The RFP Database
New business relationships start here

F3V3VF4231A001-Dishwasher-FSS-FS


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

82nd CONTRACTING SQUADRON
SHEPPARD AFB, TEXAS

 


COMBINED SYNOPSIS/SOLICITATION


FOR


Dishwasher for 82 FSS/FS

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; proposals are being requested and a written solicitation will not be issued.
GENERAL INFORMATION


Solicitation Number: PR# F3V3VF4231A001
Request for Quotation (RFQ) 1
Request for Proposal (RFP) 0
Invitation for Bid (IFB) 0
This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75 Effective 24 June 2014; Defense DPN 20140624 Effective 24 June 2014 and AFAC 2014-0421 Effective 21 April 2014.


(This acquisition is set-aside for small businesses only. Offers from large business will not be considered.)


North American Industry Classification Code (NAICS): 335228 Size Standard: 500 Emp
ITEMS TO BE PROVIDED/SERVICES TO BE PERFORMED


All items are to be provided and all services are to be performed in strict accordance with the attached Statement of Work.


CLIN # DESCRIPTION QTY UNIT OF ISSUE UNIT
PRICE TOTAL PRICE
0001 DISHWASHER,CONVEYOR TYPE, HOBART 2011 MODEL NO.CLCS86E=BUILDUP/CONVEYOR DISHWASHER, TWO TANK WITH A CORNER SCRAPPER, 342 RACKS/HOUR, INSULATED HINGED DOORS, .39 GALLON/RACK,SST ENCLOSURE PANELS, WITH LOW TEMPERATURE & DIRTY WATER INDICATORS, ENERGY STAR, 1 EA CLPS86E-ELEOAX 208/60/3; 1 EA CLPS86E-CROTH COUNTRIES OTHER THAN CANADA; 1 EACLPS86E-ERH30K 30KW ELECTRIC BOOSTER; 1 EA CLPS86E-HTE 15KW ELECTRIC TANK HT 15KW WASH/10KW RINSE; 1 EA CLPS86E-DROLR LEFT TO RIGHT OPERATION; 1 EA CLPS86E-HGTSTD STD HEIGHT; 1 EA CLPS86E-FETSTD STD FEET; 2 EA VNTHD/E-DOME E-SERIES VENT HOOD DOMESTIC; 1 EA CLE-TBL-SWITCH TABLE LMT CLE-SERIES NOTE:REPLACEMENT FOR SERIAL NO. 85-1034-470 GSA CONTRACT# GS-07F-9252-FOR DESTINATION-FREE SHIPPING 1 EA
0002 SOILED DISHTABLE:AMERICAN FOOD SERVICE CO. MODEL # SDT-1-30 PACKED:EA;SOILED DISHTABLE"L" SHAPED TO MEASURE(BY CONTRACTOR)14 GAUGE STAINLESS STEEL TOP WITH 10" BACKPLASH AT WALLS. INTEGRALLY WELD(1)TO BE MEASURED,"MITERED TROUGH SLOPED TO PULPER WITH (3) WATER INLETS(PULPER TO BE PROVIDED BY OTHERS). TABLE TO INCLUDE(3) PRE-RINSE SPRAYERS. TABLE HAS NO UNDERSHELVING. TOP TO NE SOUND DEADENED. TABLE TO BE SUPPORTED ON 1-5/8" DIAMETER STAINLESS STEEL LEGS WITH ADJUSTABLE FEET. TABLE TO INCLUDE(1) 75" LONG(MEASURED), 16 GAUGE STAINLESS STEEL SINGLE-SIDED SLANT RACK SHELF MOUNTED ON 1-5/8" DIAMETER STAINLESS STEEL TUBULAR SUPPORTS. 1 EA
0003 PULPER:HOBART 2011 MODEL # WPS1200+BUILDUP PACKED:EA; WASTEPRO SELF-CONTAINED PULPER;STANDARD WARRANTY,1 YEAR PARTS,LABOR&TRAVEL TIME DURING NORMAL WORKING HOURS WITHIN THE USA: WPS1200-ELEOAX 208/60/3;WPS1200 TYPFRS FREE STANDING; WPS1200-WTP003 3 O'CLOCK WATERPRESS POSITION;WPS1200-VLVMLH MOTORIZED DRAIN VALVE W/LH DRAIN VALVE POSITION; WPS1200-TRAONO W/O TRAY; WPS1200-TRORO 9" TROUGH TANGENTIAL ROGHT; WPS-1200TRPOOO 0 DEGREE TROUGH POSITION; WPS1200-CHTSTR STRAIGHT CHUTE POSITION; WPS-OVFOLH LH EXTRACTOR OVERFLOW POSITION; WPS1200-CPSOLH CHEMICAL PUMP,LH; WPS1200-CNTSTD STD CONTROL PANEL; WPS1200-PBS001 REMOTE P/B STATION, QUANTITY 1; WPS1200-FETSTD STD FEET; WPS1200-PRSONO W/O PRISON PACKAGE TROUGH-MAGNET TROUGH MAGNET 1 EA
0004 WATER SOFTENER;PACKED:EA;HOBART COMMERCIAL COMPACT WATER SOFTENER, MODEL#WS-40;SOFTENER WILL REMOVE HARDNESS TO LESS THAN 1/2 GPG WHEN OPERATED IN ACCORDANCE WITH THE OPERATING INSTRUCTION. THE SYSTEM INCLUDES TWO TANKS. THIS DUPLEX CONFIGURATION OPERATES WITH ONE TANK ON LINE DURING SERVICE DURING SERVICE. DURING REGENERATION CYCLES, ONE TANK WILL PROVIDE WATER TO SERVICE AND TO THE REGENERATING TANK. A WATER METER INITIATES SYSTEM REGENERATION. THE WATER METER MEASURES THE PROCESSED VOLUME AND IS ADJUSTABLE. SERVICE FLOW IS UP-FLOW AND REGENERATION FLOW IS DOWN-FLOW OPEN MARKET FOR WATER SOFTENER ONLY-FOB ORIGIN-SHIPPING CHARGES $100.00 INCLUDED IN PRICE. 1 EA
0005 INSTALLATION OF DISHWASHING SYSTEM; DEL NO INSTALLATION PACKED: EA;LABOR AND MATERIAL REQUIRED TO INSTALL ONE(1)EACH DISH ROOM AT SHEPPARD AFB, BUILDING 1368 INCLUDING DISCONNECT AND REMOVE EXISTING DISHWASHER,SOILED ISH TABLE AND PULPERS TO THE BACK LOADING BACK. RECEIVE,WAREHOUSE AND DELIVER THE NEW DISHWASHER, WATER SOFTENER, SOILED DISHTABLE AND PULPER TO BUILDING 1368. UNCRATE AND MOVE THE NEW DISHWASHER, WATER SOFTENER,SOILED DISHTABLE AND PULPER INTO PLACE. LEVEL THE EQUIPMENT AND SEAL TO THE WALLS WHERE REQUIRED. MAKE FINAL UTILITY CONNECTIONS TO THE ELECTRIC, WATER, DRAINS. INSTALL A NEW TABLE LIMIT SWITCH ON CLEAN DISH TABLE. MODIFY THE EXISTING STAINLESS STEEL EXHAUST DUCT BELOW CEILING GRID AND CONNECT IT TO THE DISHWASHER. START UP THE DISHWASHING SYSTEM, DEMO AND MAKE READY FOR FINAL USE. NOTES: THE QUOTE INCLUDES ALL REQUIRED MATERIALS TO CONNECT EQUIPMENT PLUMBING AND ELECTRIC TO EXISTING WORKING VALVES AND DISCONNECTS THAT ARE LOCATED NOT MORE THAN 10'0" FROM UNITS. NEW CIRCUIT BREAKERS ARE INCLUDED IN THE QUOTE WHERE REQUIRED. PIPING NEW WIRING FROM PANELS TO DISCONNECT IS NOT INCLUDED. THERE ARE NO PROVISIONS INCLUDED FOR ANY FIELD WELDING, REGULATORS, EXHAUST FANS OR MODIFICATIONS TO THE CLEAN SIDE DISH TABLE. 1 EA
0006 FREIGHT 1 EA
0007 SITE VISIT FOR CORRECT MEASUREMENT REQUIRED
TOTAL


Specifications:


0001 Dishwasher, Hobart, 2011 model # CLCS86E
0002 Soiled Dishtable, American Food Service Co. model # SDT-1-30
0003 Pulper, Hobart 2011 model # WPS 1200=Buildup Packed
0004 Water Softener, Model # WS-40
0005 Installation Dishwashing System


SOLICITATION PROVISIONS
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1)) APR 2014


Addendum to 52.212-1:
Paragraph (b), entitled "Submission of Offers,':


Offers may be submitted via handcarry, facsimile or electronic mail. Submit signed and dated offer at or before 1300 (1:00 PM) Central, 28 Aug 2014. To send offer via electronic mail all documents must be scanned in .pdf (Acrobat) format and emailed to william.ramsey.6@us.af.mil . Quotations/bids/proposals may be faxed to (940) 736-5192. No telephonic responses will be processed.


Please send any questions or requests to:


Craig Ramsey
William.ramsey.6@us.af.mil
940-6765192

Submit quotations/bids/proposals on company letterhead. Quotations must include as a minimum: a) company contact information, b) price breakout for the requested line items, c) CAGE Code (from SAM registration) d) any other information relevant to the proposal. The government reserves the right to offer award on the initial quote without discussions.


Paragraph (c), entitled ‘Period for Acceptance of Offers':
The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.


Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers,':
Sheppard AFB is in the Central Time Zone (CST).


52.212-2 EVALUATION-COMMERCIAL ITEMS (IAW FAR 12.301(c)(1))
JAN 1999


Addendum to 52.212-2:
The Government will 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. The following factor(s) shall be used to evaluate offers, in order of importance:


1. Technical Capability to Meet the Government's Requirement
2. Technical Specifications of the Product/Service Offered
3. Delivery and warranty terms
4. Price


52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS
(IAW FAR 12.301(b)(2)) MAY 2014


Certify company information is accurate and current in the System for Award Management (SAM)



52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (IAW FAR 52.107(a) 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


252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE
(IAW DFARS 25.1101(1)) JUN 2005


SOLICITATION PROVISIONS


52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(3)) MAY 2014


Addendum to 52.212-4
Paragraph (c), entitled ‘Changes':
Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc.) may be changed unilaterally by the Government.


52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(4)) JUN 2014


Additional applicable FAR clauses cited within FAR clause 52.212-5:


52.219-6 Notice of Total Small Business Set-Aside.
52.222-3 CONVICT LABOR (IAW FAR 22.202) JUN 2003
52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES(IAW FAR 22.1505) JAN 2014
52.222-21 PROHIBITION OF SEGREGATED FACILITIES(IAW FAR 22.810(a)(1))FEB 1999
52.222-26 EQUAL OPPORTUNITY(IAW FAR 22.810(e)) MAR 2007
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES(IAW FAR 22.1408(a)) OCT 2010
52.225-1 BUY AMERICAN ACT SUPPLIES(IAW FAR 25.1101(b)(1)(i))MAY 2014
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES(IAW FAR 25.1103(a))
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT(IAW FAR 32.1110(a)(1))


52.252-2 CLAUSES INCORPORATED BY REFERENCE (IAW FAR 52.107(B)) 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://farsite.hill.af.mil


OTHER FAR CLAUSES AND PROVISIONS


52.203-6 ALT 1 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (Required by FAR 3.503-2 if > SAT)


52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (Required by FAR 3.908-9 if > SAT) APR 2014

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (Required by FAR 4.1403 if > $25k) JUL 2013


52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE JUL 2013


52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTOR'S DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013


52.211-6 BRAND NAME OR EQUAL (Required by FAR 11.107 when brand name or equal requirement) AUG 1999


OTHER DFARS CLAUSES AND PROVISIONS


252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATIONS) (IAW DFARS 212.301(f)(iii)) APR 2007


Local Information SAFB-0002 TOBACCO USE ON AIR FORCE INSTALLATIONS-CONTRACTOR EMPLOYEES AND OTHER NON-DOD PERSONNEL (MAR 12)
Executive Order 13058 and CFR 102-74 establishes that it is the policy of the executive branch to establish a smoke-free environment for Federal employees and members of the public visiting or using Federal facilities. IAW AFI 40-102, tobacco use is prohibited on AF installations, except in "Designated Tobacco Areas." Tobacco includes, but is not limited to, cigars, cigarettes, electronic-cigarettes(--e-cigarettes), stem pipes, water pipes, hookahs, and smokeless products that are chewed, dipped, or sniffed.


(End of Clauses)


SAFB-0003 Shipping/Delivery Information
(a) Upon shipment of product(s), the contractor shall provide e-mail notification to the ordering Contracting Representative and the individual who the order will be shipped to. The e-mail shall include when the order was shipped, the tracking number by the common carrier, a WWW "HOT LINK" and/or a toll-free number to the common carrier, if possible.
Contracting Representative:
Name
Craig Ramsey
E-Mail
William.ramsey.6@us.af.mil
Phone Number
940-676-5192
Point Of Contact:
(b) The contractor shall mark all packages and any other shipping containers with the address in Block 15, unless annotated below.
Shipping Address
(c) Delivery is to be made during normal working hours, 7:30 AM through 4:00 PM, Monday - Friday (excluding holidays).


SAFB-0004 WIDE AREA WORKFLOW-RECEIPT AND ACCEPTANCE (WAWF-RA) INSTRUCTIONS (SEP 13)
Wide Area Workflow-Receipt and Acceptance (WAWF-RA) in accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests. Contractors should submit payment requests electronically via the Internet through the Wide Area Workflow-Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Use of WAWF-RA will speed up your payment processing time and will allow you to monitor your payment status online. There are no charges or fees to use WAWF-RA.
Before using WAWF, ensure your Electronic Business POCs listed in System for Award Management (SAM) are the same individuals that will invoice through WAWF. If they aren't, you can make changes to your SAM profile at www.sam.gov. If your electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask them to establish a group for your CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, you will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the responsible Defense Finance Accounting Services (DFAS). Please have the order number and invoice number ready when calling about payment status.
The following codes will be required to route your invoices, and receiving reports correctly through WAWF-RA:
TYPE OF INVOICE:
X INVOICE AND RECEIVING REPORT COMBO (Creates two documents, an Invoice and a Receiving Report, within one data entry session (combo). Creating both documents at the same time, rather than separately, is recommended)
STAND ALONE INVOICE (Creates an invoice within one data session) FOR MEDICAL STOCK FUND (6b) ONLY. CONSTRUCTION INVOICE (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept)
Cage Code - Found in Block 17a of the SF1449, Block 14 of the SF1442, or Block 9 of the DD1155.
Contract Number - Found in Block 2 of SF 1449 Form.
Delivery Order - Found in Block 4 (Order Number) of SF1449.
Pay Official - Found in Block 18a of SF 1449.
Issue Date - Found in Block 6 Solicitation Issue Date of SF1449.
Issue DODAAC - Found in Block 9 (Issued by) of SF1449. Contracting Office that issued your contract - WAWF uses the Code to route the document to the base.
Admin DODAAC - Found in Block 16 (Administered by) of SF1449. Contracting Office that administers your contract. Ship to Code/Ext - Found in Block 15 (Deliver to) of SF1449. Administered by code from Block 16 and delivered to code Block 15. It is used to route documents to receiving (service acceptor in WAWF). Pay DODAAC - Found in Block 18a (Payment will be made by) of SF1449. Pay Office code is used to route documents to the Defense Finance Accounting Office responsible for payment to offered.
ONCE YOU HAVE SUBMITTED YOUR INVOICE ELECTRONICALLY VIA WAWF DO NOT SUBMIT A BACK-UP PAPER COPY.
The accounts payable mailing address can be located in Block 18a of your order. You can easily access payment information using DFAS web site at https://myinvoice.csd.disa.mil//index.html . Your purchase order/contract number or invoice will be required to inquire status of your payment.
For additional assistance with WAWF-RA procedures, please contact Mr. Kevin West, at (940) 676-5187.
(End of Clause)


AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the
Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman, Mr. David E. Jones, Deputy Director of
Contracting, AFICA/KT, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-1722; facsimile 210-652-8344, david.jones.3@us.af.mil. The alternate Ombudsman for AETC Contracting Squadrons is Stephen G. Smith, Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7075, stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-
1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technicalrequirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)


SAFB-0031 Addendum to FAR 52.212-4(c) Changes
Changes in the terms and conditions of this contract may be made only by written agreement of the parties, except for the following actions:
1. Exercising of Options pursuant to FAR 52.217-8 and FAR 52.217-9, and incorporation of wage determinations in accordance with the Service Contract Act or the Davis Bacon Act.
2. Administrative changes such as the paying office, accounting classifications, in accordance with FAR 43.103(b).
3. Modifications to obligate or de-obligate funds for not to exceed CLINS.
4. Modifications to obligate funds at the beginning of each fiscal year and incremental funding.



RESPONSE DATE AND CONTACT INFORMATION


Offers Due: 28 Aug 2014
1300 (1:00 PM) Central


Contact Info: Craig Ramsey
Phone: (940) 676-5192
Email: william.ramsey.6@us.af.mil


BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE.


FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND VERIFICATION OF ORCA REGISTRATION MUST BE INCLUDED WITH YOUR OFFER


William Craig Ramsey, Contract Specialist, Phone 9406767644, Email william.ramsey.6@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP