Skip to main content

An official website of the United States government

You have 2 new alerts

7320--Conveyor Dishwasher

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 03, 2022 10:00 am EDT
  • Original Date Offers Due: Aug 10, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Perry Point VA Medical Center Perry Point , MD 21902
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) The solicitation number is 36C24522Q0862 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2022. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be set aside for Service-Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 335220, Major household Appliance Manufacturing and the size standard is 1,500 employees. (v) The Perry Point VA Medical Center is seeking to purchase a Conveyor Dishwasher and installation. This requirement consists of two (2) line item: Product Description Units of Measure Quantity DISHWASHER, CONVEYOR TYPE Hobart Model No. CLPS86EN-BAS+BUILDUP Conveyor Dishwasher, (2) tank with a Power Scrapper, (342) racks/hour, insulated hinged doors, .39 gallon/rack, stainless steel enclosure panels, microprocessor controls with low temperature & dirty water indicators, NSF Pot & Pan mode, programable de-lime notification, power scrapper vent cowl curtain kit, ENERGY STARr, Free factory startup for installations within a 100-mile radius of a Hobart service office. installation beyond 100 miles will be charged at the quoted rate by the local Hobart service office 1 ea Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA 1 ea CLPS86EN-BASELE0EU 208-240v/60/3 steam/gas heat 1 ea CLPS86EN-BASHTESTM Steam coil-stainless steel 1 ea CLPS86EN-BASERH0NO Without internal booster 1 ea CLPS86EN-BASDIR0LR Left to right operation 1 ea BDSLREU-HTSDOM RL HTS Extra Height 208-240/60/3 Steam Blower Dryer 1 ea NOTE: When blower dryer is selected, there can only be (1) E-Series vent hood selected below 1 ea Installation by local Hobart Service Office if within 50-mile radius & done during normal business hours. 72 Hour Assembly Notice Recommended. Must be ordered with Hobart Dishmachine. Price includes assembly of blower dryer to Hobart dishmachine ONLY. Installation of dishmachine can be by others. Does not include drain connection. 1 ea CLPS86EN-BASHGTHTS Higher than standard 1 ea CLPS86EN-BASFETSTD Standard feet 1 ea NOTE: For water over 3-grains of hardness, Hobart suggests adding a water softener. 1 ea EXTHD/E-ADJ E-series extended hood (adjustable) 1 ea CLE/TBL-SWITCH Table LMT switch CLE-Series 1 ea BOOSTER+BUILDUP Booster Heater, steam, 10-50 PSI 1 ea Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA 1 ea BOOSTER-ELE0FT 100-120v/50v/60/1-ph 1 ea BOOSTER-TYP150 150-1 booster Each 1 INSTALLATION GILL MARKETING Model No. INSTALL Receive, deliver, and install Hobart High Temperature Rack Conveyor Dishwasher Model CLPS86eNBASELE0EU 208-240V/60/3 steam/gas heat, Steam Blower Dryer, Booster-TYP150- 1, table limit switch, and WS-80 water treatment system. Per Dealer new units to match build of unit(s) being replaced. Remove and dispose existing Hobart Dishwasher Model CLPS86e (S/N 85-1085372, 208-240/60/3 steam/gas heat, left to right). Remove and dispose Hobart Steam Blower-dryer (S/N 85-1085422) and external steam booster. Connect unit to existing tabling. Replumb new unit to steam provided by end user. Steam must match spec sheet for flow rates. Location to supply working shut off valves on steam, water, and condensate lines. All steam supply and returns to be done in black pipe. Reconnect to hot water supplied. All plumbing in copper for hot water, using Pro-Press. Run hot water line and bypass valve for WS-80 water softener if purchased. Reconnect vent to new unit. Electrical to match Spec Sheet and responsibility of end user. Unit to receive additional 6 month install warranty for a total of 18 months provided unit installed by Hobart. Start-up to be scheduled upon completion of installation. Included: New equipment must match the location's current specifications: electrical, gas lines, plumbing/drains, and venting. Installations completed during normal business hours. Monday - Friday; 8:00am - 5:00pm. Receipt of equipment at local installer's office or delivery to customer's facility at a pre-scheduled time. Uncrating and set-in place in existing location on the ground level. Final hook-ups (within 5 feet) to existing utilities. Validation equipment is working properly upon completion of installation. Removal of packaging materials and rubbish Each 1 ESTIMATED DELIVERY: 30 Days ARO STATEMENT OF WORK: Overview: Nutrition & Food Services (120), VAMHCS, is responsible for preparing approximately 800 meals per day for all three VAMHCS sites. The Dishwasher, conveyor type is a necessity for washing and sanitizing small wares for nutrition & food services operational needs for inpatient veterans. This requirement is to replace the existing dishwasher being used. Currently in place is an aging dishwasher that is utilized continuously throughout the workday. Should this dishwasher fail to operate properly, it would severely hamper Nutrition & food services operational needs to service nutritional meals to our deserving veterans. Purpose: This piece of equipment is essential in food safety and sanitation maintain Hazard Analysis Critical Control Points (HACCP) guidelines for food safety. General Description: The Hobart Dishwasher, conveyor type is a specified dishwasher designed to wash, sanitize, and blow dry small wares at a rapid pace to maintain operational time constraints. NFS is requesting one dishwashing machine. Applicable Documents: None. Requirements: To provide the required equipment as soon as possible at the most reasonable cost to the government. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (vii) All material shall be used by Perry Point VAMC (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the 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. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1500 on Wednesday, August 10, 2022. Questions are due No later than 1600 on Friday, August 5, 2022, eastern standard time. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History