To place a bid or register go to Unison Marketplace

View Details for Buy # 1129650_01

View Other Versions: 1129650  1129650_02 

General Buy Information

Buy #: 1129650_01  
Solicitation #: JBLMISDFPMO230004
Buy Description: Kitchen Equipment
Category: 73 -- Food Preparation and Serving Equipment
Sub Category: 7320 -- Kitchen Equipment and Appliances
NAICS: 333310 -- Commercial and Service Industry Machinery Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 03/23/2023
End Time: 11:00 ET
Seller Question Deadline: 3/16/2023 - 11:00 ET
Delivery: 90 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: No Repost Reason provided.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Equal to but no less than the following. Touchline Tilting Pressure Braising Pan Multifunctional cooking appliance used for roasting, pot-roasting, braising, simmering, boiling, pressure cookingand steaming.•Pan size is GN compliant.•Temperature sensors provides efficient temperaturecontrol: the power is supplied as and when required tokeep the set temperature value without exceeding it.•Easy to clean cooking surface due to large-radius edgesand corners.•Cooking with a working pressure of 6.5psi (0.45 bar)reduces cooking times.•Optimum heat distribution in the food provides bestcooking results in terms of taste, colour and consistencyand in terms of vitamin preserving.•Safety mechanism prevents lid from opening, even incase of voluntary attempt, when cooking under pressure.•Overnight cooking: saving electricity and time.•Safety valve on the lid avoids overpressure in the foodcompartment.•High-quality thermal insulation of the pan saves energyand keeps operating ambient temperature low.•IPX6 water resistant.•Motorized, variable pan tilting with "SOFT STOP". Tilting and pouring speeds can be precisely adjusted. Pan can be tilted over 90° to facilitate pouring and cleaning operations. "Pressure function": once the pressure lid is locked, the system automatically regulates itself. Capacity (gallons) 45 Features Power Tilt Gas Type NG Heat Gas Special Features Peened Interior Type Floor Model Series Touchline Product Tilting Skillets Product Type Cooking Equipment Weight 1213.00 With Optional Accessories •Suspension frame for Pressurized Tilting Braising Pans - 3 needed for 45gallon units (587025, 587028) PNC 910191❑ •Base plate, for pressure braising pans and PNC 910201 ❑non-pressure braising pans, half size - 3 needed for 45 gallon units (587035, 587039, 587025,587028) 2 EA •Perforated container with handles, height PNC 910211 2 EA ❑4" (102mm)•Perforated container with handles, height PNC 910212 2 EA ❑6" (152mm)•Perforated container with handles, height PNC 911673 1 EA
002 equal to but no less than the following. Vulcan VG40 NAT Details Overall Dimensions: Left to Right: 46" Front to Back: 35 1/2" Height: 40 1/2" Capacity: 40 gallons Cooking Surface: 39" x 23" Shipping Weight 555 lb. Width 46 Inches Depth 35 1/2 Inches Height 40 1/2 Inches Cooking Surface Width 39 Inches Cooking Surface Depth 23 Inches Amps 9 Amps Hertz 60 Hertz Phase 1 Phase Voltage 120 Volts Capacity 40 Gallons Cover Type Hinged Features Made in America Manual Tilt Gas Inlet Size 3/4 Inches Installation Type Floor Model Plug Type NEMA 5-15P Power Type Natural Gas Style Tilting Temperature Range 50 - 425 Degrees F Total BTU 120,000 BTU Type Skillets 1 EA
003 equal to but no less than the following. Merchandiser open air. True TOAM-48-HC~NSL01 Black 48" Wide Glass lower front panel LED interior cabinet lighting 4 solid white powder-coated cantilevered shelves Refrigerant: R290 Hydrocarbon Temperature range: 33 - 40 degrees F Electrical specifications: 208-230 Volts, 60 Hertz, 1-phase, and 7.6 Amps Compressor HP: (2) 3/4 10 ft power cord with a NEMA 6-15P plug Overall Dimensions: Height 78 1/2 Inches Width 48 Inches Depth 29 1/8 Inches Color Black Night Curtain Included Yes Compressor Location Bottom Temperature Range 33 - 40 Degrees F Number Of Shelves 4 LED Interior Lighting Yes Power Electric Voltage 208-230 Hertz 60 Phase 1 Amps 7.6 Horsepower (2) 3/4 HP (1 1/2 HP Total) Power Cord Length 10 ft Plug NEMA 6-15P Shelf Type Cantilevered 2 EA
004 equal to but not less than the following. Griddle 60 inch. Shipping Weight 603.5 lb. Width 60 Inches Depth 31 1/2 Inches Height 15 1/4 Inches Cooking Surface Width 60 Inches Cooking Surface Depth 24 Inches Work Surface Height 11 1/8 Inches Burner BTU 27,000 BTU Burner Style U-Shaped Control Type Thermostatic Cooking Surface Material Polished Steel Features Made in America NSF Listed Gas Inlet Size 3/4 Inches Installation Type Countertop Number of Burners 5 Burners Number of Controls 5 Plate Thickness 1 Inches Power Type Natural Gas Temperature Range 200 - 550 Degrees F Total BTU 135,000 BTU Type Griddles Usage Heavy Duty Vulcan MSA60-101 Details Overall Dimensions: Width: 60" Depth: 31 1/2" Height: 15 1/4" Working Height: 11 1/8" Cooking Surface Dimensions: Width: 60" Depth: 24" 2 EA
005 equal to but no less than the following. Steamer 20 pan capacity. Width 24 Inches Depth 35 Inches Height 65 1/2 Inches Amps 2 Amps Hertz 60 Hertz Phase 1 Phase Voltage 120 Volts Gas Inlet Size 3/4 Inches Number of Compartments 2 Compartments Pan Capacity 10 Pans Power Type Natural Gas Steam Source Steam Generator Style Floor Total BTU 125,000 BTU Type Convection Steamers Water Inlet Size 3/8 Inches 2 EA
006 equal to but not less than the following. Equipment stand. Advance Tabco ES-305C Details Overall Dimensions: Length: 60" Width: 30" Height: 25" Work Surface Height: 24" Backsplash Height: 1" Quantity 1/Each Shipping Weight 102 lb. Length 60 Inches Width 30 Inches Height 25 Inches Backsplash Height 1 Inches Work Surface Height 24 Inches Backsplash With Backsplash Capacity 1,000 lb. Features Casters Made in America NSF Listed With Undershelf Gauge 14 - 18 Gauge Installation Type Mobile Size 30" x 60" Stainless Steel Type Type 304 Table Style Undershelf Top Material Stainless Steel Type Equipment Stands Undershelf Construction Stainless Steel Usage Heavy Duty 2 EA
007 equal to but not less than the following. 4 shelf shelving unit. Metro A556K3 Super Adjustable Width 48 Inches Depth 24 Inches Height 63 Inches Capacity 2,000 lb. Color Green Features NSF Listed Material Epoxy-Coated Product Line Metro Super Adjustable Style Vented Type Stationary Shelving Units 31 EA
008 equal to but not less than the following. 4 shelf shelving unit. Metro A536K3 Super Adjustable Width 36 Inches Depth 24 Inches Height 63 Inches Capacity 2,000 lb. Color Green Features NSF Listed Material Epoxy-Coated Product Line Metro Super Adjustable Style Vented 8 EA
009 Shipping 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement 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.
Provisions 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.
Clauses 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.
SAM Registration 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 Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard 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
AMC-Level Protest Program 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.
Service Terms: "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"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION 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.
Basis of Award 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 No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions 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.
Buy American Act 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*****
Provision 52.204-26 Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
JBLM WA   98433 - 9500

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
002 MANDATORY_-_52_204-26.docx   13 KB