7320--KITCHEN EQUIPMENT (Dishwasher/Pot Scrubber)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24621Q1433

Basic Details

started - 22 Sep, 2021 (about 2 years ago)

Start Date

22 Sep, 2021 (about 2 years ago)
due - 27 Sep, 2021 (about 2 years ago)

Due Date

27 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24621Q1433

Identifier

36C24621Q1433
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103321)VETERANS AFFAIRS, DEPARTMENT OF (103321)246-NETWORK CONTRACTING OFFICE 6 (36C246) (4412)

Attachments (1)

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.

Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24621Q1433. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- 2021-06 dated 07/12/2021. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). The Network Contracting Office (NCO) 6 Regional Procurement
Office (RPO) EAST intends to award a firm-fixed price contract for the Brand Name or Equal Kitchen Equipment to the Asheville VA Medical Center in Asheville, NC 28805 The North American Industrial Classification System (NAICS) code for this procurement is 333318 with a business size standard of 1000 employees. This procurement is Unrestricted, Full and Open to and for all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. A site visit is schedule for 1300 (1:00 pm EST) on Friday, September 24, 2021. POC Carl Lord; carl.lord@va.gov. Vendors will meet Mr. Lord at the canteen cafeteria located on the Asheville VAMC. 1100 Tunnel Road, Asheville NC 28805. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote represents the lowest price technically acceptable for the government. Quotes are due by 1:00 PM EST on Monday, September 27, 2021. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to ruth.morris@va.gov. This combined solicitation/synopsis is for the purchase of the following Brand Name or Equal commercial supplies: Product: KITCHEN EQUIPMENT (Dishwasher/Pot Scrubber) ITEM NO. or STOCK NO. DESCRIPTION QUANTITY UNIT SOILED DISH TABLE Nichols Custom Stainless Model No. USOIL Dishtable measures 31'-6" long x varies wide x 34" high. The top is constructed of 14 gauge stainless steel with the portion against the wall formed into a 10" high x 2" wide backsplash. All the free edges are formed 3" high into a 1- 1/2" diameter with a 180 degree rolled rim. The base of the table is fully open and supported by 1-5/8" O.D. x .065 thick stainless steel tubular legs fitted with stainless steel leg sockets and adjustable stainless steel bullet feet. The stainless steel crossrail measures 1- 1/4" O.D. x .065 thick and is continuously welded to the legs at approximately 10" off the finished floor. Table has 3 sinks and they want 2 inch space in between sinks, where it applies, 2 lever drains with bracket, 1 sink with weld in collar and pre rinse with add on faucet. Disposer collar furnished by Gill and welded in by NCS. NCS to weld in TWII furnished by Gill 1 EA PRE-RINSE FAUCET ASSEMBLY T&S Brass Model No. B-0133-B EasyInstall Pre-Rinse Unit, wall mount. Base faucet with spring check cart. & lever handles, 2" dia. flanges with 1/2" NPT female eccentric flanged inlets, 35-1/2"H, 15" overhang, 8-1/4" clearance, 18" riser, (B- 0107) spray valve, B-0044-H flex stainless steel hose, 6" wall bracket, quarter-turn Eterna cartridges, low lead 1 EA B-0230-K Installation Kit, (2) 1/2" NPT nipples, lock nuts & washers, (2) short "Ell" 1/2" NPT female x male 1 KT WALL / SPLASH MOUNT FAUCET T&S Brass Model No. B-0290-04 Big-Flo Mixing Faucet, wall mount, 8"adjustable centers, 12" swing nozzle with plain end outlet, 4" wrist handles with color coded indexes, low-lead, 3/4" female NPT, ANSI, NSF, ADA Compliant 2 EA DRAIN, LEVER / TWIST WASTE T&S Brass Model No. B-3940-XL Waste Drain Valve, 3" sink hole, long twist handle, 1-1/2" NPT male adapter, 2" NPT male outlet 3 EA POT SCRUBBER Hobart Model No. TWII+BUILDUP TurboWash, (8) 1-1/2" POT SCRUBBER Hobart Model No. sanitizer sink 1 ea TWII-CDB0NO Without clean end drainboard 1 ea TWII-USH0NO Without undershelf 1 ea TWII-CEE0NO Without clean end edge 1 ea TWII-OVS0NO Without overshelf 1 ea TWII-SDB0NO Without soiled end drainboard 1 ea TWII-DPG0NO Without disposer piping 1 ea TWII-DSP0NO Without hobart disposer 1 ea TWII-CNTSTD Standard hobart controls 1 ea TWII-TBL0NO Without table 1 ea SEF-1 Raw edges all sides for drop in at table manufacturer 1 EA TWII-FAUMIX Mixing faucet - 3/4" heavy duty (two faucets required for units with rinse sinks over 20") 1 EA TWII-HTEYES 2.5 kw electric heater with two heat settings 1 EA TWII-OVF001 One drain with overflow (for wash sink) 1 EA TWII-WSS030 30" wash sink 1 EA TWII-SMPYES Wash sink strainer sump 1 EA TWII-TMRYES Automatic shutdown timer, 1-8 hours (preset at 4 hours) 1 EA TWII-RCKYES With sheet rack 1 EA TWII-BSKYES Utensil basket 1 EA DISHWASHER, DOOR TYPE Hobart Model No. AM16T-BAS-4 Dishwasher, door type, tall chamber (27"), high temp sanitizing, 480/60/3, 60 racks/hour, straight-thru or corner, user-friendly smart touchscreen controls, Sense-A-TempT booster, electric tank heat, pumped rinse, pumped drain, auto-fill, stainless steel tank, frame, doors & feet, sheet pan rack, cULus, NSF, ENERGY STARr Standard Press return to continue, uparrow (^) to exit: warranty - 1-Year parts, labor & travel time during normal working hours within the USA Note: Quoted this option in the correct voltage as the existing 1 EA CLEAN DISH TABLE Nichols Custom Stainless Model No. CLN60 Dishtable measures 60" long x 36" wide x 34" high. The top is constructed of 14 gauge stainless steel with the portion against the wall formed into a 10"high x 2" wide backsplash. All the free edges are formed 3" high into a 1-1/2" diameter with a 180 degree rolled rim. The base of the table is fully open and supported by 1-5/8" O.D. x .065 thick stainless steel tubular legs fitted with stainless steel leg sockets and adjustable stainless steel bullet feet. The stainless steel crossrail measures 1-1/4" O.D. x .065 thick and is continuously welded to the legs at approximately 10" off the finished floor. 1 EA CRATING Nichols Custom Stainless Model No. CRATING Crating for dish tables 1 EA INSTALLATION Custom Model No. INSTALLATION Authorized installer will remove customer's existing equipment to facility dock for disposal by facility. Installer will receive new equipment at facility dock and uncrate. Installer will move equipment into location of installation and set in place. Installer will hook equipment up to facility supplied correctly supplied utilities within 5ft of termination points. Installer will perform welds where needed and supply SS wall panels. Installer will reuse facilities Red Goat disposer. Installer will start up and test equipment for proper operation. All generated debris will be placed in a facility supplied container. All work to be done during normal business hours Mon-Fri 8-4pm. There are no facility modifications included in this quote including ceiling, utility, venting etc. 1 JB Delivery Address: Asheville VA Medical Center 1100 Tunnel Road Asheville, NC 28805 FOB Point: Destination Estimated Delivery Date: Within 30 days ARO IAW 52.252-2 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.212-1 Instructions to Offerors- Commercial Items (JUN 2021) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.212-2 Evaluation-Commercial Items (OCT 2014) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Offeror Representations and Certifications Commercial Items (FEB 2021) (End of Provision) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUL 2021) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-2 Buy American Certificate (FEB 2021) 52.227-17 Rights in Data-Special Works (DEC 2007) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2020) 852.219-11 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Gray Market Prevention Language: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable.  (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (c) 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. 12 Page 12 of 12 Western North Carolina VA Healthcare System Charles George VA Medical Center Statement of Work Kitchen Equipment 1.0 Background Nutrition & Food Services (FN&S) has a need to upgrade their dishwasher and pot scrubber equipment. The increased capacity and upgraded technology will improve efficiency in the kitchen operations, enables staff to prepare hot meals during a specified block of time, and allows the patient to choose what time they wish to eat during the meal period. 1.1 Scope of Work Vendor will remove existing equipment in N&FS space that is being replaced to CGVAMC s scrap yard, deliver, and assemble new equipment, and install new equipment in N&FS space. 1.2 This contract is all-inclusive. Prospective offerors should read the requirements carefully to ensure a complete understanding of the contract requirements to ensure their proposal includes all expenses and costs associated with performance related to the contract. The Government will not reimburse offerors due to a failure on the offeror s part to consider all costs associated with performance on this requirement. 2.0 Requirements The following items shall be provided and possess the Salient characteristics listed below: DISHWASHER, DOOR TYPE Tall chamber (27 ) High temp sanitizing 208 240/60/3 (field convertible to single phase) 60 racks/hour, straight-thru or corner User friendly smart touchscreen controls Sense ATemp booster Electric tank heat Pumped rinse Pumped drain, Auto fill Stainless steel tank, frame, doors & feet. Sheet pan rack Standard warranty 1 Year parts, labor & travel time during normal working hours DOOR LOCK AM16 Door lock kit CORNER INST AM16 Splash Shield for Corner Installations Includes splash panel and sheet pan adaptor POT SCRUBBER TurboWash, (8) 1 1/2" angled stainless steel wash nozzles heavy duty 2 HP pump motor on/off pump switch, thermal overload & low water cut off 14 gauge 304 stainless steel construction Standard warranty 1 Year parts, labor & travel time during normal working hours within the USA 208 240v/60/3 Automatic fill 2 mixing faucet 3/4" heavy duty Pre rinse spray 1/2" high quality swivel style 2.5 kw electric heater with two heat settings No split ship as one unit No scrapper table 94 1/4" soiled end drainboard 34 X 34 Corner drainboard. Includes: 1 leg set & crossmember Field weld at clean end corner drainboard where required 28" soiled end drainboard No disposer or plumbing Standard controls Three drain with overflows for wash, rinse & sanitizer sinks with rolled rims Must include table 42" wash sink without separator, drain, and wash sink sump 24" rinse sink 24" sanitizer sink Field weld at soiled end corner drainboard where required 28" clean end drainboard Connection to Cle machine 70" clean end drainboard with rolled rim with sheet rack and utensil basket. No under or over shelf Automatic shutdown timer; 1 8 hours (preset at 4 hours) Disposer control bracket 2.1 Specific Tasks The Contractor shall remove existing equipment to be replaced and deliver to the medical facility s scrap area, deliver, uncrate, install (including electrical, plumbing, and other necessary utility connections, make all necessary field welds, remove & dispose of all shipping and packaging debris, and validate all equipment functions as designed. The existing disposer shall be reinstalled. 2.2 All tasks associated with this order shall be completed during the CGVAMC s normal business hours, Monday through Friday from 8:00am 4:30pm excluding Federal holidays unless otherwise coordinated with the Contracting Officer s Representative (COR) or Laboratory Staff. The current Federal Holidays for the remainder of calendar year 2021 are as follows: Independence Day Monday, July 5, 2021 Labor Day Monday, September 6, 2021 Columbus Day Monday, October 11, 2021 Veterans Day Thursday, November 11, 2021 Thanksgiving Day Thursday, November 25, 2021 Christmas Day Friday, December 24, 2021 Any other day determined by the President of the United States as a Federal Holiday 3.0 Management and Supervision of Contract Personnel The Contractor shall be responsible for supervising the daily services provided under this contract. The Contractor shall provide the name and contact information for a person designated to manage and supervise performance under this contract to the CO upon award of the contract. 3.1 COVID-19 Requirements The Contractor shall practice COVID-19 Pandemic precautions in accordance with (IAW) Department of Veteran Affairs (DVA), Veteran s Health Administration (VHA) Directives, and the CGVAMC Director s policies while on CGVAMC property. This includes but is not limited to: Wearing protective face coverings at all times while inside the CGVAMC facility to include all outbuildings. Maintaining social distancing of at least six (6) feet from other individuals. Maintaining good handwashing practices. 3.1.1 Contract employees found in violation of COVID-19 Pandemic safety precautions and practices will be asked to leave the CGVAMC property immediately, not to return. In the event contractor employees are removed from the facility, the Contractor may replace that employee(s) or continue the task. 3.1.2 Personnel Policy The contractor shall be responsible for protecting the personnel furnishing products and/or services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel: - Workers compensation - Professional liability insurance - Health examinations - Income tax withholding, and - Social security payments. 3.1.3 Smoking Policy Smoking is strictly prohibited while on the CGVAMC campus. Violations can result in a fine of $50.00 or more. 4.0 Maintenance & Service The Contractor shall provide 24/7 maintenance and support services that shall include routine, periodic preventative maintenance, upgrades and enhancements, and repair efforts to return the equipment to service in the event of failure. 4.1.2.1 The contractor shall maintain a tracking system for all requests for repair, maintenance & service, and user assistance. The contractor will provide a reference (ticket) number when a request is received, either over the phone or through email. 4.1.2.2 The contractor shall provide an initial response to all requests for maintenance, service, and assistance within two (2) hours of receipt. For issues that can t be resolved over the phone or through email, the contractor shall respond to make on-site repairs within 4 hours of the initial response. 4.1.2.3 The contractor shall provide a copy of all maintenance/service performed to any and all equipment included under this contract. 4.1.2.4 The contractor shall replace any equipment that is in need of repair more than four (4) times in a 30 day period or is deemed unrepairable. The contractor shall replace the items with like or better items within five (5) calendar days the item was determined to be unrepairable. 5.0 Invoicing & Payment The Contractor shall submit invoices monthly in arrears, covering the products and/or services performed under this contract for the period covered. All invoices shall be submitted electronically to the Austin Finance Center. Invoices shall contain the following information: Contract Number and Purchase Order Number Name of Provider Invoice Number Period Covered Total Price

Department of Veteran Affairs Network Contracting Office 06  Asheville ,
 NC  28805  USALocation

Place Of Performance : Department of Veteran Affairs Network Contracting Office 06

Country : United States

You may also like

Kitchen Equipment & Supplies

Due: 02 May, 2024 (in 5 days)Agency: Delaware-Chenango-Madison-Otsego Board of Cooperative Educational Services

FNS Large Kitchen Equipment, B23126

Due: 01 Apr, 2025 (in 11 months)Agency: Douglas Food Stores, INC D.B.A. Douglas Equipment

Please Sign In to see more like these.

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

Classification

naicsCode 333318
pscCode 7320Kitchen Equipment and Appliances