The RFP Database
New business relationships start here

Notice of Intent to Perform Oral Solicitations


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

Page 4 of 4
In accordance with FAR 13.106-1(c )(1), the Department of Veterans Affairs intends to perform oral solicitations for a Traulsen Blast Chiller Model No. TBC1H-20 that will be set-aside for SDVOSBs. To be considered eligible for award all SDVOSB s must be verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to joel.wilson@va.gov by 3 PM EST Monday May 27th 2019. This solicitation will be performed Tuesday May 28th 2019.
This will be a brand name or equal to solicitation to the following Items Manufactured by Traulsen:

Item Part Number
Description
Qty
TBC1H-20
Blast Chiller, Roll-inB Traulsen Model No. TBC1H-20B B B Spec-line Roll-in Blast Ciller with EPICON Control, hold (1) 72 high rack, Self-contained holding refrigeration system, remote chilling refrigeration System, remote chilling refrigeration system not included, chills 150#-250#,hinged left, cULus, NSF

1

115v/60/1ph, 14.9 amps, standardB B B
1

3 year service/labor, 5 year compressor, standardB B B
1
Installation
Pump refrigerant down into outdoor condensing unit for existing blast chiller. Secure and disconnect utilities, and cut refrigeration piping out at blast chiller Section.B Remove chiller to back dock. Disposal off site by VA. Cap offB existing refrigeration lines and pressure test. Uncrate, set in place, and level new Traulsen blast chiller. Weld existing refrigeration lines to new unit. Run drain line to existing floor drain.B Reconnect existing electrical. Evaluate existing refrigeration lines after pressure test, and reconnect to new unit.B Start up, test, adjust, and add refrigerant as needed for new blast chiller.B B B B B B B
1


Shipping Address: Department of Veterans Affairs
VA Southern Oregon Rehabilitation Center
8495 Crater Lake Hwy.
White City, OR 97503

To be considered technically acceptable, the products must meet the following minimum salient characteristics:


Salient Characteristics


Maximum dimensions for unit:
H=92 x W=50 x D=38
Stainless Steel Exterior & Interior Construction
Magnetic Door Gasket
Standard Door Hinging: Left
Stainless Steel Breaker Caps
Stainless Steel Roll-In Ramp(s) & Rack Guides
Self-Closing and Stay-Open Door Features
Cam-Lift Hinges
Horizontal Work Flow Door Handle
On-Board Batch Data Printer
Records date/time product reached an acceptable temperature and prints out date stamp label.
USB Port for Loading HACCP Data & Product Updates
Automatic Refrigerated/Freezer Hold Mode After Each Cycle
Two-Stage Self-Contained Refrigeration System
Accommodates One Roll-In Rack with Maximum Dimensions Of:
H=72" x W=27" x D=29"
Unit has an automatic Hot Gas Defrost cycle to prevent ice buildup.
Has a condensate tube that will flow into existing floor drain.
Must connect to a Copeland Discus compressor/ Model # 2DL3F20KE-TFC-C00
Can chill hot product from 135B0F down to below 41B0F within FDA/HACCP guidelines without freezing. Guidelines are as follows: from 135B0F to 70B0F within two hours, then from 70B0F to below 41B0F within four hours, for a total chill time from 135B0F to below 41B0F of no more than six hours. Maximum capacity for unit during chill cycle is 300 lbs.
Has multiple temperature food probes that gauge the temperature of the product placed within the blast chiller cabinet and can display that the product temperature reaches the desired target within a specified time frame.
Unit must be able to multi-batch chill with food probes.
Has a programable touch screen display.
Must be factory tested for performance and are free from defects when shipped.
Must be equipped with a power ON/OFF switch.
Must have Automatic and Manual chill cycles operations that automatically cool to the right temperature once the probes are inserted and the door closes. This must happen without having to operate a touchscreen. Automatic chill cycle operation is imperative due to work place accommodation created for a sight impaired cook.


Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty.
(a) 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. No remanufactures or gray market items will be acceptable.

(b) 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. 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.

(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. 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.
*This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions. *

Joel Wilson
joel.wilson@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP