Washington Bids > Bid Detail

73--Kitchen Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159532998410718
Posted Date: Feb 24, 2023
Due Date: Mar 23, 2023
Solicitation No: JBLMISDFPMO230004
Source: https://sam.gov/opp/49c7e10d10...
Follow
73--Kitchen Equipment
Active
Contract Opportunity
Notice ID
JBLMISDFPMO230004
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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 24, 2023 02:27 pm EST
  • Original Published Date: Feb 24, 2023 10:19 am EST
  • Updated Date Offers Due: Mar 23, 2023 11:00 am EDT
  • Original Date Offers Due: Mar 23, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 19, 2023
  • Original Inactive Date: Sep 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    BLDG 9630 I street central receiving JBLM , WA 98433-9500
    USA
Description View Changes
AMENDMENT NOTICE: 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 JBLMISDFPMO230004 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 333310 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors 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 no less than the following.
Touchline Tilting Pressure Braising Pan Multifunctional cooking appliance used for roasting, pot-roasting, braising, simmering, boiling, pressure cookingand steaming.•Pan size is GN compliant.•Temperature sensors provides efficient temperaturecontrol: the power is supplied as and when required tokeep the set temperature value without exceeding it.•Easy to clean cooking surface due to large-radius edgesand corners.•Cooking with a working pressure of 6.5psi (0.45 bar)reduces cooking times.•Optimum heat distribution in the food provides bestcooking results in terms of taste, colour and consistencyand in terms of vitamin preserving.•Safety mechanism prevents lid from opening, even incase of voluntary attempt, when cooking under pressure.•Overnight cooking: saving electricity and time.•Safety valve on the lid avoids overpressure in the foodcompartment.•High-quality thermal insulation of the pan saves energyand keeps operating ambient temperature low.•IPX6 water resistant.•Motorized, variable pan tilting with "SOFT STOP". Tilting and pouring speeds can be precisely adjusted. Pan can be tilted over 90° to facilitate pouring and cleaning operations. "Pressure function": once the pressure lid is locked, the system automatically regulates itself.

Capacity (gallons)        45
Features        Power Tilt
Gas Type        NG
Heat        Gas
Special Features        Peened Interior
Type        Floor Model
Series        Touchline
Product        Tilting Skillets
Product Type        Cooking Equipment
Weight        1213.00
With Optional Accessories
•Suspension frame for Pressurized Tilting Braising Pans - 3 needed for 45gallon units (587025, 587028) PNC 910191❑
•Base plate, for pressure braising pans and PNC 910201
❑non-pressure braising pans, half size - 3 needed for 45 gallon units (587035, 587039, 587025,587028)
2 EA •Perforated container with handles, height PNC 910211
2 EA ❑4" (102mm)•Perforated container with handles, height PNC 910212
2 EA ❑6" (152mm)•Perforated container with handles, height PNC 911673, 1, EA;
LI 002: equal to but no less than the following.
Vulcan VG40 NAT Details

Overall Dimensions:
Left to Right: 46"
Front to Back: 35 1/2"
Height: 40 1/2"
Capacity: 40 gallons
Cooking Surface: 39" x 23"

Shipping Weight        555 lb.
Width        46 Inches
Depth        35 1/2 Inches
Height        40 1/2 Inches
Cooking Surface Width        39 Inches
Cooking Surface Depth        23 Inches
Amps        9 Amps
Hertz        60 Hertz
Phase        1 Phase
Voltage        120 Volts
Capacity        40 Gallons
Cover Type        Hinged
Features        Made in America

Manual Tilt
Gas Inlet Size        3/4 Inches
Installation Type        Floor Model
Plug Type        NEMA 5-15P
Power Type        Natural Gas
Style        Tilting
Temperature Range        50 - 425 Degrees F
Total BTU        120,000 BTU
Type        Skillets, 1, EA;
LI 003: equal to but no less than the following.
Merchandiser open air.
True TOAM-48-HC~NSL01 Black 48" Wide
Glass lower front panel
LED interior cabinet lighting
4 solid white powder-coated cantilevered shelves
Refrigerant: R290 Hydrocarbon
Temperature range: 33 - 40 degrees F
Electrical specifications: 208-230 Volts, 60 Hertz, 1-phase, and 7.6 Amps
Compressor HP: (2) 3/4
10 ft power cord with a NEMA 6-15P plug
Overall Dimensions:
Height        78 1/2 Inches
Width        48 Inches
Depth        29 1/8 Inches
Color        Black
Night Curtain Included        Yes
Compressor Location        Bottom
Temperature Range        33 - 40 Degrees F
Number Of Shelves        4
LED Interior Lighting        Yes
Power        Electric
Voltage        208-230
Hertz        60
Phase        1
Amps        7.6
Horsepower        (2) 3/4 HP (1 1/2 HP Total)
Power Cord Length        10 ft
Plug        NEMA 6-15P
Shelf Type        Cantilevered, 2, EA;
LI 004: equal to but not less than the following.
Griddle 60 inch.
Shipping Weight        603.5 lb.
Width        60 Inches
Depth        31 1/2 Inches
Height        15 1/4 Inches
Cooking Surface Width        60 Inches
Cooking Surface Depth        24 Inches
Work Surface Height        11 1/8 Inches
Burner BTU        27,000 BTU
Burner Style        U-Shaped
Control Type        Thermostatic
Cooking Surface Material        Polished Steel
Features        Made in America

NSF Listed
Gas Inlet Size        3/4 Inches
Installation Type        Countertop
Number of Burners        5 Burners
Number of Controls        5
Plate Thickness        1 Inches
Power Type        Natural Gas
Temperature Range        200 - 550 Degrees F
Total BTU        135,000 BTU
Type        Griddles
Usage        Heavy Duty
Vulcan MSA60-101 Details
Overall Dimensions:
Width: 60"
Depth: 31 1/2"
Height: 15 1/4"
Working Height: 11 1/8"

Cooking Surface Dimensions:
Width: 60"
Depth: 24", 2, EA;
LI 005: equal to but no less than the following.
Steamer 20 pan capacity.
Width        24 Inches
Depth        35 Inches
Height        65 1/2 Inches
Amps        2 Amps
Hertz        60 Hertz
Phase        1 Phase
Voltage        120 Volts
Gas Inlet Size        3/4 Inches
Number of Compartments        2 Compartments
Pan Capacity        10 Pans
Power Type        Natural Gas
Steam Source        Steam Generator
Style        Floor
Total BTU        125,000 BTU
Type        Convection Steamers
Water Inlet Size        3/8 Inches, 2, EA;
LI 006: equal to but not less than the following.
Equipment stand.
Advance Tabco ES-305C Details
Overall Dimensions:
Length: 60"
Width: 30"
Height: 25"
Work Surface Height: 24"
Backsplash Height: 1"

Quantity        1/Each
Shipping Weight        102 lb.
Length        60 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

Made in America

NSF Listed

With Undershelf
Gauge        14 - 18 Gauge
Installation Type        Mobile
Size        30" x 60"
Stainless Steel Type        Type 304
Table Style        Undershelf
Top Material        Stainless Steel
Type        Equipment Stands
Undershelf Construction        Stainless Steel
Usage        Heavy Duty, 2, EA;
LI 007: equal to but not less than the following.
4 shelf shelving unit.
Metro A556K3 Super Adjustable
Width        48 Inches
Depth        24 Inches
Height        63 Inches
Capacity        2,000 lb.
Color        Green
Features        NSF Listed
Material        Epoxy-Coated
Product Line        Metro Super Adjustable
Style        Vented
Type        Stationary Shelving Units, 31, EA;
LI 008: equal to but not less than the following.
4 shelf shelving unit.
Metro A536K3 Super Adjustable
Width        36 Inches
Depth        24 Inches
Height        63 Inches
Capacity        2,000 lb.
Color        Green
Features        NSF Listed
Material        Epoxy-Coated
Product Line        Metro Super Adjustable
Style        Vented, 8, EA;
LI 009: Shipping, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors 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 Offerors 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. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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.

Start Free Trial Today >