Washington Bids > Bid Detail
73--Kitchen Equipment
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159161600214533 |
Posted Date: | Feb 22, 2023 |
Due Date: | Mar 23, 2023 |
Solicitation No: | JBLMISDFPMO230003 |
Source: | https://sam.gov/opp/54db5bd441... |
Follow
Active
Contract Opportunity
Notice ID
JBLMISDFPMO230003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 22, 2023 06:19 pm EST
- Original Date Offers Due: Mar 23, 2023 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 19, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
-
NAICS Code:
- 722511 - Full-Service Restaurants
-
Place of Performance:
BLDG 9630 I street central receiving JBLM , WA 98433-9500USA
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 JBLMISDFPMO230003 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 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 722511 with a small business size standard of $10.00M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.
The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:
2023-03-23 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be JBLM, WA 98433
The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Equal to but not less than the following.
6 Well hot Serving Line.
Advance Tabco HDSW-6-240-BS
Overall Dimensions:
Left to Right: 93 1/8''
Front to Back: 35 3/4''
Height: 35''
Quantity 1/Each
Shipping Weight 610 lb.
Width 93 1/8 Inches
Depth 28 1/4 Inches
Height 35 Inches
Depth (with cutting board) 35 3/4 Inches
Amps 27.5 Amps
Hertz 60 Hertz
Phase 1 Phase
Voltage 208/240 Volts
Wattage 6,600 Watts
Base Style Partially Enclosed
Casters Without Casters
Control Type Thermostatic
Features Made in America
Recessed Controls
Material Stainless Steel
Number of Pans 6
Number of Wells 6
Power Type Electric
Style Floor Model
Heated
Top Material Stainless Steel
Type Stationary
Well Type Sealed / Wet Well, 1, EA;
LI 002: Equal to but not less than an Cleveland KET-20-T Details
20 Gallon steam electric kettle.
The Cleveland KET-20-T
This unit requires a 208V 3 phase, 3 wire electrical connection. 208V will put out 12,268W and 240V will produce 16,333W.
Overall Dimensions:
Left to Right: 32"
Front to Back: 25 1/4"
Height (to kettle lip): 35 2/5"
Height (including handle): 47 1/2"
Capacity: 20 gallons
Quantity 1/Each
Shipping Weight 260 lb.
Width 32 Inches
Depth 23 Inches
Height 47 1/2 Inches
Height to Kettle Lip 36 Inches
Amps 39.3 Amps
Hertz 60 Hertz
Phase 3 Phase
Voltage 208/240 Volts
Capacity 20 Gallons
Capacity per Compartment 20 Gallons
Features NSF Listed
Installation Type Floor Model
Kettle Jacket Partial
Plug Type NEMA 5-20P
Power Type Electric
Style Tilting
Type Single Kettle, 1, EA;
LI 003: Equal to but no less than the following.
Toaster
Manufacturer Star
Model Number QCS3-1600B
Manufacturer Part # QCS3-1600B
Country of Origin United States
Material Stainless Steel
Toaster Type Conveyor
Product Opening 3"
Dimensions (HxWxD) 15.6" x 18.5" x 22.4"
Power Electric
Voltage 208
Hertz 60
Phase 1
Amps 17.8
Wattage 3600
Plug Type NEMA 6-30P
Power Cord Length 4'
Slices per Hour 1,600
UL Listed Yes
CE Listed Yes, 1, EA;
LI 004: Equal to but no less than the following.
Electric Griddle
Width 36 Inches
Depth 31 9/16 Inches
Height 25 5/16 Inches
Cooking Surface Width 35 3/4 Inches
Cooking Surface Depth 24 Inches
Amps 82.2 Amps
Hertz 50/60 Hertz
Phase 1 Phase
Voltage 208 Volts
Wattage 17.1 Kilowatts
Control Type Thermostatic
Cooking Surface Material Polished Steel
Features Energy Star Qualified
Extra Deep Plate
Made in America
Installation Type Countertop
Number of Burners 3 Burners
Number of Controls 3
Plate Thickness 1 Inches
Plug Type Hardwire
Power Type Electric
Temperature Settings Adjustable
Type Griddles
Usage Medium Duty, 1, EA;
LI 005: Equal to but no less than the following.
Microwave
Width 20 Inches
Depth 18 1/2 Inches
Height 12 Inches
Interior Width 13 Inches
Interior Depth 13 1/4 Inches
Interior Height 8 Inches
Amps 8.3 Amps
Hertz 60 Hertz
Phase 1 Phase
Voltage 120 Volts
Wattage 1,000 Watts
Capacity 0.9 cu. ft.
Control Type Dial
Features ETL Sanitation
Fits Half Size Pans
UL Listed
Microwave Usage Level Light Duty
Microwave Wattage Less Than 1200 Watts
Number of Power Levels 1
Plug Type NEMA 5-15P
Power Type Electric, 1, EA;
LI 006: Equal To but no less than the following.
Equipment stand for Grill.
Advance Tabco ES-302C Details
Overall Dimensions:
Length: 24"
Width: 30"
Height: 25"
Work Surface Height: 24"
Backsplash Height: 1"
Quantity 1/Each
Shipping Weight 51 lb.
Length 24 Inches
Width 30 Inches
Height 25 Inches
Backsplash Height 1 Inches
Work Surface Height 24 Inches
Backsplash With Backsplash
capacity 1,000 lb.
Features Casters
with Undershelf
Gauge 14 - 18 Gauge
Installation Type Mobile
Size 30" x 24"
Stainless Steel Type Type 304
Table Style Undershelf
Top Material Stainless Steel
Type Equipment Stands
Undershelf Construction Stainless Steel
Usage Heavy Duty, 1, EA;
LI 007: Equal to but no less than the following.
Television
Shipping Weight 38.14 lb.
Width 44 7/16 Inches
Depth 3 1/16 Inches
Height 22 1/2 Inches
Bezel Width (T/L/R/B) 13.90 mm
Aspect Ratio 16:9
Audio Input 3.5mm jack
Audio Output 3.5mm jack
Brightness 750 cd/m²
Color Black
Contrast Ratio 4000:1
Display Colors 1.07 Billion
Features Illuminated
Installation Type Wall Mounted
Panel Technology VA
Plug Type NEMA 5-15P
Resolution 4K (Ultra HD)
Response Time 8 ms
Screen Size 50 Inches
Vesa Mount 400x400 mm, M6
Video Input DVI-I x 1, HDMI (x2), Display Port x 1
Video Output Display Port, HDMI, 2, EA;
LI 008: Equal to but no less than the following.
Electric Combi oven 20 pan capacity.
Convotherm C4ET20.20EB
Shipping Weight 908 lb.
Width 44 1/2 Inches
Depth 40 Inches
Height 76 1/2 Inches
Amps 191.9 Amps
Hertz 50 - 60 Hertz
Phase 3 Phase
Voltage 208 Volts
Wattage 66.4 Kilowatts
66,400 Watts
Boiler With Boiler
Control Type Touchscreen
Door Type Glass
Features NSF Listed
Programmable
Roll-In
Self Cleaning
WiFi Connectivity
Full Sized Food Pan Capacity 40
Full Sized Sheet Pan Capacity 20
Half Sized Sheet Pan Capacity 40
Number of Decks Single
Number of Doors 1 Door
Pan Type Full Size Food Pans
Plug Type Hardwire
Power Type Electric
Size Full Size
Steam Source Boiler
Temperature Range 86 - 482 Degrees F
Water Inlet Size 3/4 Inches
With Wire Shelves 20EA, 1, EA;
LI 009: shipping, 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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.
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.
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 – 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, for the extended description here is the website: https://www.acquisition.gov/
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
5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the 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 35 calendar 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.
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil
The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.
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.
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 a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-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@army.mil or call 315-772-5582.
In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Representation and Representation Disclosures
The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
Reporting During Contract Performance
Equal Opportunity
The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:
2023-03-23 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be JBLM, WA 98433
The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Equal to but not less than the following.
6 Well hot Serving Line.
Advance Tabco HDSW-6-240-BS
Overall Dimensions:
Left to Right: 93 1/8''
Front to Back: 35 3/4''
Height: 35''
Quantity 1/Each
Shipping Weight 610 lb.
Width 93 1/8 Inches
Depth 28 1/4 Inches
Height 35 Inches
Depth (with cutting board) 35 3/4 Inches
Amps 27.5 Amps
Hertz 60 Hertz
Phase 1 Phase
Voltage 208/240 Volts
Wattage 6,600 Watts
Base Style Partially Enclosed
Casters Without Casters
Control Type Thermostatic
Features Made in America
Recessed Controls
Material Stainless Steel
Number of Pans 6
Number of Wells 6
Power Type Electric
Style Floor Model
Heated
Top Material Stainless Steel
Type Stationary
Well Type Sealed / Wet Well, 1, EA;
LI 002: Equal to but not less than an Cleveland KET-20-T Details
20 Gallon steam electric kettle.
The Cleveland KET-20-T
This unit requires a 208V 3 phase, 3 wire electrical connection. 208V will put out 12,268W and 240V will produce 16,333W.
Overall Dimensions:
Left to Right: 32"
Front to Back: 25 1/4"
Height (to kettle lip): 35 2/5"
Height (including handle): 47 1/2"
Capacity: 20 gallons
Quantity 1/Each
Shipping Weight 260 lb.
Width 32 Inches
Depth 23 Inches
Height 47 1/2 Inches
Height to Kettle Lip 36 Inches
Amps 39.3 Amps
Hertz 60 Hertz
Phase 3 Phase
Voltage 208/240 Volts
Capacity 20 Gallons
Capacity per Compartment 20 Gallons
Features NSF Listed
Installation Type Floor Model
Kettle Jacket Partial
Plug Type NEMA 5-20P
Power Type Electric
Style Tilting
Type Single Kettle, 1, EA;
LI 003: Equal to but no less than the following.
Toaster
Manufacturer Star
Model Number QCS3-1600B
Manufacturer Part # QCS3-1600B
Country of Origin United States
Material Stainless Steel
Toaster Type Conveyor
Product Opening 3"
Dimensions (HxWxD) 15.6" x 18.5" x 22.4"
Power Electric
Voltage 208
Hertz 60
Phase 1
Amps 17.8
Wattage 3600
Plug Type NEMA 6-30P
Power Cord Length 4'
Slices per Hour 1,600
UL Listed Yes
CE Listed Yes, 1, EA;
LI 004: Equal to but no less than the following.
Electric Griddle
Width 36 Inches
Depth 31 9/16 Inches
Height 25 5/16 Inches
Cooking Surface Width 35 3/4 Inches
Cooking Surface Depth 24 Inches
Amps 82.2 Amps
Hertz 50/60 Hertz
Phase 1 Phase
Voltage 208 Volts
Wattage 17.1 Kilowatts
Control Type Thermostatic
Cooking Surface Material Polished Steel
Features Energy Star Qualified
Extra Deep Plate
Made in America
Installation Type Countertop
Number of Burners 3 Burners
Number of Controls 3
Plate Thickness 1 Inches
Plug Type Hardwire
Power Type Electric
Temperature Settings Adjustable
Type Griddles
Usage Medium Duty, 1, EA;
LI 005: Equal to but no less than the following.
Microwave
Width 20 Inches
Depth 18 1/2 Inches
Height 12 Inches
Interior Width 13 Inches
Interior Depth 13 1/4 Inches
Interior Height 8 Inches
Amps 8.3 Amps
Hertz 60 Hertz
Phase 1 Phase
Voltage 120 Volts
Wattage 1,000 Watts
Capacity 0.9 cu. ft.
Control Type Dial
Features ETL Sanitation
Fits Half Size Pans
UL Listed
Microwave Usage Level Light Duty
Microwave Wattage Less Than 1200 Watts
Number of Power Levels 1
Plug Type NEMA 5-15P
Power Type Electric, 1, EA;
LI 006: Equal To but no less than the following.
Equipment stand for Grill.
Advance Tabco ES-302C Details
Overall Dimensions:
Length: 24"
Width: 30"
Height: 25"
Work Surface Height: 24"
Backsplash Height: 1"
Quantity 1/Each
Shipping Weight 51 lb.
Length 24 Inches
Width 30 Inches
Height 25 Inches
Backsplash Height 1 Inches
Work Surface Height 24 Inches
Backsplash With Backsplash
capacity 1,000 lb.
Features Casters
with Undershelf
Gauge 14 - 18 Gauge
Installation Type Mobile
Size 30" x 24"
Stainless Steel Type Type 304
Table Style Undershelf
Top Material Stainless Steel
Type Equipment Stands
Undershelf Construction Stainless Steel
Usage Heavy Duty, 1, EA;
LI 007: Equal to but no less than the following.
Television
Shipping Weight 38.14 lb.
Width 44 7/16 Inches
Depth 3 1/16 Inches
Height 22 1/2 Inches
Bezel Width (T/L/R/B) 13.90 mm
Aspect Ratio 16:9
Audio Input 3.5mm jack
Audio Output 3.5mm jack
Brightness 750 cd/m²
Color Black
Contrast Ratio 4000:1
Display Colors 1.07 Billion
Features Illuminated
Installation Type Wall Mounted
Panel Technology VA
Plug Type NEMA 5-15P
Resolution 4K (Ultra HD)
Response Time 8 ms
Screen Size 50 Inches
Vesa Mount 400x400 mm, M6
Video Input DVI-I x 1, HDMI (x2), Display Port x 1
Video Output Display Port, HDMI, 2, EA;
LI 008: Equal to but no less than the following.
Electric Combi oven 20 pan capacity.
Convotherm C4ET20.20EB
Shipping Weight 908 lb.
Width 44 1/2 Inches
Depth 40 Inches
Height 76 1/2 Inches
Amps 191.9 Amps
Hertz 50 - 60 Hertz
Phase 3 Phase
Voltage 208 Volts
Wattage 66.4 Kilowatts
66,400 Watts
Boiler With Boiler
Control Type Touchscreen
Door Type Glass
Features NSF Listed
Programmable
Roll-In
Self Cleaning
WiFi Connectivity
Full Sized Food Pan Capacity 40
Full Sized Sheet Pan Capacity 20
Half Sized Sheet Pan Capacity 40
Number of Decks Single
Number of Doors 1 Door
Pan Type Full Size Food Pans
Plug Type Hardwire
Power Type Electric
Size Full Size
Steam Source Boiler
Temperature Range 86 - 482 Degrees F
Water Inlet Size 3/4 Inches
With Wire Shelves 20EA, 1, EA;
LI 009: shipping, 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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.
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.
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 – 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, for the extended description here is the website: https://www.acquisition.gov/
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
5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the 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 35 calendar 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.
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil
The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.
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.
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 a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-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@army.mil or call 315-772-5582.
In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Representation and Representation Disclosures
The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
Reporting During Contract Performance
Equal Opportunity
Attachments/Links
Contracting Office Address
- KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
- FORT DRUM , NY 13602-5220
- USA
Primary Point of Contact
- Name: Marketplace Support
- MarketplaceSupport@unisonglobal.com
- Phone Number Phone: 1.877.933.3243
Secondary Point of Contact
- Feb 22, 2023 06:19 pm ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.