7320--Dish machine - Food & Nutrition - (VA-23-00084728)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24123Q0916

Basic Details

started - 09 Aug, 2023 (8 months ago)

Start Date

09 Aug, 2023 (8 months ago)
due - 16 Aug, 2023 (8 months ago)

Due Date

16 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
36C24123Q0916

Identifier

36C24123Q0916
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103471)VETERANS AFFAIRS, DEPARTMENT OF (103471)241-NETWORK CONTRACT OFFICE 01 (36C241) (3849)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 17 of 17 Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as RFQ 36C24123Q0916. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. This solicitation is set-aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 333241 Food Product Machinery Manufacturing, with a small business size standard of 500 employees. The FSC/PSC is 7320 Kitchen Equipment and Appliances. The Department of
Veteran Affairs, VISN 01, VA Bedford Healthcare System has a requirement for: one (1) Dishwasher, Flight Type (1) Dishwasher, Pot/Pan/Utensil/Door Type (1) 4 Year Extended Warranty for Aforementioned Dishwashers (1) Waste System Pulper (1) Soiled Breakdown System. All interested companies shall provide quotations for the following (detailed item description on the SOW): Statement of Work SCOPE OF REQUIREMENT The Department of Veteran Affairs, VISN 01, VA Bedford Healthcare System due to numerous factors has a requirement for: Dishwasher Flight Type, Waste System Pulper, Dishwasher Pot/Pan/Utensil Door Type and Soiled Breakdown System The objective of this task order is to procure one (1) Dishwasher, Flight Type (1) Dishwasher, Pot/Pan/Utensil/Door Type (1) 4 Year Extended Warranty for Aforementioned Dishwashers (1) Waste System Pulper (1) Soiled Breakdown System. A new, properly functioning dishwasher will ensure clean/sanitized service ware that is used to provide meals to our Veterans. The current dishwasher requires frequent repairs for temperature issues and leaks. The significant amount of water leaking from the equipment increases the potential for slips and falls by employees working in that area and creates an attractive environment for pests. Replacing the current machine with a new machine will eliminate these issues. PLACE OF PERFORMANCE VA Bedford Healthcare System 200 Springs Rd Bedford, MA 01730 1.2 HOURS OF OPERATIONS Delivery shall occur from 7:00am to 3:30pm, Monday through Friday, excluding Federal Holidays. 1.3 POINTS OF CONTACT Contract Specialist (CS): Nathan Langone Contracting Officer (CO): Harold Nice Requestor: Kyle Ennis Email: Kyle.Ennis@va.gov Phone: 781-687-3668 Requestors Service: Nutrition & Food Services Delivery and Warehouse Information: Charles Davis 781-687-2543 DESCRIPTION OF REQUIREMENT Description Manufacturer Model Number Quantity Unit of Purchase Dishwasher, Flight Type Hobart FT1000E+ENERGY 1 EA Automatic Soil Removal Included (ASR) Hobart FT1000E ASRYES 1 EA Load Platform, 2.5 Hobart FT1000E LPF25S 1 EA Drain in Load Hobart FT1000E DRNLOD 1 EA With Auto Clean Hobart FT1000SE-ACLYES 1 EA With Auto Delime Hobart FT1000SE-ADLYES 1 EA With Dual Rinse Hobart FT1000SE-DRSYES 1 EA Power Rinse joined with Dual Rinse Hobart FT1000E CTRSPL 1 EA 9' Unload Section Split Pack (4.5) + (4.5) Hobart FT1000E UNL09S 1 EA With Blow Dryer Hobart FT1000E DRYYES 1 EA Standard Height Hobart FT1000E-HGTSTD 1 EA With Energy Recovery System Hobart FT1000E-EGRYES 1 EA Without Advansys Energy Recovery Hobart FT1000E AER0NO Steam Coil Hobart FT1000E-HTESCL 1 EA 208 240v/60/3 ph (LV), for steam heat Hobart FT1000E ELE0EU 1 EA Service Connection Hobart FT1000E CON00 1 EA 120 Steam Booster Hobart FT1000E BST120 1 EA Left to Right Operation Hobart FT1000E DIR0LR 1 EA Standard Piping Hobart FT1000E PIPSTD 1 EA Hinge doors, all sections Hobart FT1000E DORHNG 1 EA With Circuit Breaker Hobart FT1000E CBRYES 1 EA With Circuit Breaker, Steam, Low Voltage, for machines with Blower Dryer Hobart FT1000E CBRSLW SLW 1 EA Insulated Conv Position 1 Hobart FT1000E CNVIT1 1 EA Conveyor Cross rods for plastic conveyor every 3rd row Hobart SF 1000 33A 89 EA With SEF Options Hobart FT1000E SEFYES 1 EA Drain Water Tempering Kit Hobart DWTFT 1000 1 EA Service Labor Hours assembly of machine ASSEMBLY 42 EA Service Labor Hours removal & reinstall ASSEMBLY 2 EA Waste System, Pulper Hobart WPS1260+BUILDUP 1 EA 208v/60/3 ph Hobart WPS1260 ELE0AX 1 EA Free Standing Hobart WPS1260 TYPFRS 1 EA 12 O Clock Waterpress Position Hobart WPS1260 WTP012 1 EA 9 Trough Tangential Left Hobart WPS1260 TROL09 1 EA Trough Flush End Nozzle Hobart WPS1260 TFEN 1 EA Without Tray Hobart WPS1260 TRA0NO 1 EA 0 Degree Trough Position Hobart WPS1260 TRP000 EA LH Chute Position Hobart WPS1260 CHT0LH 1 EA RH Extractor Overflow Position Hobart WPS1260 OVF0RH 1 EA Chemical Pump,RH Hobart WPS1260 CPS0RH 1 EA Standard Control Panel Hobart WPS1260 CNTSTD 1 EA Remote p/b Station, Quantity 1 Hobart WPS1260 PBS001 1 EA Standard Feet Hobart WPS1260 FETSTD 1 EA Without Prison Package Hobart WPS1260 PRS0NO 1 EA Trough Magnet (6925) Hobart ROUGH MAG9.5 1 EA Advansys Ventless Pot/Pan/Utensil Washer, front loading, vertical door design, 208/240v/60/3 ph, (12) pan capacity, over/under rotating arms, 2/4/6 minute adjustable timer, up to (13) racks/hour, includes: (1) flat grid, (1) tray rack, & (1) heavy duty rolling rack, pre rinse spray hose, drain pump, delime pump, sanitizing with Sense A Temp 70° booster rise, stainless steel construction. Hobart PWVER 1 1 EA Extended Warranty 4 Years Prosurance Package for all Hobart equipment Hobart WARRANTY 1 EA Soiled Breakdown System to include: to include: A. Soiled dish table, c/w waste trough, magnetic silver saver, (02) perforated ledges, (02) pre rinse stations, overhead tubular rack and storage shelf Qty 1 B. Hose clean up station Qty 1 (End gusher by others). Aerowerks P156843-H 1 EA Custom Installation N/A INSTALLATION 1 EA ADDITIONAL REQUIREMENTS Vendor will provide installation company. Installer will Offer standard warranty for all Hobart equipment 1-year parts, labor & travel time during normal working hours within the USA. Offer standard warranty for Aeroworks table against defects in material, workmanship, damage from normal use and service for a period of 1-year. Receive FT1000 at our location, uncrate, deliver to location. Hobart will remove existing FRC style Champion dish machine, removing and disposing of rack tracks and associated tabling connected to machine. Installer will receive at our location a utensil washer, uncrate, deliver to location, move to second floor which will require removal of Advansys unit to fit into elevator, Set unit in place. **We do not have an existing utensil washer so utilities will be required. We are responsible to provide trades to make all utility connections (plumbing and electrical). ** The installer will start up machine once utilities are completed. Remove and dispose of existing waste collector at end of soiled table. **Customer will provide electrician, plumber, and ventilation trades to disconnect existing equipment and connect new equipment. ** Set the new FT1000 in place and assemble. They will also receive, deliver, and set in place new pulper system. Connect pulper to table, but utilities by customer provided trades. They will also receive, assemble, and set in place new Aerowerks soil table. Once all utilities are connected to new equipment the installer will start up FT1000 and pulper. Remove and dispose of existing equipment Uncrate and set in place in existing location Validate equipment is working properly upon completion of installation. Removal of packaging materials and rubbish Vendor will not delineate and will provide exact requirements listed under section 2, down to the fine details (for example, FT1000E+Energy model should come equipped with Optional Conveyor Position 1 instead of Standard Conveyor rod spacing) unless given explicit permission by the requestor or service line Chief. Evaluation Process Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Vendor shall complete the Price Schedule in Section (v), with vendors quoted contract line item prices inserted in appropriate spaces. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant). Please utilize Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Central Western Massachusetts VAMC Hampshire County WD 2015-4095 (Rev-21), 52.222-42, 52.222-43, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 08/14/2023 at 17:00 PM EST. RFQ responses are due NLT 08/16/2023 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24123Q0916 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov) 1. Name of Contracting Activity, Government Agency, Commerical Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors:

VA Bedford HCS  Bedford ,
  01730  USALocation

Place Of Performance : VA Bedford HCS

Country : United States

You may also like

Food Service Equipment - Dishwashers

Due: 08 May, 2024 (in 8 days)Agency: Canyon Independent School District

Classification

naicsCode 333241Food Product Machinery Manufacturing
pscCode 7320Kitchen Equipment and Appliances