SPECIAL NOTICE: Building 404 (DFAC) Joint Base Myer-Henderson Hall, Consolidated Dining Facility Fort Myer, Arlington, VA
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jun 14, 2023 04:39 pm EDT
- Original Response Date: Jun 29, 2023 11:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 14, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fort Myer , VA 22211USA
Description
This Notice is being published in accordance with Federal Acquisition Regulation (FAR) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award brand name and brand name or equal, sole-source acquisition. The statutory authority for this sole-source procurement is for Brand Name 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a) and 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements, and brand name descriptions and Brand Name or Equal 10 U.S.C. 3204(e), as implemented by FAR 6.302-1 and DFARS 206.302-1(c)(2), “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.”
The United States Army Corps of Engineers, Baltimore District intends to include the following items in a request for proposal for a supply furnish and install contract acquisition under the authority of (FAR) 6.302-1(a) and 6.302-1(c), Authorized or required by statute. This project will include Brand Name only items, as described below, unless the results of this sources sought notification indicates otherwise. Only the requiring brand name items will be sole sourced if no sources are able to prove an equal product.
Requirements:
In general terms, this project includes the furnish and install of food service equipment and expendable supplies to support the renovated JBM-HH Consolidated Dining. Some elements within these new dining equipment systems will require, brand name and brand name or equal, sole-source acquisition and are listed herein. The estimated delivery period for this equipment will be in accordance with commercial practices.
The sole source items required are listed below:
BRAND NAME ONLY LIST
A. Hobart Bench Mobile Mixer - 20 QT model HL200-1STD. This project will require a new benchtop mixer manufactured by Hobart to support the food preparation tasks within the renovated facility.
B. Lakeside Model 5209 Mobile Dish Dispenser. This is a mobile plate/dish dispenser used for storage and dispensing of plates within the serving areas of the Dining Facility.
C. Silver King model KMAJ3-C3. Refrigerated Milk Dispenser, 3-Hole. The Refrigerated Milk Dispenser is a high-performance dairy dispenser used for the storage and dispensing of milk within the serving and remote beverage areas.
D. Advance Tabco model 9-FSC-20 Silverware Soak Sink. In order to match the construction contract installed sinks throughout the facility.
E. Spray Master Technologies model SMT-600PE 300-5113 Portable Pressure Washer (Clean/Sanitizing Machine). The Portable Pressure Washer is required to connect to the Central Pressure Washer System / infrastructure currently being supplied within the construction contract equipment.
F. Continental Refrigerator model D3RNSS Reach-in Refrigerator, 3-Section. The reach-in refrigerator is being supplied to match the other reach-in refrigeration provided under the construction contract.
G. Continental Refrigerator model DL3F-SS Reach-in Freezer, 3-Section. The reach-in freezer is being supplied to match the other reach-in refrigeration provided under the construction contract.
BRAND NAME or EQUAL LIST
A. Point-of-Sale (POS) System - Necessary equipment for the POS Station at the Dining Facility entrance and Carry-Out. Four approved manufacturers include: Lightspeed Commerce model Lightspeed Fully Integrated POS System /Toast Tab model Toast Flex for Guest /Clover model Clover Station Pro /Touch Bistro model Touch Bistro Restaurant Management POS / / /.
Salient Characteristics:
a. Warranty
i. 1-year parts and labor warranty
b. POS System
i. Shall be automated headcount point-of-sale system
ii. Shall be 14” (diagonal screen size) Full HD-LCD and Touch Screen
iii. Shall be provided with compatible credit card reader
iv. Shall be provided with Common Access Card Reader for headcount purposes
v. Shall be provided with matching cash drawer
vi. Shall be capable of providing real time data collection and processing w/ offline data collection
vii. Shall be compatible with Securities and Exchange Commission (SEC) Automated Headcount (AHC) Point of Sales (POS) system that interfaces with a prescribed credit card device
viii. Shall be able to provide paper receipts
ix. Shall be compact and able to stack vertically to save space
x. Shall have a slim/streamline modern aesthetic
xi. Shall have min 8” wide guest screen for real-time visibility of order/payment direct attach to back of main monitor
xii. Shall offer flexible payment options cash, credit cards, including contactless credit cards and digital wallets like Apple Pay, Google Pay, etc.
xiii. Shall have easy to use interface
xiv. Shall provide high speed order processing
xv. Shall be spill-proof rated against everyday spills, grease, dust, and heat
xvi. Shall be IP54 durability rating
c. Operating System
i. Shall be a min. Android 7.1 or Apple based and support future updates
ii. Shall have a low power, high performance, single board computer processor and central processing unit for computing data
iii. Shall have with Wi-Fi and Bluetooth capability (2.4GHz and 5GHz Wi-Fi and Bluetooth 4.0 BLE
iv. Shall have a min. 16GB flash memory
v. Shall have power over ethernet 802.3 at (25.5W) connectivity
vi. Shall have HDMI, USB, Connector and Type-C Port
d. Power
i. Shall be wired 120v and have an electrical power cord and plug
Finish:
a. Materials/Colors
i. Shall be metallic gray or white color
B. 4-Burner Gas Range - Necessary equipment for the Kitchen Training Lab. Three approved manufacturers include: Electrolux Professional/Vulcan/Wolf with associated models Electrolux 169105 (ACFG24)/ Vulcan 24S-4BN/ Wolf C24S-4BN.
Salient Characteristics:
a. Warranty
i. 1 to 2-year parts and labor warranty
b. Range
i. Shall be mobile commercial /restaurant four(4) burner gas range
ii. Shall be provided without back riser and lift-off high shelf
iii. Shall have fully MIG welded aluminized steel frame
iv. Shall have 304 stainless steel front and sides
v. Shall have 6” stainless steel adjustable legs
vi. Shall have four (4) open top burners, a min. 30,000BTU/hr. ea., with lift off burner heads
vii. Shall have anti-clogging cast iron burners
viii. Shall have shrouded flash tube pilot system, one pilot per two burners
ix. Shall have easy lift-off heavy duty cast grates approx. 12”x12” front and 12”x14” in rear.
x. Shall have range grates with built-in aeration bowl
xi. Shall have extra deep pull-out crumb tray w/ welded corners
xii. Shall have heavy duty chrome plated burner knobs that provide smooth rotation
xiii. Shall have rear gas connection, pressure regulator and main shut off valve
xiv. Shall have all major components accessed from top/front for easy cleaning
xv. Shall have safety pilot
c. Oven
i. Shall have baker’s depth standard oven (fit full size sheet pans front-to-back)
ii. Shall be a min. 23,000 BTU/hr.
iii. Oven thermostat adjusts from 250 degrees F to 500 degrees F
iv. Shall have two (2) stainless steel oven racks
v. Shall have four (4) oven rack position standards
vi. Shall have insulated door/body that is cool to the touch
vii. Shall have porcelain or vitreous enameled oven interior and interior door panel
viii. Shall have heavy duty oven door with an integrated door hinge/spring mechanism requiring no adjustment.
d. Accessories
i. Shall be provided with one (1) extra oven rack and guide
e. Utility
i. Shall be configured for Natural Gas
Finish:
a. Materials/Colors
i. As specified above
This notice is NOT a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The approved Justification and Approval, (J&A) for this procurement will be posted following the closure of this notice.
Attachments/Links
Contact Information
Contracting Office Address
- RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
- BALTIMORE , MD 21201-2526
- USA
Primary Point of Contact
- Stephanie Jojokian
- stephanie.d.jojokian@usace.army.mil
- Phone Number 410-962-0155
Secondary Point of Contact
- Nicole Brookes
- nicole.c.brookes@usace.army.mil
- Phone Number 4109622935
History
- Jul 14, 2023 11:55 pm EDTSpecial Notice (Original)