall be received not later than 09/12/2019 @ 10AM EST via e-mail to the Contract Specialist - Aleta.Jennette@va.gov.

This is a FAR13 RFQ is for BURLODGE Brand name or Equal Food Warming Retherm system. Equal products must comply with the product description in below and meet or exceed each of the minimum performance requirements listed in this solicitation.

List of Line items and quantities

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

12.00

EA

________

__________

B-POD BASESTATION RETHERM SYSTEM (MONTROSE ORDER)

0002

12.00

EA

________

__________

ADAPTOR PANEL FOR SHORT VERSION

0003

12.00

EA

________

__________

PANEL GREEN B-POD

0004

12.00

EA

________

__________

THREE PHASE - 208V - WITH ELECTRICAL CABLE

0005

12.00

EA

________

__________

DOUBLE REMOTE REFRIGERATION NA

0006

12.00

EA

________

__________

LCD ELECTRONIC CONTROL PANEL WITH HACCP &BCARDWISE

0007

24.00

EA

________

__________

POD/S/S

0008

24.00

EA

________

__________

DOOR LATCHES (includes 2 latches)

0009

24.00

EA

________

__________

4 CASTORS 160mm - GALVANIZED CENTRAL BREAK AND TOWBAR

0010

24.00

EA

________

__________

24 LEVEL BARRIER - SHORT P. 80mm

0011

24.00

EA

________

__________

WARD TAG HOLDER

0012

1.00

EA

________

__________

SPARE PARTS KIT

0013

36.00

EA

________

__________

REVERSIBLE TRAYS

0014

1.00

EA

________

__________

TRAINING AND IMPLEMENTATION AT CASTLE POINT

0015

1.00

EA

________

__________

INSTALLATION

0016

6.00

EA

________

__________

B-Pod Base Station Retherm System (CASTLE POINT ORDER)

0017

6.00

EA

________

__________

ADAPTOR PANEL FOR SHORT VERSION

0018

6.00

EA

________

__________

PANEL GREEN B-POD

0019

6.00

EA

________

__________

THREE PHASE - 208V - WITH ELECTRICAL CABLE

0020

6.00

EA

________

__________

DOUBLE REMOTE REFRIGERATION NA

0021

6.00

EA

________

__________

LCD ELECTRONIC CONTROL PANEL WITH HACCP & BCARDWISE

0022

12.00

EA

________

__________

POD S/S - SHORT MODEL- Inc. ADDITIONAL LATCH (Doors included)

0023

12.00

EA

________

__________

DOOR LATCHES (includes 2 latches)

0024

12.00

EA

________

__________

4 CASTORS 160mm - GALVANIZED CENTRAL BRAKE

0025

12.00

EA

________

__________

24 LEVEL BARRIER - SHORT P. 80mm

0026

12.00

EA

________

__________

VERTICAL TRAY SEPARATION GRID - SHORT MODEL

0027

12.00

EA

________

__________

WARD TAG HOLDER

0028

1.00

EA

________

__________

SPARE PARTS KIT

0029

22.00

EA

________

__________

REVERSIBLE TRAYS

0030

1.00

EA

________

__________

TRAINING AND IMPLEMENTATION FOR CASTLE POINT

0031

1.00

EA

________

__________

INSTALLATION FOR CASTLE POINT

0032

1.00

EA

________

__________

INSIDE DELIVERY TO BOTH CAMPUSES

0033

4.00

EA

________

__________

4 COPIES OF USER AND SERVICE MANUALS FOR ALL APPLICAPLE EQUIPMENT

GRAND TOTAL

_________

Product Description (salient characteristics and Specs)

DOCKING STATIONS

- 304 Stainless steel exterior and interior construction with Hi impact ABS plastic front & top mounted control panel housing and anti-static high impact thermoplastic

- Exterior LED digital mounted control panel c/w automatic programing, 3 cycles, audible alarm and visual signal c/w HACCP Monitoring program.

- Can be mounted anywhere. No wall required. Ability to be mounted back to back.

- Allows access to all trays in truck while still nested in the docking station for easy diet changes and reviews of all trays. No interruption on heating/cooling process to compromise food safety.

- Docking Station can be raised or lowered by determination of the height of trucks being used.

- No need to close docking side doors, after undocking, which will reduce risk of burn injuries.

- Vertical air flow that utilizes a central duct system combined with high velocity fans to ensure proper and even heating and temperatures throughout the chamber of the food truck.

- Automatically adjusts for less than full tray load in food truck while keeping proper heated temperatures.

TRUCKS

- 304 stainless steel and aluminum with carbon fiber doors.

- Door must open, 270 degrees, on sides to allow meal changes without disconnecting retherm cycle.

- Must nest under docking station, not against it, so doors remain closed prior to, during and after retherm cycles for temperature retention.

- equally sized hot and cold sections which allows for trays to be reversible, stackable, and less wear and tear on hot side of trays.

- Recessed door handles.

- Individual thermal dividers allowing easy cleaning and/or replacement without tools.

- Trucks need to have CFC-free polyurethane foamed insulation to insure no voids or air pockets that can cause temperature fluctuations.

Base Station Retherm System accommodates transport

(truck) models.

Base Station has 2 side mounted support legs &

floor mounting brackets. Electrical 208-volt, 3 phase, 60 cycle 4 wire, 30

amp service c/w cord & plug, Approvals UL, ETLcus and EPH sanitation.

S/S SHORT MODEL inc. ADDITIONAL LATCH

Packed cs FT TRAY 575X325mm ONYX 14 per case

Meet energy star requirements

Offerors providing an or equal product(s) to Burlodge must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal product must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet or exceed the salient physical, functional or performance characteristic specified in this solicitation;

Clearly identify the item by-

Brand name, if any and make or model number

Include descriptive literature such as illustrations, drawings, or clear reference to previously furnished descriptive data or information available to the Contracting Specialist, and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contract specialist will evaluate equal products based on information furnished by the offeror or identified in the offer and reasonably available to the contract specialist. The contract specialist is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offer shall provide the brand name product referenced in the solicitation.

Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered equal to or better than the requirement listed.

Any award made as a result of this solicitation will be made per FAR 13.106-1(2) on price and other factors which include past performance, the ability to meet the salient characteristics of the CLINs described above and any special features which are determined to provide more value to the government to meet this requirement.

Contractors are warned against contacting any VA personnel other than the Contracting Officer or Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the contractor making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, must be indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Per FAR 13.106-1(2) any award made resulting from this solicitation will be made based on the best overall quote that will be determined by price and other factors including past performance, ability to meet the salient characteristics and special features which may exceed the brand name, or are considered to provide more value to the government

Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price.

Volume I - Technical Capability

Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request.

Volume II Price

Complete the Price Schedule of Supplies/Installation/ Training and any other requirements in this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable.

The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item.

(End of Addendum to 52.212-1)

Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Per FAR 13.106-1(2) this award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the other non-price factors.

Services

Items to be delivered and installed at both locations

Delivery and acceptance are to be F.O.B. Destination (FAR 52.247-34) at the Veterans affairs Medical centers located at:

Montrose Campus

2094 Albany Post Road

Montrose, New York 10548

Castle Point Campus

41 Castel Point Road

Wappinger Falls, New York 12590

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)

ADDENDUM to FAR 52.212-4 Contract Terms and Conditions-Commercial Items

(End of Addendum to 52.212-4)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019).

The following subparagraphs of FAR 52.212-5 are applicable, along with 52.203-6, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52.222-3, 52.222-35, 52.222-50, 52.222-36, 52.222-21, 52.222-26, 52.223-15, 52.223-18, 52.225-13, 52.233-3, 52.233-4.

Continuation of contract clauses:

852.211-70 Equipment Operation and Maintenance manuals (NOV 2018)

852.232-72 Electronic Submission of Payment Requests (NOV 2018)

852.237-70 Contractor Responsibilities (APR 1984)

852.246.71 Rejected Goods (OCT 2018)

52.247-34 F.O.B. Destination (NOV 1991)

VAAR 52.233-2 Service of Protest (SEP 2006)

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Aleta Jennette, Contract Specialist

Hand-Carried Address:

Department of Veterans Affairs VISN 02

Montrose VA Medical Center

VHA Regional Procurement Office-East

2094 Albany Post Road

Montrose NY 10548-1454

Aleta Jennette, Contract Specialist

Mailing Address:

Department of Veterans Affairs VISN 02

Montrose VA Medical Center

VHA Regional Procurement Office-East

2094 Albany Post Road

Montrose NY 10548-1454

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

The following provision are applicable to this acquisition:

FAR 52.211-6 Brand Name or Equal (AUG 1999)

VAAR 852.233-70 Protest Content/Alternate Dispute Resolution (OCT 2018)

VAAR 852.233-71 Alternate Protest Procedure (OCT 2018)

(a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue NW, Washington, DC 20420 or Email: EDProtests@va.gov.

(b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer.

PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:

Deputy Assistant Secretary for Acquisition and Logistics,

Risk Management Team, Department of Veterans Affairs

810 Vermont Avenue, N.W.

Washington, DC 20420

Or for solicitations issued by the Office of Construction and Facilities Management:

Director, Office of Construction and Facilities Management

811 Vermont Avenue, N.W.

Washington, DC 20420

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items (Deviation Oct 20018)

ADDENDUM to 52.212-1 Instructions to Offerors -Commercial Items

FAR 52.212-2, Evaluation-Commercial Items-(Oct 2014)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)

(ADDENDUM TO 52.212-1)

The delivery of Gray Market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. 

(ADDENDUM TO 52.212-2 EVALUATION-COMMERICAL ITEMS

Per FAR 13.106-1(2) The Government will award a contract based on the offeror s ability to deliver the items in all CLIN s listed in List of Line items and product description section . Award will be made to the proposal that offers Best Value to the Government with regards to criteria noted in all sections.

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.

This is a FAR 13 open-market combined synopsis/solicitation for BURLODGE Brand name or Equal Food warming retherm systems and accessories as defined herein.  The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals, 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).

Submission shall be received not later than 09/12/2019 @ 10AM EST at email address listed below for Contracting Specialist address for submission of quotes. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only email quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Aleta.Jennette@va.gov no later than September 06, 2019 @ 10AM EST.

Point of Contact

Aleta Jennette

Aleta.Jennette@va.gov

2094 Albany Post Road

BLDG 29 Room 303

Montrose, New York 10548

Opportunity closing date
12 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?