The RFP Database
New business relationships start here

36C249-19-AP-2418 Pot Scrubber w/Accessories


Tennessee, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

RFQ 36C24919Q0479

Page 9 of 9

RFQ 36C24919Q0070
Statement of Work

Combine Synopsis/Solicitation
General Information
Document Type:
Combined Solicitation/Synopsis
RFQ Number:
36C24919Q0479
Posted Date:
08/16/2019
Response Date:
08/21/2019 @ 8:00 AM CST
Classification Code:
7330
NAICS Code:
332999
CONTRACTING OFFICE ADDRESS:
NCO 9
ATTN: Elishia Lannom, Contract Specialist
Department of Veterans Affairs
Contracting Office, 4th Floor
1639 Medical Center Parkway
Murfreesboro, TN 37129
DESCRIPTION:
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 is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2019-01 / 01-22-2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 332999, with a small business size standard of 750 employees.
.
The Network Contracting Office 9 is seeking a vendor that will provideB the necessary requirement to the Alvin C. York VA Medical Center in Murfreesboro, TN.

All questions regarding this RFQ must be in writing and may be sent by e mail to
elishia.lannom@va.gov

Questions must be received no later than August 20, 2019 at 11 a.m. CST. No further questions will be accepted after that date and time.

You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.




SCHEDULE:
All interested companies shall provide a brand name or equal quotation for the following:



1 ea POT SCRUBBER


Hobart Model No. TWII+BUILDUP

TurboWash, (8) 1 1/2" angled stainless steel wash nozzles, heavy duty 2 HP pump motor, on/off pump
switch, thermal overload & low water cut off, 14 gauge 304 stainless steel construction

1 ea Standard warranty 1 Year parts, labor & travel time during normal working hours within the
USA

1 ea TWII ELE0EU 208 240v/60/3

1 ea TWII DIR0RL Right to left

1 ea TWII LBLHOB Hobart labels

1 ea TWII AUFYES Automatic fill

1 ea TWII FAUMX2 2 mixing faucet 3/4" heavy duty

1 ea TWII SPRYES Pre rinse spray 1/2" high quality swivel style 1 ea TWII HTEYES 2.5 kw
electric heater with two heat settings 1 ea TWII SCRD36 36" scrapper table for disposer

1 ea TWII SDB012 12" soiled end drainboard

1 ea TWII DPGSCR Disposer scrapper swirl piping

1 ea TWII DSPYES Used with hobart disposer

1 ea TWII CNTHDS Turbowash controls integrated with hobart disposer controls (single point
electrical connection)

1 ea TWII OVF005 One drain without overflow (for wash sink); two drains with overflow (for rinse
& sanitizer sinks)

1 ea TWII SEERRS Rolled rim

1 ea TWII TBLYES With table

1 ea TWII WSS048 48" wash sink

1 ea TWII SEP0NO Without separator

1 ea TWII SMPYES Wash sink strainer sump

1 ea TWII RNS030 30" rinse sink

1 ea TWII SAN030 30" sanitizer sink

1 ea TWII CDB SEF 32" clean end drainboard 1 ea TWII CEESEF Connection to U31 machine 1 ea
TWII USH0NO Without undershelf


1 ea TWII TMRYES Automatic shutdown timer, 1 8 hours (preset at 4 hours)

1 ea TWII RCK0NO Without sheet rack

1 ea TWII BSKYES Utensil basket

1 ea TWII OVS0NO Without overshelf

1 ea SEF 1 With special field weld for L shape, provided by others

1 ea SEF 11 34 X 34 (approx.) CORNER DRAINBOARD (INCLUDES 1 LEG SET & CROSSMEMBER

1 ea SEF 2 57 1/2" table with a 2 1/2" end splash on clean end and soiled end connection to Stero
U31 utensil washer

1 ea DISPOSER

Hobart Model No. FD4/500+BUILDUP

Disposer, basic unit only, 5 HP motor, steel housings, adjustable flange feet
1 ea Standard warranty 1 Year parts, labor & travel time during normal working hours

1 ea FD4/500 ELE0KT 208 230/460v/60/3 ph & 208/415v/50/3 ph

1 ea FD4/500 ELE0KT Vinyl splash guard
1 ea DISHWASHER, POT/PAN/UTENSIL, DOOR TYPE Stero Model No. U 31 A

Utensil Washer door type, pass through design, high temp, 25" x 27"

opening, tank heat to be specified, auto fill, adjustable cycle times, stainless steel
construction, includes (4) racks, 3 hp pump, Kit 55 includes pre plumbed and installed 3/4"
pressure regulator, shock arrestor, flow pressure gauge and line strainer to solenoid valve
Dimensions 69(h) x 32.63(w) x 31(d)

1 ea 208v/60/3 ph, standard

1 ea Electric 10 kw tank heater (thermostatic control & low water cut off)

Note: 180 degree final rinse water by others.

1 ea Hobart sales and service Model No. INSTALL DW

Remove existing machine, deliver to dock for disposal by others, Deliver, uncrate and sit new
machine in place. Installation of new dish machine


ITEM TOTAL:



Total Price

DELIVERY:
Delivery shall be provided no later than 30 days after receipt of order. Delivery terms FOB destination.

Alvin C. York VA Medical Center Murfreesboro, TN Campus
3400 Lebanon Pike Murfreesboro, TN 37129

GRAY MARKET PREVENTION:
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.
Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B

QUOTE FORMAT AND EVALUATION FACTORS:

Offerors shall provide only one quote. Quote should be emailed to Elishia.lannom@va.gov NLT 08/21/2019 at 8:00 AM CST. Non-compliance with this requirement will result in disqualification of the quote.

Award shall be made to the vender whose quotation offers the best value to the government, considering price, technical capability, and past performance.

All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM

All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award.

The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offeror shall list exception(s) and rationale for the exception(s).

Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items.


CLAUSES/PROVISION:
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the
same force and effect as if they were given in full text. Upon request, the Contracting Officer
will make their full text available.

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

FAR Number

Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST TIER
SUBCONTRACT AWARDS
OCT 2018
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.209-6


PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
OCT 2015


52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
OCT 2018
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
OCT 2018
52.219-4
NOTICE OF PRICE EVALUATION FOR HUBZONE SMALL BUSINESS
CONCERNS
OCT 2014
52.219-28
POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION
JUL 2013
52.222-3
52.222-19
CONVICT LABOR
CHILD LABOR
JUN 2003
JAN 2018
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
JUL 2014
52.222-50
COMBATING TRAFFICKING IN PERSONS
MAR 2015
52.222-54
52.223-18
EMPLOYMENT ELIGIBILITY VERIFICATION
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
OCT 2015
AUG 2011
52.225-3
BUY AMERICAN-FREE TRADE AGREEMENTS
MAY 2014
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
JUN 2008
52-232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52-232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013

VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)

VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)
The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. Contracting Officer insert CLIN information]. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required.

(End of Clause)

VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018)
(a) The Contractor shall conform to the standards established by: Federal and Drug
Administration (FDA)
(b)The Contractor shall submit proof of conformance to the standard. This proof may be a label
or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in
accordance with the standards and meet the contract requirement. Proof may also be furnished by
the organization listed above certifying that the item(s) furnished have been tested in accordance
with and conform to the specified standards.
(c) Offerors may obtain the standards cited in this provision by submitting a request, including
the solicitation number, title and number of the publication to
(d) The offeror shall contact the Contracting Officer if response is not received within two
weeks of the request.
(End of clause)

VAAR 852.219-10 VA NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, small business concern:
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified small business as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)

VAAR 852.246-71 REJECTED GOODS (OCT 2018)
(a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor.
(b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products.
(End of Clause)
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
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

FAR Number

Title

Date

52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
JULY 2016
52.211-6
BRAND NAME OR EQUAL
AUG 1999
52.212-1
INSTRUCTIONS TO OFFERORS
OCT 2018



52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.
(b)
(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]

Elishia Lannom
Contract Specialist
elishia.lannom@va.gov
615-225-5623

elishia.lannom@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP