Washington Bids > Bid Detail

73--Kitchen equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159935854127554
Posted Date: Mar 31, 2023
Due Date: Apr 14, 2023
Solicitation No: JBLMISDFPOM230007
Source: https://sam.gov/opp/840fdeda20...
Follow
73--Kitchen equipment
Active
Contract Opportunity
Notice ID
JBLMISDFPOM230007
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 31, 2023 02:53 pm EDT
  • Original Date Offers Due: Apr 14, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    BLDG 9630 I street central receiving JBLM , WA 98433-9500
    USA
Description
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 JBLMISDFPOM230007 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 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:

2023-04-14 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.
3 Well drop in hot line. MOD300TDM is a Built-In Top-Mount Electric Food Warmer from Wells that has (3) wells/openings for 12" x 20" food pans or equivalent fractional pans. This drop-in warmer is constructed of stainless steel with aluminized steel housing. Each well is controlled individually.

Stainless Steel
Voltage: 208-240v/60/1-3ph
Overall Dimensions:
Height: 9-3/4"
Width: 43-1/2"
Depth: 23-5/8

Dimensions (H x W x D)        9.75" x 43.5" x 30.56"
Pan Opening Dimensions (L x W)        27" x 12"
Number of Pans        3
Electric        208-240v/60/1-3ph
Watts        1240/1450, 4, EA;
LI 002: equal to but no less than the following.
4 well drop in hot line. MOD-400 is a Built-In Top-Mount Insulated Electric Food Warmer from Wells that has (4) wells/openings for 12" x 20" food pans or equivalent fractional pans. This drop-in warmer is constructed of stainless steel with aluminized steel housing. Each well is controlled individually.

Top-Mount Food Warmer
Material: Stainless Steel
Infinite Controls
Fully Insulated
Tubular heating elements
Wellslock Standard
Openings: 4
High Limits
Temperature-Ready Indicator Lights
Wet or Dry Operation
Deep Drawn Warming Pads
Voltage: 208-240v/60/1-3ph
Wells MOD-400
Overall Dimensions:
Height: 9-3/4"
Width: 57-1/2"
Depth: 23-5/8

Ship Weight        95 LB
Manufacturer        Wells
Model Number        MOD-400
Manufacturer Part #        MOD-400
Hazardous Materials        No
Oversized Shipping        No
Power Type        Electric
Amps        4.3 - 5.0 Amps
Electric        208-240v/60/1-3ph
Watts        900 - 1200
Dimensions(HxWxD)        9-3/4" x 57-1/2" x 23-5/8", 5, EA;
LI 003: Equal To but no less than the following.
20 QT Mixer. Avantco MX20MGKIT 20 qt. gear-driven commercial planetary mixer!
powerful 1.5 hp motor and powerful 3 speeds, it comes equipped with a set of stainless steel accessories, a bowl guard, a meat grinder attachment, and a #12 attachment hub for exceptional versatility.

This unit comes with a NEMA 5-15P plug., 1, EA;
LI 004: Equal to but no less than the following.
Food Preparation Table
Length:        72 Inches
Width:        30 Inches
Height:        34 Inches
Work Surface Height:        34 Inches
Shelf Capacity:
Top Capacity:        750 lb.

Heavy Duty Stainless Steel Construction

Galvanized Undershelf
With Casters, 6, EA;
LI 005: Equal to but no less than the following.
Refrigerated Display case Advanco GD4C-15-HC black four-sided glass refrigerated.
Width        25 1/2 Inches
Depth        25 1/2 Inches
Height        74 13/16 Inches
Interior Width        21 1/16 Inches
Interior Depth        21 7/16 Inches
Interior Height        48 1/4 Inches
Voltage        115 Volts
Access Type        Doors
Capacity        12.625 cu. ft.
Color        Black
Compressor Location        Bottom Mounted
Display Case Type        Refrigerated
Door Style        Swing
Door Type        Glass
Features        LED Lighting

Lighted Interior
Horsepower        1/3 HP
Installation Type        Freestanding
Interior Color        White
Number of Doors        1 Doors
Number of Shelves        3 Shelves
Plug Type        NEMA 5-15P
Refrigerant Type        R-290
Sections        1
Temperature Range        32 - 53 Degrees F
Total BTU        1,261 BTU
Type        Merchandising Refrigeration, 1, EA;
LI 006: Equal to but no less than the following.
Pastry cart
Holds (40) 18" x 26 " sheet pans.
Enclosed cabinet, front loading design; durable all-welded construction
NSF Certified; Proudly made in the USA
Holds (40) 18"Wx26"D sheet pans
Solid side panels with pan guides on 11/2" centers
Four 5" swivel casters with non-marking wheels

rack is 207/8"Wx275/8"Dx68"H, 2, EA;
LI 007: Equal to but no less than the following.
Tilting Braising Pan VG40
Natural Gas
Material: Stainless Steel
Capacity: 40 Gallons
46" Wide Open Base
Manual Tilt
4” Return Flange
Spring Assist Cover w/Drip Edge
Automatic Burner Light
Embossed Gallon Markings
Temperature Range: 50°F-425°F
Field Reversible L Faucet Mounting Bracket
3/4” Rear Gas Connection
Adjustable Flanged Feet
Cooking Surface Area: 39" x 23"
Max Pan Opening: 41" x 28"
Electric Controls
90,000 BTUs
Electrical: 120v/60/1ph, 9 Amps
UL Listed
CSA
Overall Dimensions:
Height: 40.5"
Width: 46"
Depth: 35.5"

Base Material        Stainless Steel
Color        Silver
NSF Listed        No
UL Listed        Yes
Energy Star        No
Capacity        40 Gallons
Cover Type        Hinged
Apx. Revolutions to Fully Tilt        30
Legs        12"
Dimensions (HxWxD)        40.50" x 46.00" x 35.50"
Power        Natural Gas
Total BTU        120,000
Inlet Size        3/4
Electrical        120v/60/1ph
Amps        9, 1, EA;
LI 008: Equal to but no less than the following.
Drop in Cold Line 3 Well
Manufacturer        Wells
Model Number        RCP-300
Manufacturer Part #        RCP-300
Hazardous Materials        No
Oversized Shipping        No
Country of Origin        United States of America
Base Material        Stainless Steel
Color        Silver
NSF Approved        Yes
UL Listed        Yes
Dimensions(HxWxD)        24-1/2" x 44-3/4" x 25-3/8"
Installation Type        Drop In
Control Type        Thermostatic
Refrigerant Type        134A
Temperature Settings        Adjustable
Number of Pan Wells        3
Pan/Insert Size        Full Size
Water Pan Required        No
Power        Electric
Electric        115v/60/1ph
Phase        Single
Amps        5.5
Horsepower        1/4
Power Cord        8 ft
Plug        NEMA 5-15P, 1, EA;
LI 009: Equal to but no less than the following.
Drop in Cold Line 6 well.
WELLS 5O-RCP600-120 SPECS
Quantity        1/Each
Shipping Weight        290 lb.
Width        86 Inches
Depth        25 3/8 Inches
Height        24 1/2 Inches
Cutout Width        84 1/2 Inches
Cutout Depth        23 7/8 Inches
Amps        6.4 Amps
Hertz        60 Hertz
Phase        1 Phase
Voltage        115 Volts
Wattage        736 Watts
Compressor Location        Bottom Mounted
Features        Made in America

NSF Listed
Horsepower        1/2 HP
Installation Type        Drop In
Material        Stainless Steel
Number of Pans        6
Pan Mounting        Recessed
Plug Type        NEMA 5-15P
Power Type        Electric
Refrigerant Type        R-404A
Refrigeration Type        Coil
Temperature Settings        Adjustable
Type        Refrigerated Food Wells, 4, EA;
LI 010: 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*****

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
  • Mar 31, 2023 02:53 pm EDTCombined 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.

Start Free Trial Today >