United States - 73--IN005 New Kitchen
For more information and to make a bid you will need to go to the third party website.
Details
Provided by- Opportunity closing date
- 27 June 2019
- Opportunity publication date
- 07 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 06, 2019 3:53 pm
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 MCCOYINSTALLATIONAS0012FY19 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 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 335228 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-27 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Evansville, IN 47711
The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: ICE MAKER: makes approximately 435 lb per day of Half size
cubes (3/8" x 7/8" x 7/8") with an air-cooled, self-contained
condenser. There is built in Agion antimicrobial protection
on this ice maker and it features simple, one-touch controls
for sanitization and descaling. Smart LED lights on this
modular cube ice maker indicate machine status and will let
you know when cleaning is required. operates at 115 Volts,
60 Hz, 1-phase and 11.0 Amps. ENERGY STAR certified, NSF
listed, and UL listed for the United States and Canada, and
it has BPA-free snap-in, snap-out dishwasher-safe
components., 1, EA;
LI 002: ICE STORAGE BINS: tight seals, polyethylene bin liners, and
industrial foam insulation. corrosion-resistant, fingerprintproof
exteriors. Easily alter its height with the NSF approved
adjustable legs. bin measures 30 inches wide, and has a
510 pound storage capacity. Up to 510 LB storage capacity
30" Wide 6" Adjustable Legs Stainless steel bin exterior
With Cuber Head, 1, EA;
LI 003: SERVING COUNTER, COLD FOOD: Refrigerated Cafeteria
Unit with black wrapper complete with cafeteria NSF2
Certified breath guard, 60"W x 24"D x 35"H, storage with
door base, 4-Pan size, 6" deep stainless well, 1" drain,
MTO-15 working days plus day for order entry, with locking
casters, 120v/60/1-ph, NEMA 5-15P, UL, NSF, constructed of
vinyl-clad, 20-gauge carbon steel. Foamed-in-place
polyurethane foam insulation. 1 (2.54 cm) drain makes
clean-up easy. Fully enclosed clear acrylic breath guards
with 12" (30.5 cm) clearance. NSF2 Certified, 18 gauge 300
series stainless steel work surfaces, 8 ft. power cord,
Locking casters included., 1, EA;
LI 004: PLANETARY MIXER: Planetary Mixer, 11 quart capacity,
countertop model, #12 hub, gear driven, (3) speed controls,
side mounted controls, 30-minute timer, includes: stainless
steel bowl & guard, wire whip, aluminum flat beater &
dough hook, 1 HP, 115v/60/1-ph, NEMA 5-15P, cETLus, ETLSanitation, 1, EA;
LI 005: EQUIPMENT STAND: Equipment Stand, 24"W x 24"D,
stainless steel top shelf with 1-3/4" lip, galvanized steel
adjustable bottom shelf & adjustable legs, 1" bullet feet, UL, 1, EA;
LI 006: FREEZER: Reach-in, one-section,
-10°F, (1) stainless steel door, stainless steel front/sides,
stainless steel interior, (3) gray PVC coated wire shelves,
interior lighting, 4" castors, R290 Hydrocarbon refrigerant,
1/2 HP, 115v/60/1, NEMA 5-15P, 3.7 amps, cULus, UL EPH
Classified, CE, ENERGY STAR® Dimensions & Utilities
Shelves: 227â8 in. W x 231â4 in. D Overall: 27 in. W x 291â2 in.
D x 835â16 in. H 3.7 A, 1â2 HP 115 V/60 Hz/1 ph, 9-ft. cord
with a NEMA 5-15P plug, 1, EA;
LI 007: SERVING COUNTER, HOT FOOD, ELECTRIC: portable sealed
well hot food table, electric, open base, 81-1/2"W x
32-1/4"D x 34"H wet or dry operations, (5) 12" x 20"
stainless steel sealed wells, individual infinite controls, (5)
3/4" drains, drain manifold with valve, includes removable
poly cutting board, stainless tell dish shelf, & adjustable
stainless steel undershelf, push bar attached to end panel,
20/430 highly polished stainless steel top &body, 1-5/8"
diameter stainless steel tubular legs, 4" diameter swivel
caster, 4750 watts, 240v/60/1-ph, 19.8 amps, NEMA 6-30P.
NSF, cUlus AutoFill automatic Water Fill System, NSF & UL
approved, 1, EA;
LI 008: REFRIGERATOR: Reach-in, threesection,
(3) stainless steel doors, stainless steel front/sides,
stainless steel interior, (9) gray PVC coated wire shelves, interior lighting, 4" castors, R290 Hydrocarbon refrigerant,
3/4 HP, 115v/60/1, 6.9 amps, NEMA 5-15P, cULus, UL EPH
Classified, Stainless steel doors, front, and sides are durable
and quick to clean, Corrosion-resistant, GalFan-coated steel
back Stainless steel interior liner and floor facilitate cleanup
Foamed-in-place, high-density polyurethane insulation
provides structure to the cabinet Interior lighting activated by
rocker switch mounted above doors 9 PVC-coated wire
shelves are adjustable in 1â2-in. increments Self-closing doors
with 12-in. long recessed handle, Magnetic door gaskets
prevent cold-air leaks, Interior lighting provides visibility NSF/
ANSI Standard 7 compliant for open food product cULus and
UL-EPH listed Dimensions & Utilities Shelves: 241â8 in. W x
223â8 in. D Overall: 781â8 in. W x 291â2 in. D x 833â8 in. H 6.9
A, 3â4 HP 115 V/60 Hz/1 ph, 9-ft. cord with a NEMA 5-15P plug, 1, EA;
LI 009: CONVECTION OVEN: Double deck
convection oven with two oven cavities. Both ovens have
slide-out control panels to simplify maintenance. The
temperatures range from 140 to 500 degrees, and a heatlimit
temperature control prevents the unit from overheating.
A 60-minute timer. heat light indicator. 11 rack slides are in
each oven, enabling the 5 racks to be placed in different
positions. 240 V/60 Hz/1 ph, 1 HP, 24 kW, 50 A Oven interior
dimensions: 29 in. W x 21.5 in. D x 20 in. H Overall, 1, EA;
LI 010: DISHWASHER: Dishwasher, door
type, extended hood (27" opening for trays), high
temperature, dual NSF listed as both dishwasher & pot
washer, (4) selectable cycles, built-in stainless steel electric
booster for (40(degrees)-70(degrees) rise), field convertible
from single to three phase, auto start when hood is closed,
single point electrical connection, 2 hp self draining pump, 55
racks/hour capacity, auto-fill, detergent & chemical
connections, interchangeable upper and lower spray arms,
automatic drain valve, vent fan control, bottom mounted
digital controls, mounted water PRV, sloped hood, stainless
steel construction, electric tank heat, peg rack, flat rack ,
filters and start up chemicals NSF, cULus, ENERGY STAR(R, 1, EA;
LI 011: COFFEE URN: TWIN 3 GALLON AUTOMATIC COFFEE URN, â¢Control of brew temperature, brew cycle, pulses to dictate exact contact time.
â¢Thermistor sense keeps water temperature to within +/- 1°F
â¢Three batch sizes per liner, program specific brew sequences
â¢Change the sprayover rate by changing one orifice
â¢Brew baskets hold more than 2 lbs of coffee
â¢Urn body is insulated with high density fiberglass and liners are air insulated and dual wall
â¢Programmable automatic air agitation
â¢Digital liquid level sensors in liners are easy-to-read vertical LED light graph
â¢Each liner has a countdown timer as a reminder when it is brew time again
Product Dimensions: (convert to fractions)
â¢Left to Right: 31.5 Inches
â¢Front to Back: 20 Inches
â¢Height: 28 Inches
Single phase; volts: 120/208, 6 gallon capacity, 1, EA;
LI 012: MEAT SLICER: medium duty, manual slicers that slices up to 9â16" thick. has full 45° angle feed that requires less mechanical pressure. The slicers is belt driven with a 12" chrome plated carbon steel blade. Has a fully removable carriage system for improved sanitation and cleaning. No-volt release. Rear mounted removable meat grip to allow for ease of use while extension ensures oversized product is secured. 120V. 6' cord and plug. 85 lbs., 1, EA;
LI 013: RANGE: 60" electric range, 6 9 1/2" round french plates with 2 kW heat output each, 1 standard oven and 1 oversized oven with one rack each, 24" wide, 7/8" thick griddle plate, One thermostat control for every 12" griddle width, Aluminized steel frame with stainless steel accents for durability, Smooth heating surface is easy to clean, 6" stainless steel adjustable legs, 208V, wired 3 phase, 28.8 kW; field convertible to 1 phase, 1, EA;
LI 014: INSTALLATION: Install all new equipment in CLINS 001-013 at:
US Army Reserve Center
2900 Division Street
Evansville, IN 47711, 1, EA;
LI 015: REMOVAL and DISPOSAL: Remove and dispose of old equipment to include the disposal of shipping/packaging materials., 1, EA;
LI 016: SHIPPING to:
US Army Reserve Center
2900 Division Street
Evansville, IN 47711, 1, EA;
Solicitation and Buy Attachments
***Question Submission: Interested Offerers 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 www.UnisonMarketplace.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, Inc. 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers 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.
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 â 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, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
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
"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to 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 20 working 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. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.
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.
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.
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 more important than price.
No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an Âall-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@mail.mil or call 315-772-5582.
- Opportunity closing date
- 27 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army FedBid.com -- for Department of Army procurements only United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.