Easton Readiness Center Kitchen Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) subpart 12.6, and 13.106 as supplemented wi... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) subpart 12.6, and 13.106 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. Solicitation W912K6-19-Q-0024 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. The associated North America Industrial Classification System (NAICS) Code for this procurement is 333318 "Cooking equipment (i.e., fryers, microwave ovens, ovens, ranges), commercial-type, manufacturing" the small business size standard of 1,000 employees. This requirement is a Total Set Aside for Small Business and only qualified offerors may submit quotes. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-101. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/Bid must be valid for 60 days. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The Warranty Period shall begin upon final acceptance of all items provided to the Government by the Contractor. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/. This request is for “Brand Name or Equal" and it will follow FAR 11.104 "Use brand name or equal purchase description". Offer must include a general description of those salient characteristics of the brand name items that "equal" items must meet to be acceptable for award. The Statement of Work (SOW) is attached. The SOW list includes details such as quantity and size of items required. An updated drawing is attached with notes (Equip. Floor Plan, Drwg, SOW). The original drawing is also attached as a reference (FS-1.0 Equipment Floor Plan). The SOW shows the requirement for quantity, dimensions and other details that have been corrected since the original drawing. Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in the Lowest Price Technically Acceptable (see attached Evaluation Factors Sheet). The associated North America Industrial Classification System (NAICS) Code for this procurement is 333318 "Cooking equipment (i.e., fryers, microwave ovens, ovens, ranges), commercial-type, manufacturing" the small business size standard of 1,000 employees. Project Scope: This project shall include all hardware, equipment, items listed and installation at the MDARNG Easton Readiness Center. See all details in the Statement of Work attached. Provide your proposal with each item number shown on SOW, installation and any additional cost required to complete this proposal. CLIN Description U/I QTY Price EXT. PRICE 1 Tray and Silverware EA 3 2 Mobile Dish Dispenser EA 2 3 Tumbler Dispenser EA 3 4 Juice Dispenser EA 1 5 Refrigerated Salad/Bar EA 1 6 Stainless Steel Inserts (see SOW sizes and qty’s) EA 78 7 Worktable EA 1 8 Worktable EA 1 9 Worktable EA 1 10 Food Mixing with Stand ( Food Mixing machine 1, Stand 1) EA 2 11 Electric Can Opener EA 1 12 Slicer EA 1 13 Bun Pack Rack EA 1 14 Coffee Brewer/Decanter (1 + 6) EA 7 15 Shelving Unit EA 10 16 Heavy duty hand truck EA 2 17 Refrigerator EA 1 18 Counter Refrigerator EA 1 19 Microwave Oven EA 1 20 Flatware Rack EA 6 21 Plate Rack EA 6 22 Tables EA 6 23 Holding Cabinet EA 1 24 Divider/Adapter EA 12 25 Heavy Weight Tray EA 200 26 Heavy Weight Bowl EA 200 27 Heavy Weight cup/tumbler (200+200) EA 400 28 Installation Total $ Specify timing required to deliver to location, install and complete project. Site Visit: A site visit has been scheduled for March 28, 2019 at 12:00 PM. EST Offerors are highly encouraged to attend this site visit. Location for this site visit is as follows: Maryland Army National Guard Easton Readiness Center 7111 Ocean Gateway Easton, Maryland 21601-9417. USA Destination/Delivery: Shipping will be Free on Board (FOB) Destination to: Maryland Army National Guard Easton Readiness Center 7111 Ocean Gateway Easton, Maryland 21601-9417. USA Delivery Schedule: Delivery & installation schedule should be in terms of "calendar" days after receipt of contract award. Delivery schedule will include; delivery of equipment, installation, and removal of all debris from premises. Acceptance Criteria: All Kitchen Equipment will be free of damage and fully operational after installation. No partial shipments unless otherwise specified at the time of order and properly installed at the delivery address. Kitchen Equipment must conform to commercial standards. Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation, associated information, and the plans and specifications, will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-28, Post Award Small Business Program Representation. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.252-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea 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 via email to Mr. John F. Ebmeier at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than Tuesday, April 02, 2017 at 1:00 PM EST. Questions not received within the allowable time may not be considered. Quote Submission: Quotes shall be submitted by email to Mr. John F. Ebmeier, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than TUESDAY, May 07, 2019 AT 10:00 AM EST. Quotes shall be clearly marked RFQ W912K6-19-Q-0024. Offerors are hereby notified that if their quotes are not received by the date, time, and at this location specified in this announcement, it will not be considered by the agency. Telephone requests will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »