Montana Bids > Bid Detail

7320--(C2) 436 DISHWASHER FORT HARRISON (VA-23-00041588)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159803734390427
Posted Date: May 8, 2023
Due Date: May 26, 2023
Solicitation No: 36C25923Q0453
Source: https://sam.gov/opp/f627b4b854...
Follow
7320--(C2) 436 DISHWASHER FORT HARRISON (VA-23-00041588)
Active
Contract Opportunity
Notice ID
36C25923Q0453
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 08, 2023 11:55 am MDT
  • Original Date Offers Due: May 26, 2023 03:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 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:
    Dept. of Veterans Affairs Montana VA Healthcare System Ft. Harrison , MT 59636
    USA
Description
Page 2 of 2

Request for Quote (RFQ) #: 36C25923Q0453 Commercial Dishwasher, Conveyor Type

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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.

*A site visit must be completed on May 19th, 2023. Contact the Contract Specialist listed in the solicitation by 2:00 PM MT on May 18th, 2023, to schedule to attend the site visit and to obtain written visitation instructions. Note, due to size limitations within the facility we are limiting the number of personnel to one (1) per prospective vendor. This will NOT be an opportunity to ask questions but rather an opportunity to see the site conditions firsthand and take measurements, notes, and photographs.

Onsite VA personnel are not authorized to discuss the details of the requirement before, during, or after a site visit.
All questions generated from the site visit should be directed to the Contract Specialist, Stephanie Cahill, via email at: Stephanie.Cahill@va.gov.

** The deadline for all questions is 3:00pm MT, May 23rd, 2023.
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an email from the contract specialist.

*** Quotes are to be provided to stephanie.cahill@va.gov no later than 3:00pm MT, May 26th, 2023.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0453. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 26, 2022.

The North American Industrial Classification System (NAICS) code for this procurement is 333310 with a small business size standard of 1,000 employees. This solicitation is a 100% set-aside for small business concerns.
List of Line Items;

**Components listed below have been included based on the dishwasher currently present at the facility. Vendors should evaluate the overall need and provide a quote with relevant components for the brand dishwasher they intend to propose**

Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
0001
Conveyor Dishwasher
1
EA
$
$
0002
Steam Coil Tank
1
EA
0003
Blower/Dryer, Steam
1
EA
0004
Extended Hood, Adjustable
1
EA
0005
Booster Heater, Steam
1
EA
0006
Clean Dish Table (Outfeed)
1
EA
0007
Dishwasher to Infeed Table Connection
1
EA
0008
Removal/Disposal
1
JB
0009
Installation
1
JB


Grand Total
$
Description of Requirements for the items to be acquired:

Ft. Harrison VA Medical Center has need to replace their current Hobart CRS86A Dishwasher, conveyor type, with a new dishwasher conveyor type.

* FOB shall be destination
* Freight shall be added to the price of CLIN 0001 and not be its own line item
* Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote
* Quotes shall annotate the expected date of delivery to the specified location
* Quotes shall be accompanied by an authorized distributor letter from the manufacturer of the items being offered
* Failure to meet the salient characteristics above with result in the offeror s quote not being considered for award

Salient Characteristics:

This requirement will be replacing a currently installed Hobart CRS86A dishwasher, conveyor type. Both removal of the current and installation of the new machine is needed for this requirement.

Dishwasher machine must be able to fit within a 32 wide and 80 high space
Racks per hour: 330-360
Dimensions of current racks 19.5 (outside dimensions) X 19.5 X 4 high.
Heat: Steam coil tank heat, stainless steel
Conveyor speed (ft/min): 10 max.
Tank capacity (gallons): 20-25
Pump capacity (Gallons per Minute Weir test): Combined 420-440
Optional Booster Heater/ Final Rinse: 12-18KW/ 28-35KW
Rinse (Minutes operated during hour of maximum operation): 45-65
Rinse 20 PSI Flow Pressure (Gal./Rack)
Hot water sanitizing chemical sanitizing: .39 180°F - .39 120°F (currently, hot water is used for sanitizing dishware)
Final Rinse Flow
Gallons per minute at 15 PSI Flow Pressure: 1.75 2.00
Gallons per minute at 20 PSI Flow Pressure: 2.00 2.50
Gallons per hour MAX at 15 PSI Flow Pressure: 110 120
Gallons per hour MAX at 20 PSI Flow Pressure: 120 - 140
Insulated hinged double doors with door interlock switches. (Distance between the wall and front of dish machine doors is 36 .)
Chamber height opening: 24 30
Top mounted micro-processer control module
Energy saver mode
Dirty water indicator
Low temperature alert
NSF rated configurable Pot and Pan dwell mode
Configurable intelligent delime alert, determined by water hardness at installation
Service diagnostics
NAFEM Data Protocol compliant
Computational fluid dynamic designed self-aligning wash manifolds
Stainless steel debossed anti-clogging wash arms
Removable integrated pump intake screen
Stainless steel self-draining pumps and impellers
Single, sloping scrap screen and deep basket
Stainless panels enclose perimeter and bottom
Door actuated drain closure
Single point electrical connection (three phase only), does not include the booster heater
Convertible hot water or low temp final rinse
Vent fan and booster heater control
Thermal layer curtains to help keep the heat inside the machine
Door actuated drain closure
Soil management system
Direction of Operation: Right to Left

Current machine layout: The current dishwasher assembly is 12 -1 ½ long from edge of infeed table to edge of the outfeed table. The L-shaped, infeed pre-wash table is in a space perpendicular to the dishwasher galley.  The outfeed table exists/aligns straight with the dishwasher.

**Re-use of infeed table is required due to the bespoke nature and equipment associated with the infeed table. A new outfeed table should be submitted (if needed) to support the new dishwash machine and to maintain wash capacity. **

Current table dimensions:

Infeed (pre-wash) table:
Overall outside dimension (OD) length 13
OD at the widest point of pre-wash table is 42
OD at the narrowest point of Pre-wash table is 27
OD of infeed table from the dish machine is 61 ¾ x 25
The infeed, pre-wash table is plumbed with an automatic flush and disposal system which has a dedicated drain assembly through the floor  Â

Outfeed (clean) table:
Outside dimensions of clean table are 67 L x 25 W x 34 H
The inside dimensions of clean table are 65 ½ L x 22 ¼ W
The outfeed table length will support (3) standard wash traysÂ
The far end of the outfeed table is approximately 5 from the wall
Scope of Work:

This requirement includes the removal and disposal of the current Hobart dishwasher, installation of a new no brand specified conveyor type dishwasher, potential installation of a new outfeed table, and removal/disposal of current dishwasher machine.

All delivery, installation, and removal of equipment shall be completed between the hours of 6:30PM and 5:30AM Mondays-Fridays *Federal Holidays excluded*

Delivery:
The Contractor will make delivery of the dishwasher F.O.B. destination point. Delivery, removal and disposal of old machine, and installation of the new shall be coordinated with the Fort Harrison VAMC station POC. Prior to the start of removal of the current machine the contractor shall confirm with the station POC.

If equipment is damaged or unacceptable for use, the equipment will be returned by the contractor for replacement at no additional cost to the government.

The services provided by the Contractor will include delivery, installation, any service repairs (if/when needed) if included within the machine s corresponding warranty, and removal and disposal of the old machine. Delivery or relocation charges are one-time charges for as long as the unit is placed in the same location. No additional charges will be assessed unless the unit is relocated from the originally placed site.

Removal and Installation:

The Contractor shall provide containment barrier with sealed entries in the area surrounding the dishwasher, both dirty and clean areas. The 3-compartment sink, garbage disposal, and chemical room must be accessible throughout the installation and removal. Fort Harrison NFS personnel will use the 3-compartment sink, garbage disposal, and chemical room from 5:30 am-6:30 pm daily (7 days/week). Removal of current machine and installation of new machine must be completed between the hours of 6:30 PM and 5:30 AM on Mondays through Fridays.

Install to include labor and materials to:
Uncrate, assemble, and set in place new machine
Connect new machine to all existing utilities
Test machine and train staff on proper operation
Install of new outfeed table *if needed*
Connect existing infeed table to the new unit *customized connection piece will likely be needed*
Seal both tables (infeed and outfeed) to new dish machine

Removal to include labor and materials to:
Disconnect and dispose of existing dish machine
Remove and dispose of current clean/outfeed dish table
Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located:

Ft. Harrison VA Medical Center
3687 Veterans Dr.,
Ft. Harrison, MT 59636

52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

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.

Offeror 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.

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.

Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitationRemove if Brand Name Justification only requirement
Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Delivery Lead Time; and (III) Price

Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.

Volume II Delivery Lead Time
The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable.Use sparingly - Only use if delivery is of such importance the partner is willing to pay additional price. If used, update volume number. Otherwise - delete
Volume III Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

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 considering price and other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Delivery Lead TimeUse sparingly - Only use if delivery is of such importance the partner is willing to pay additional price. If used, update Factor #. Otherwise - delete

Factor 3. Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Factor 2. Delivery Lead Time - The Government will evaluate delivery lead time and select the quoter/offer whose delivery lead time is most advantageous to the Government. The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.Use sparingly - Only use if delivery is of such importance the partner is willing to pay additional price. If used, update Factor #. Otherwise - delete
Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.

(End of Addendum to 52.212-2)
52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.209-11
Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.219-6
Notice of Total Small Business Set-Aside (NOV 2020)
FAR 52.219-8
Utilization of Small Business Concerns (SEP 2021)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1
Buy American Supplies (JAN 2021)
FAR 52.225-3
Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.229-12
Tax on Certain Foreign Procurements (JUN 2020)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:
52.217-6 Option for Increased Quantity (MAR 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree.
52.237-1 Site Visit (APR 1984)
Offerors or quoters are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of Provision)
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.211-6
Brand Name or Equal (AUG 1999)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)

The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to stephanie.cahill@va.gov no later than 3:00pm MT, May 26th, 2023.

Name and email of the individual to contact for information regarding the solicitation:

Stephanie Cahill
Stephanie.Cahill@va.gov

Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 08, 2023 11:55 am MDTCombined Synopsis/Solicitation (Original)

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 >