Oklahoma Bids > Bid Detail

73--Dining Facility Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159775761237301
Posted Date: May 26, 2023
Due Date: Jun 1, 2023
Solicitation No: FS008
Source: https://sam.gov/opp/b5711bd7fc...
Follow
73--Dining Facility Equipment
Active
Contract Opportunity
Notice ID
FS008
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: May 26, 2023 03:34 pm EDT
  • Original Date Offers Due: Jun 01, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7310 - FOOD COOKING, BAKING, AND SERVING EQUIPMENT
  • NAICS Code:
    • 335220 - Major Household Appliance Manufacturing
  • Place of Performance:
    2243 Hirsch Road, Central Receiving Fort Sill , OK 73503
    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 FS008 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 335220 with a small business size standard of 1,500.00 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:

2023-06-01 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Sill, OK 73503

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Silver King SKMAJ3/ESUS4 18 gal Full Size Majestic Milk Dispenser Triple Valve - 39"W x 17 1/10"D x 39 1/2"H Exterior stainless steel with galvanized bottom reduces risk of corrosion. Interior stainless steel, coved corners and finished edges for easy cleaning. Environmentally friendly polyurethane foamed-in-place insulation for maximum strength and durability. Standard 8 foot 3 wire power cord NEMA 5-15P plug. Door has heavy duty hinges and has a removable gasket for ease of cleaning. Spring loaded lift type valve for dripless operation and optimum sanitation. CFC-free, 134A refrigerant, hermetically sealed, high efficiency, self contained refrigeration system. 120V, 60Hz. - - or Equal., 10, EA;
LI 002: ALTO-SHAAM, DOUBLE COMPARTMENT 1767-SK SMOKER OVEN, Constructed with a stainless steel exterior. Oven includes stainless steel doors with magnetic latch. Each compartment interior includes two (2) completely removable, non-magnetic stainless steel side racks with eleven (11) pan positions spaced on 1-3/8" (35mm) centers, two (2) stainless steel wire shelves, one (1) stainless steel rib rack, a removable stainless steel drip pan with drain and a wood chip container. Oven is furnished with an exterior, front mounted stainless steel drip tray. Oven includes one (1) set of 5" (127mm) casters — 2 rigid, and 2 swivel with brake. Each compartment has a simple control with an On/Off power switch; cook temperature knob, 200°F to 325°F (94°C to 160°C); hold temperature knob, 60°F to 205°F (16°C to 96°C); digital display, up/down arrows to set cook and hold time; and a sixty minute smoking timer. Control features indicator lights for the cook, hold, and smoke functions, and when the oven is calling for heat. Oven is equipped with a voltage conversion switch, located on the back of the oven, for voltage selection (208 or 240 V.A.C.) at time of installation. Exterior: 61-15/16" x 27-1/16" x 32-3/4", Interior (each compartment): 20-1/16" x 21-15/16" x 26-1/2" - - or Equal., 1, EA;
LI 003: CRESCOR ROAST-N-HOLD STACKED CONVECTION OVENS MODEL CO-151-H-189D-STK, Stacked ovens with two separate compartments and controls permit menu flexibility. Fully insulated Roast-N-Hold gentle convection oven designed for slow roasting. Removable power units 18 ga. stainless steel, recessed control panels with digital thermostats. Cabinets and doors 22 ga. stainless steel; stainless steel internal frame; coved corner interiors. Fiberglass insulation in sides 2”; back, doors and base 1-1/2”. High temperature anti-microbial magnetic latches. No-tip channel interior for 18" x 26" pans on 3" centers. One piece base . Efficient 4700 Watt power unit allows for reheating of prepared meals or bulk items. Maximum temperature 350˚F. (176.5˚C.). Standard solid state electronic control with large, clean, easy-to-read and operate LED digital display to ensure holding at precise food temperatures. Non-venting oven. Stainless steel construction throughout for ease of cleaning. Standard with right hand hinges. Supplied with six raised wire grids. Heavy duty 5" swivel casters, two with brakes. Provides mobility when fully loaded. 4700 Watts, 240 Volts, 1 Phase, 60 Hz. - - or Equal, 4, EA;
LI 004: TRAULSEN "W-Width" Hinged Glass Door Reach-In Refrigerators/Self-Contained, 1-Section Full Length Door Mode, RHT132WUT-FHG, Smart Control With LED Display, StayClear™ Condenser, Stainless Steel Exterior & Interior, Balanced, Self-Contained Refrigeration System Using R-450A, Rear Biased Return Air Duct, Full Length Hinged Glass Doors With Lock,         Self-Closing Door With Stay Open Feature At 120°F, Stainless Steel Vertical Door Handle, Standard Door Hinging: 132W = Right, LED Lights With Exterior Switch,         Three Adjustable Wire Shelves Per Section, Supported On Shelf Pins (installed at the factory), Automatic Non-Electric Condensate Evaporator, Magnetic Snap-In EZ-Clean Door Gasket, Controllable Anti-Condensate Door Perimeter Heaters, Thermostatic Expansion Valve Metering Device, Stainless Steel One-Piece Louver Assembly, 9' Cord & Plug Attached, Set of Four (4) 6" High Adjustable Stainless Steel Legs, Net capacity cu. ft. 24.2 (686 cu l), Length - overall in. 297⁄8 (75.9 cm), Depth - overall in. 35 (88.8 cm), No. Standard Shelves 3, Shelf area sq. ft. 18.8 (1.75 sq m), NEMA 5-15 P Plug. - - or Equal, 1, EA;
LI 005: VULCAN CONVECTION OVEN, MODEL NUMBER- VC66GD, DOUBLE SECTION GAS CONVECTION OVEN, STAINLESS STEEL FRONT, SIDES, TOP AND LEGS. INDEPENDENTLY OPERATED STAINLESS STEEL DOORS WITH DOUBLE PANE WINDOWS. NON- SAG INSULATION APPLIED TO THE TOP, REAR, SIDES, BOTTOM AND DOORS. PORCELAIN ENAMEL ON STEEL OVEN INTERIRORS MEASURES 29" W X 22 1/8" DX 20"H. TWO INTERIOR OVEN LIGHTS PER SECTION. FIVE NICKEL PLATED OVEN RACKS PER SECTION MEASURE 28 1/4 X 20 1/2". ELEVEN POSITION NICKEL PLATED RACK GUIDES WITH POSITIVE RACK STOPS. Overall: 40 1⁄4 in. W x 46 1⁄4 in. D x 70 in. H. ONE 50,000 BTU/HR BURNER PER SECTION 100,000 TOTAL BTU/HR ELECTRONIC SPARK IGNITERS. FURNISHED WITH A TWO SPEED 1/2 HP OVEN BLOWER PER SECTION. OVEN COOL SWITCH FOR RAPID COOL DOWN. 120 VOLT, 60 HZ 1 PH POWER SUPPLY REQUIRED. 6 FT CORD AND PLUG. 7.7 AMPS TOTAL DRAW PER SECTION,3⁄4-in. rear gas connection. - - or Equal., 2, EA;
LI 006: CLEVELAND SGL40T1-NAT, 40 Gallon PowerPan Open Base Tilt Skillet, Natural Gas, WITH 2” Tangent Draw-Off Valve (TD2SK) left side: 40 gallon (150 liter) open frame design. Full capacity to bottom of pouring lip. Ultra Efficient Power Burner (Forced-Air) Gas Combustion System with Automatic Ignition. Dual Power Settings: 160,000 Btu and 200,000 Btu for 40 gallons provides superior heat-up and recovery. Open base design for easy cleaning and maintenance. 5/8" Stainless Steel Bead Blasted cooking surface prevents warping and keeps food from sticking. Durable 12 gauge, 304 Stainless Steel pan construction. 5 /8˝ (16mm) mild steel clad bottom plus a 1 /16˝ (1.6mm) Stainless Steel plate for even temperature distribution. Low 35" rim height for easy operation and cleaning. Splash Proof Controls and construction. Supplied with Cord & Plug for 115-volt controls. Easy-to-turn manual hand tilt with enclosed permanently lubricated gearbox. Gallon/Liter Markings and Vented Spring Assist Cover standard. 10° Cooking Feature. Tilt unit up to 10° without the power being turned off. Adjustable, Electronic Thermostat accurately controls temperature from 100° to 450° F. Electronic "Spark Ignition System Standard". Spring-Assist Cover with full width handle and vent. Approvals include AGA, CSA, CE and NSF, with 2” Tangent Draw-Off Valve (TD2SK). - - or Equal., 3, EA;
LI 007: VULCAN MSA48-101, 48" Countertop Natural Gas Griddle with Snap Action Thermostatic Controls - 108,000 BTU: Stainless steel front, sides and front top ledge. Fully welded stainless and aluminized steel body frame. 11" low profile cooking height on 4" legs. 48" w x 24" d griddle plate with 12 gage, 4" stainless steel back and tapered sides plashes. Grease chute is fully welded to stop grease migration. One 27,000 BTU/hr. “U” shaped aluminized steel burner and mechanical snap action thermostat for each 12" of griddle width. Chrome thermostat knob guards. Temperature adjusts from 200° to 550°F. One pilot safety for every two burners.3½" wide stainless steel grease trough. ¾" rear gas connection and gas pressure regulator. Bottom heat shields. - - or Equal., 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
  • May 26, 2023 03:34 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 >