The RFP Database
New business relationships start here

FSS Walk-In Freezer


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

(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(ii) Solicitation W912J2-19-Q-6025 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 05 June 2019, and Defense Acquisition Circular DPN 20190531, effective 31 May 2019.


(iv) This RFQ is solicited as 100% Small Business Set Aside. The NAICS code is 333415 with a Small Business Size Standard of 1,250 Employees.


(v) The Wisconsin Air National Guard is anticipating the following items:


CLIN 0001: Walk-in Freezer, 1 EA
CLIN 0002: Remote Refrigeration Unit, 1 EA


This list is based on initial analysis and may not be all-inclusive. See attached Purchase Description for greater detail.


(vi) Description of requirement:
The 115th Fighter Wing has a requirement for a new walk-in freezer to replace the current freezer that has become economically unfeasible to maintain due increased frequency in maintenance repairs. The freezer is needed to store frozen food products and is necessary to meet mission requirements of the 115 FW Force Support Squadron dining facility.


Salient Characteristics of the requirements are as follows:


General Requirements:
• Disassemble existing walk-in freezer, pump and disconnect refrigeration, and remove from premises.
• Install new walk-in freezer.
• Install new refrigeration system. Condensing unit to be set on roof of building.
• Furnish and install refrigeration line sets, run condensate drain line, provide heat tape for condensate drain line, provide electric connections, charge system, start up and calibrate.
• Disconnect and reconnect sprinkler head. Modify as required.
• Provide walk-in freezer with plan and specifications.
• Remove all debris, clean and caulk.
• Equipment start-up and calibration required.
• Provide submittals, owner's manual, close-out information and owner familiarization training during installation.
• Shipping shall be included in the quote.
• Quotes must be valid through 30 Sep 19


Required Items:
1 EA Walk-in-Freezer
• Overall dimensions:
o Width: Min - 9' Max - 10'
o Depth: Min - 72" Max - 78"
o Height: Min - 6' 7" Max - 7'
• Galvanized Interior and exterior finish
• Aluminum floor throughout
• Minimum 34" X 78" left swing door. Door should be center on the wall meeting the min/max width dimensions or the have the ability to be custom fit to allow proper clearance of kitchen equipment surrounding walk-in freezer
• Exterior mounted thermometer (analog or digital) to monitor freezer temperature
• Heated door frame and threshold
• Interior lighting with exterior mounted switch
• Ground level installation
• Freestanding epoxy coated shelving units along exterior walls that can be arranged to allow unobstructed access through door. Minimum of 4 adjustable shelves per shelving unit that can be removed for cleaning.


1 EA Remote Refrigeration unit
• Remote 208-230V/60/1PH low temperature condensing unit
• Evaporator coil, 208V/60/1PH
• 5 Year extended compressor warranty
• Installed on building facility roof.
o Building Facility roof height = 16 feet. Distance from walk-in is approximately 10-12 feet.



A site visit will be held at the 115th Fighter Wing, see registration information in section xv.


(vii) Delivery is desired no later than 60 days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination.


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Response to the solicitation must meet the following conditions:

1. Conformance to the RFQ, and
2. Meet the minimum salient characteristics as outlined above.

Contract will be awarded based on a determination of best value to the government; bids will be evaluated based on price, inclusion of installation services, inclusion of existing freezer disposal, conformance with RFQ and compliance with minimum salient characteristics.

A firm fixed price contract award is anticipated.

(x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.


(xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:


This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award.


In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow
(WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.


The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items (CD 2018-O0018)
52.212-2 Evaluation-Commercial Items
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside (CD 2019-O0003)
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 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.223-20 Aerosols
52.223-21 Foams
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-1 Site Visit
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7012 Preference for Certain Domestic Commodities
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings
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 Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Instructions to Offerors:
1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.
2. Quotes must include the Offeror's CAGE Code or DUNS Number.
3. Quotes must include delivery schedule.
4. Quotes must be valid until 30 Sep 19.
5. A site visit will be held at the 115th Fighter Wing on June 20, 2019 at 1:00 p.m. In order to attend, interested parties must pre-register prior to 3:00 pm on June 18, 2019. Register by emailing names and contact information to email below:

usaf.wi.115-fw.mbx.fw-contracting@mail.mil

In your email include the RFQ number in the subject line. You will receive a confirmation indicating where to meet.

6. All contractors shall be registered in the System for Award Management (SAM) at the time an offer or quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM.
7. It is the interested Offeror's responsibility to check FedBizOpps for updated information.
8. All quotes must include a list of features/specifications for the walk-in freezer being proposed.
9. Offerors are encouraged to present alternatives for satisfying the requirements of this solicitation. The offeror must clearly annotate the alternative(s) in their quote. The government may or may not accept the alternatives. Such determination will be made based upon whether it is in the government's best interest to accept the proposed alternative.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.


Dave W. Mattila, Contract Specialist, Phone 608-245-4788, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil - Scott E. Homner, Contract Specialist, Phone 608-245-4757, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP