New York Bids > Bid Detail

73--Dining Facility Equipment Package 20350-3

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159232231619718
Posted Date: May 1, 2023
Due Date: May 5, 2023
Solicitation No: DRUMAFSBNEPK0009
Source: https://sam.gov/opp/0921e09d23...
Follow
73--Dining Facility Equipment Package 20350-3
Active
Contract Opportunity
Notice ID
DRUMAFSBNEPK0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 01, 2023 07:45 am EDT
  • Original Published Date: Apr 28, 2023 12:04 pm EDT
  • Updated Date Offers Due: May 05, 2023 04:00 pm EDT
  • Original Date Offers Due: May 04, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 01, 2023
  • Original Inactive Date: Oct 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Bldg P4525 Door 16 Fort Drum , NY 13602
    USA
Description View Changes
AMENDMENT NOTICE: 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. The solicitation number is DRUMAFSBNEPK0009 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-05-05 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Drum, NY 13602

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Alto-Shaam QC3-100 QuickChiller for 20-20 Roll-In Carts blast chiller or equal includes a cabinet exterior with a #4 finish stainless steel front, door, sides and a top insulated with non-CFC foamed-in-place polyurethane. The rear and bottom are galvanized metal. The cabinet interior is stainless steel, including stainless steel air plenums. The door opening perimeter features an ABS thermal break to prevent sweating. The door has a stainless steel exterior with a stainless steel liner, is hinged left as standard and includes one (1) self-adjusting rotary door latch. A press-fit magnetic gasket is provided for positive seal. The refrigeration system is self-contained and uses R-404A refrigerant. One (1) condensing unit is connected to the interlaced coated evaporator coils. Has a touchscreen control, one (1) USB port, HACCP data access, three (3) detachable internal‑product-temperature probes, and four (4) adjustable legs. The roll-in pan cart has twenty (20) non-tilt pan support rails set at 22-13/16" (678mm) horizontal width between rails and 2-9/16" (65mm) vertical spacing between rails, ten (10) stainless steel shelves, one (1) removable drip tray and one (1) cart handle. 115/208-230V, 1 phase, 60 Hz., 1, EA;
LI 002: True Spec Series Roll-Thru Solid Swing Door Heated Cabinet Model STR2HRT-2S-2S or equal. Dimensions 68” Length x 37.5 Depth x 83.75 Height. Stainless steel door, front and sides. Stainless steel side walls, back, floor, door liner and ceiling. Voltage 115/208-240/60/1. Cabinet designed to provide holding temperature of 140 degrees F to 180 degrees F controlled by exterior on/off switch and electronic temperature control. Two stainless steel , finned tube heating elements per section (1000 watts each) for uniform generation of electric heat. Cabinet comes with total of 4000 watts. Equipped with low-velocity fans to assure even temperature distribution throughout the cabinet. Fans are controlled by exterior on/off switch. Manually controlled vent located on top of the cabinet for positive humidity control. Stainless steel breaker caps. Entire cabinet structure and solid door are foamed-in-place using a high density, polyurethane insulation that has zero ozone depletion potential (ODP) and zero global warming potential (GWP). One (1) heavy gauge stainless steel ramp per door. Designed to accept roll-in racks (inboard castors) with a maximum dimension of 27”L x 29”D x 66”H. Bolt style door locks with heavy duty all metal working door handles. Positive seal self-closing doors with 120 degree stay open feature. Three (3) external cam lift door hinges per door section. Magnetic door gasket of one piece construction, removable without tools for ease of cleaning. Incandescent interior lighting activated by exterior on/off switch, safety shielded. Exterior, color coded, temperature display; accurate direct reading of internal cabinet temperature. Designed to hold warm baked or cooked food. Interior bumpers protect cabinet walls from abuse caused by roll-in carts. 12” x 20” pan for water included, if additional humidity is required. NSF/ANSI Standard 4 compliant for open food product., 2, EA;
LI 003: True Glass Four Sided Merchandiser Model G4SM-23-HC-TSL01 or equal. Refrigeration system that maintains cabinet temperatures of 33°F to 38°F. Aluminum interior liner with stainless steel floor. LED interior lighting, safety shielded. Self-closing door with a positive seal, torsion type closure system. “Low-E”, double pane thermal insulated glass in door assembly, sides and rear. Illuminated exterior front sign panel. Entire cabinet structure is foamed-in-place using a high density, polyurethane insulation that has zero ozone depletion potential (ODP) and zero global warming potential (GWP). ”No stoop” lower shelf to maximize product visibility. Storage on top of cabinet. Easily accessible condenser coil for cleaning. Voltage 115/60/1. Electronically commutated evaporator and condenser fan motors. Frame rail fitted with leg levelers. Four (4) adjustable, heavy duty, white PVC coated wire shelves 23 5/8”L x 20 7/8”D (601 mm x 531 mm). Four (4) chrome plated shelf clips included per shelf. Shelves are adjustable on 1/2” (13 mm) increments., 1, EA;
LI 004: FEW Model MTU-4 Standard Capacity Humidified & Heated Holding Cabinet or equal. Voltage 120/60/1. Electronic control panel with separate air moisture and air temperature controls. Magnetic door handle. Built-in humidity system that balances moisture and air with controlled heat and humidity capabilities. Removable humidity pan that provides large water reservoir. Four pair of adjustable universal tray slides that are removable for cleaning. Universal tray slides accommodate (1) 18” x 26”, (2) 14” x 18”, (2) 12” x 20”, (2) 18” x 13”, (1) 20” x 22”, (2) 10” x 20” trays / pans. Stainless steel construction with welded base frame. Fully insulated cabinet and door. Single unit construction of stainless steel; 20 gauge polished exterior, 22 gauge stainless steel interior. High density fiberglass insulation throughout. Thermostat shall include temperature scale marked in ten degree increments from 90 degree F to 190 degree F., 1, EA;

Solicitation and Buy Attachments

***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 by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >