Virginia Bids > Bid Detail

7310--Steam Kettles

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159051022826984
Posted Date: Jun 23, 2023
Due Date: Jun 30, 2023
Solicitation No: 36C26223Q1243
Source: https://sam.gov/opp/e1a1c26300...
Follow
7310--Steam Kettles
Active
Contract Opportunity
Notice ID
36C26223Q1243
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jun 23, 2023 10:30 am PDT
  • Original Published Date: Jun 14, 2023 05:46 pm PDT
  • Updated Date Offers Due: Jun 30, 2023 10:00 am PDT
  • Original Date Offers Due: Jun 21, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 30, 2023
  • Original Inactive Date: Jul 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 7310 - FOOD COOKING, BAKING, AND SERVING EQUIPMENT
  • NAICS Code:
    • 333241 - Food Product Machinery Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA San Diego Healthcare System San Diego , 92161-0002
    USA
Description View Changes
Combined Synopsis/Solicitation Notice
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

1.a. Project Title: Steam Kettles
1.b. Description: VA San Diego Healthcare System is seeking a contractor to Steam Kettles for food preparation for their kitchen.
1.c. Project Location: VA San Diego Healthcare System
1.d. Solicitation Number: Request for Quotes (RFQ) - 36C26223Q1243 0001
1.e. Set Aside: This solicitation is issued as Service-Disabled Veteran-Owned Small Business (SDVOSBC) set aside.
1.f. Applicable NAICS code: 333241 Food Product Machinery Manufacturing
1.g. Small Business Size Standard: 500 employees
1.h. Type of Contract: Firm Fixed Price

2. Scope. The Veteran s Integrated Service Network 22 is seeking a contractor to provide DIRECT STEAM, STATIONARY KETTLES. The requirement is for CLEVELAND, KETTLE, DIRECT STEAM, STATIONARY & RANGE 36DMK66 KETTLE CABINET A;
Model Number: KDL40SH & 36DMK66 or equivalent having the following salient characteristics.

Brand name Information:
Manufacturer: CLEVELAND
Part Number:
Nomenclature: KETTLE, DIRECT STEAM, STATIONARY & CLEVELAND RANGE 36DMK66 KETTLE CABINET A
Model Number: KDL40SH & 36DMK66

Equal to product Information:
Salient Characteristics:

Kettle/Cabinet Assembly, direct steam,
o (2) 6-gallon tilting kettles,
o steam control valve,
o 316 stainless steel liner,
o 36" cabinet base,
o hot & cold-water faucet,
o 3" deep sink with splash guard,
o stainless steel construction,
o 6" stainless steel legs with adjustable flanged feet,
o NSF certified

Stationary Kettle, tri-leg direct steam, 30-gallon capacity, full jacket, 2" draw off, includes:
o perforated strainer,
o spring assisted hinged cover & faucet bracket,
o 316 stainless steel interior liner,
o 304 stainless steel exteriors,
o (3) stainless steel tubular legs with adjustable flanged feet,
o NSF certified

Installation required
3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PDT Friday June 30, 2023 to israel.garcia2@va.gov. Ensure the following are completed and/or included in the quote packet:

3.a. Vendor Information with SAM UEI.
3.b. Acknowledgement of amendments if applicable.
3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
3.d. Schedule of services. Items shall be FOB destination. Please specify offered item manufacturer and part number.
3.e. Provide an Authorized Distributor Letter/Memo form manufacturer.
3.f. Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin.
3.g. In addition to the requirements above, please complete the VA NOTICE OF LIMITATIONS ON SUBCONTRACTING and included it with your response.

PRICE/COST SCHEDULE
ITEM #
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
$
$

KETTLE CABINET ASSEMBLY, DIRECT-STEAM
Cleveland Range Model No. 36DMK66
Kettle on Modular Base, direct steam, 36", (2) 6 gallon 2/3 steam
jacketed kettles with lift of covers, manual tilt, steam control kit
includes: needle type steam control valves, steam trap, condensate
strainer, check valve, nipple & fittings (factory assembled & mounted
on kettle), double pantry faucet, 50 psi rating, stainless steel
construction with 316 series stainless steel liner, adjustable flanged feet
1 year parts & labor warranty, standard
Performance start up included at customer request after equipment is installed (Free Water Quality Check included) (contact Cleveland Sales Representative for details)
Weight: 350 lbs total
Funding/Req. Number: 1
$
664-23-3-072-0146
0002

3.00
EA
$
$

KETTLE, DIRECT STEAM, STATIONARY
Cleveland Range Model No. KDL40SH
Short Series Steam Jacketed Kettle, direct steam, 40 gallon capacity,
34.8" rim height, full steam jacket design, 316 stainless steel interior, open tri leg base, stainless steel construction, solid state temperature controls, faucet mounting bracket, 2" tangent draw off & drain strainer, steam control valve, spring assist cover, 50 psi rating
1 year parts & labor warranty, standard Performance start up included at customer request after equipment is installed (Free Water Quality Check included) (contact Cleveland Sales Representative for details)
2" Tangent draw off, standard
DS2 Perforated Drain Strainer, 2" draw off, 3/16" strainer holes
Weight: 696 lbs total
Funding/Req. Number: 1
$
664-23-3-072-0146
0003

1.00
JB
$
$

INSTALLATION
GILL MARKETING Model No. INSTALLATION
Scope of work: Disconnect, remove and dispose of existing one Cleveland kettle cabinet assembly and three Legion kettles.
Uncrate, set in place, install and make ready for use one new kettle cabinet assembly and three kettles.
All steam and hot/cold water supplies to be within 5' of termination point. Work to be performed during normal business hours Mon Fri 7am 4pm

Funding/Req. Number: 1
$
664-23-3-072-0146


GRAND TOTAL
$


C.3 VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING--CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (NOV 2022)

(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that

(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows:

(i) [ ] In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIPlisted SDVOSBs as set forth in 852.219 73 or VOSBs as set forth in 852.219 74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

(ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act.

(2) Manufacturer or nonmanufacturer representation and certification. [Offeror fillin check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]:

(i) [] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i).

(ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer.

[ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18).

[ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied.

[ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice.

(iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] b If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.]

(3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.

(4) If VA determines that an SDVOSB/ VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee;

(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.

(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.

(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.

Certification

I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].

Printed Name of Signee: ___________
Printed Title of Signee: _____________
Signature: ____________
Date: ______________
Company Name and Address: _______________

(End of Clause)
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • 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 >