Mess Hall Items
OPEN MARKET REQUEST FOR QUOTATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information incl... OPEN MARKET REQUEST FOR QUOTATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is a small business set-aside under NAICS code 238290 size standard of 1M. This is an OCONUS requirement: FAR 19.000(b) applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20180601. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Basis for Award. The Government intends to issue a single purchase order, and will award to the responsible offeror with satisfactory past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. Solicitations for supplies valued less than $1 million will use the past performance evaluation procedures outlined in DFARS 213.106-2 and described in clause 252.213-7000, incorporated herein. Price evaluation will typically be conducted through price competition, as authorized in FAR 15.4. The offeror's quoted shipping costs, if any, will be included in the price evaluation. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* Addendum to 52.212-1 Instructions to Offerors. The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Quotes submitted without the required coversheet will not be evaluated nor considered for award. Offerors shall submit their response to this RFQ and all questions via email to angel.maldonado@usmc.mil no later than 1630 EST April 12th, 2019. SHIPPING INSTRUCTIONS •1. All materials awarded under this contract are expected to be delivered 30 days after the date of award. •2. Shipping terms shall be F.O.B. Origin - Freight Prepaid in accordance with FAR 52.247-32. In order for your quote to be considered responsive, any associated prepaid shipping costs must be identified in the quote, and will be evaluated as part of the overall price. The offeror may submit a ZERO shipping cost; however, ZERO cost must also be clearly specified in the quote. Failure to fill in the required information may result in your quote being considered non-responsive by the Government. •3. The Government prefers shipment via the United States Postal Service (USPS) to the Fleet Postal Office (FPO) address listed below. Orders ineligible for shipment via USPS due to size, weight, or other restriction, shall be delivered via Defense Logistics Agency Container Consolidation Point (DLA CCP) at Tracy, California, for trans-shipment to its ultimate OCONUS destination via Defense Transportation System. Additional marking and packing instructions apply and will be provided upon award. •4. USPS SHIPMENT: Attn MSgt Neil Yazzie/ Jose Rivera MCB Camp Kinser Unit 35004, Box 0016 FPO, AP 96373-0016 DLA CCP SHIPMENT D.O. # M67400-XX-F-XXXX Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road Tracy, CA 95376 SHIPPING INSTRUCTIONS (DOOR-TO-DOOR) •1. All materials awarded under this contract are expected to be delivered 30 days after the date of award. •2. Shipping terms shall be F.O.B. Origin - Freight Prepaid in accordance with FAR 52.247-32. In order for your quote to be considered responsive, any associated prepaid shipping costs must be identified in the quote, and will be evaluated as part of the overall price. The offeror may submit a ZERO shipping cost; however, ZERO cost must also be clearly specified in the quote. Failure to fill in the required information may result in your quote being considered non-responsive by the Government. •3. The Government requests offerors submit a quote for Door-To-Door shipping containing the most direct shipment option to the following address: Mark for: Unit (TBD) Okinawa, Japan XXX-XXXX OVERSEAS SHIPMENTS: This contract is intended for ultimate shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading . Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids . Wood packaging materials must be ISPM certified . Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized (END SHIPPING INSTRUCTIONS) Please see the below for the requirement's details: CLIN0001: Full size aluminum bun pan / sheet pan or equal Referenced MFR: GSA Vollrath Referenced Part number: 9003 - Shall be 18" X 26"X1" full size aluminum bun pan / sheet pan. Qty: 1200 EA CLIN0002: Aluminum bun pan / sheet pan or equal Referenced MFR: GSA Vollrath Referenced Part number: 935303 - 13" X 18" X 1" Half-Size aluminum bun pan / sheet pan Qty: 0020 EA CLIN0003: Stainless Steel Steam Table Pan - 2 1/2D or equal Referenced MFR: Vollrath Referenced Part number: 70322 - Super Pan V 1/3 size anti-jam stainless steel coat x3 non-stick steam table & hotel pan - 2 1/2" deep Qty: 0280 EA CLIN0004: China Cap or equal Referenced MFR: Vollrath Referenced Part number: 682-311 - 6qt 12" China Cap Strainers Steel, Fine Qty: 0078 EA CLIN0005: Transport Utility Cabinet or equal Referenced MFR: Central Restaurant Products Referenced Part number: 942-025 - Holds 40 full-size sheets Qty: 0033 EA CLIN0006: Bun Pan Rack or equal Referenced MFR: R.W. Rogers Company Referenced Part number: APRR 1818-3/65 - 21" x 26" Deep X 64" Qty: 0031 EA CLIN0007: Food Processor or equal Referenced MFR: Hobart Referenced Part number: FP100-1A - Angled continuous feed design, half-size hopper, 11 lb per/min production cap., 396 rpm, stainless steel cutting surfaces, planetary gear transmission, triple safety interlocks, aluminum housing, rubber feet, PL Qty: 0013 EA CLIN0008: China Cap or equal Referenced MFR: Vollrath Referenced Part number: 682-021 - 6qt 12" China Cap Strainers Steel, Coarse Qty: 0055 EA CLIN0009: Salad Bowl Referenced MFR: Cambro Referenced Part number: PSB23 - 1L X 23 W (in) 23" Round Pebbled Salad Bowl Qty: 0022 EA CLIN0010: Mixing Paddle, Stainless Steel Referenced MFR: American Metalcraft Referenced Part number: 2148 - Stirring paddle, stainless steel, 48" L Qty: 0058 EA CLIN0011: Aluminum Rolling Pin 13" Referenced MFR: Alegacy Food Service Products Referenced Part number: B343825 - 13" Aluminum rolling pin Qty: 0014 EA CLIN0012: 1 Quart Hooked Handle Dipper Referenced MFR: Vollrath Referenced Part number: 58700 -1 Quart Graduations marked clearly inside and outside. Stainless steel Welded hooked handle prevents dipper from sliding into container. Makes hanging storage convenient Bowl Top Diameter: 6 3/8" (16.2 cm) Bowl Base Diameter: 4 3/4" (12 cm) Qty: 0010 EA CLIN0013: 72 oz black NSF heavy duty ladle 3/cs Referenced MFR: Vollrath Referenced Part number: 70322 - Super Pan V 1/3 size anti-jam stainless steel coat x3 non-stick steam table & hotel pan - 2 1/2" deep Qty: 0020 EA CLIN0014: 6.29 DIA (16 cm) W/M skimmer 12/cs Referenced MFR: Central Restaurant Products Referenced Part number: 913-602 Qty: 0009 EA CLIN0015: 24" French Whip Nylon Handle Stainless Steel Referenced MFR: Vollrath Referenced Part number: 47097 - The handle is heat resistant up to 475°F, Dishwasher safe Qty: 0103 EA CLIN0016: 18" French Whip Nylon Handle Stainless Steel Referenced MFR: Vollrath Referenced Part number: 47094 - The handle is heat resistant up to 475°F, Dishwasher safe Qty: 0145 EA CLIN0017: 12-Inch Disposable PASTRY BAG Referenced MFR: Central Restaurant Products Referenced Part number: 737-006 - 100-Count Qty: 0530 EA CLIN0018: 18-Inch Disposable PASTRY BAG Referenced MFR: Central Restaurant Products Referenced Part number: 737-007 - 100-Count Qty: 0530 EA CLIN0019: Decorating Tubes Set Referenced MFR: August Thomsen Corp Referenced Part number: 782 - 0.5833L X 0.125W (ez), pastry tube set, 26 piece Qty: 0014 EA CLIN0020: Laddle, Serving Referenced MFR: Vollrath Referenced Part number: 58620 - Hooked handle- Stainless 2 oz. 9-7/8" Qty: 0252 EA CLIN0021: Laddle, serving Referenced MFR: Vollrath Referenced Part number: 58044 - Black hooked handle stainless 4 oz. 12- 5/8" Qty: 0240 EA CLIN0022: Measuring Cups and Measuring Spoon Set Referenced MFR: Chefland - 8-Piece Stainless Steel Measuring Cups and Measuring Spoon Set 1/4, 1/3, 1/2 & 1 cup Qty: 0125 EA CLIN0023: Measuring Spoon Set Referenced MFR: Central Restaurant Products Referenced Part number: 913-212 - s/s heavy duty, 4-piece english & metric Qty: 0132 EA CLIN0024: Portion control scale Referenced MFR: Central Restaurant Products Referenced Part number: 511-022 -5# x 1/2 oz, rustless, color coded Qty: 0032 EA CLIN0025: Portion control scale Referenced MFR: Taylor Referenced Part number: TS5 - 25# x 2 oz, rustless, color coded Qty: 0032 EA CLIN0026: Cart, Housekeeping Referenced MFR: Rubbermaid Referenced Part number: FG617388BLA (RUB6173) - Black with 21-gal zippered bag Qty: 0012 EA CLIN0026: Shipping Total Price: The following FAR clauses and provisions apply: Full text of each FAR provision and clause may be accessed electronically at http://farsite.hill.af.mil/ FAR 52.204-7: System for Award Management (Oct 2018), FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), FAR 52.204-13: System for Award Management Maintenance (Oct 2018), FAR 52.204-19: Incorporation by Reference of Representations and Certifications (Dec 2014), FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), FAR 52.209-10: Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015), FAR 52.211-6: Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors (Oct 2018), Addendum - see section entitled: Addendum to 52.212-1 Instructions to Offerors FAR 52.212-4: Contract Terms and conditions - Commercial Items (Oct 2018), FAR 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2019), FAR 52.222-19: Child Labor -- Cooperation with Authorities and Remedies (Jan 2018), FAR 52.223-18: Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011), FAR 52.232-33: Payment by Electronic Funds Transfer -System for Award Management (Oct 2018), FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), FAR 52.233-1: Disputes (May 2014), FAR 52.233-3: Protest After Award (Aug 1996), FAR 52.233-4: Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.247-1: Commercial Bill of Lading Notations (Feb 2006), FAR 52.247-32: F.O.B. Origin, Freight Prepaid (Feb 2006), FAR 52.252-1: Provisions Incorporated by Reference (Feb 1998), The following DFARS clauses and provisions apply: Full text of each DFARS provision and clause may be accessed electronically at http://farsite.hill.af.mil/ DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016), DFARS 252.209-7999: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) (Oct 2018), DFARS 252.211-7003: Item Unique Identification and Valuation (Mar 2016), DFARS 252.213-7000: Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (Mar 2018), DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017), DFARS 252.225-7043: Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015) DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Dec 2018), DFARS 252.232-7006: Wide Area Work Flow Payment Instructions (Dec 2018), (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s): COMBO REPORT (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC M67443 Issue By DoDAAC M67400 Admin DoDAAC M67400 Inspect By DoDAAC Ship To Code M20221 Ship From Code Mark For Code Service Approver (DoDAAC) M20221 Service Acceptor (DoDAAC) M20221 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (TBA) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (TBA) DFARS 252.232-7010: Levies on Contract Payments (Dec 2006), DFARS 252.243-7001: Pricing of Contract Modifications (Dec 1991), DFARS 252.244-7000: Subcontracts for Commercial Items (Jun 2013), (End of RFQ)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »