To place a bid or register go to Unison Marketplace

View Details for Buy # 1110184

View Other Versions: 1110184_01  1110184_02 

General Buy Information

Buy #: 1110184  
Solicitation #: DRUMAFSBNEPK0001
Buy Description: Dining Facility Equipment Package 1
Category: 73 -- Food Preparation and Serving Equipment
Sub Category: 7320 -- Kitchen Equipment and Appliances
NAICS: 722514 -- Cafeterias, Grill Buffets, and Buffets
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 08/08/2022
End Time: 14:00 ET
Seller Question Deadline: 8/5/2022 - 16:00 ET
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)

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 Double compartment convection steamer, CLEVELAND, Model 24-CGA-10, two compartments, floor model steamer, single, large capacity natural gas-fired atmospheric steam generator, 125M BTU input, remote probe type water level controls, steam generator with automatic water fill on start up, automatic generator blowdown, electronic spark ignition and generator stand-by for instant steam, choice of compartment controls, manual by pass operation mode, exclusive cold water condenser design, Type 430 Stainless Steel exterior and cooking compartments, 120 Volt, 200 Watts, 2.0 Amps, 2 Wire for building P10150. 1 EA
002 Garland Master Gas Convection Oven Model MCO-GS-20-S 60,0000 BTU/cavity, double deck, 3/4 HP fan motor with two speed fan control, electronic spark ignition, natural gas, master 200 solid state control with electromechanical timer, porcelain enameled oven interior with coved corners, six oven racks and 13 position rack guides per unit, double pane thermal window in all doors and interior lighting in both units, 115 volt, 60 Hz, 1 phase for building P10150. 1 EA
003 The Alto-Shaam QC3-100 QuickChiller blast chiller includes a cabinet exterior with a #4 finish stainless steel front, door, sides and a top insulated with non-CFC foamed-in-place polyurethane. The rear and bottom are galvanized metal. The cabinet interior is stainless steel, including stainless steel air plenums. The door opening perimeter features an ABS thermal break to prevent sweating. The door has a stainless steel exterior with a stainless steel liner, is hinged left as standard and includes one (1) self-adjusting rotary door latch. A press-fit magnetic gasket is provided for positive seal. The refrigeration system is self-contained and uses R-404A refrigerant. One (1) condensing unit is connected to the interlaced coated evaporator coils. Has a touchscreen control, one (1) USB port, HACCP data access, three (3) detachable internal‑product-temperature probes, and four (4) adjustable legs. The roll-in pan cart has twenty (20) non-tilt pan support rails set at 22-13/16" (678mm) horizontal width between rails and 2-9/16" (65mm) vertical spacing between rails, ten (10) stainless steel shelves, one (1) removable drip tray and one (1) cart handle. 115/208-230V, 1 phase, 60 Hz for building P10305. 1 EA
004 The Alto-Shaam AR-7E OVER AR-7E rotisserie: Two stackable Alto-Shaam electric rotisseries with factory installed right hand stacking assembly, both heavy gauge, non-magnetic stainless steel with a sealed cooking chamber for heat retention. Low-e glass on front includes a handle with magnetic door latch. Both spit rotation controlled by one (1) 1 /2 hp motorized disk that provides an incremental rotation jog and automatic stop when door is opened. The cook temperature range is from 250° to 425°F (121° to 218°C). Additional electronic control features include temperature display in Fahrenheit or Celsius; a product hold key with a temperature range of 140° to 210°F (6 0° to 99°C), cooking set-points from 1 minute to 4 hours; and emergency stop. The rotisserie has a stainless steel exterior finish and is furnished with 4-inch adjustable legs, 7 angled spits and a drip pan with drain. Capacity 21-28 chickens, 208V-single phase. Double paned, curved glass doors for building P795. 1 EA
005 Manitowoc Ice IYT0450A/D570 490 lb Indigo NXT Half Cube Ice Maker w/ Bin – 532 lb Storage, Air Cooled, 115v. Ice Maker Requirements: 490-lb. maximum daily ice production, 378-lb. AHRI-certified ice production, makes half dice ice, ice size: 0.375 in. x 1.125 in. x 0.875 in., Icon-based easyTouch display, amount of ice produced is programmable based on volume or time of day, acoustical ice sensing probe measures ice thickness, 24-hr. preventive maintenance and diagnostic feedback, hinged foodzone door swings out to provide access, removable water probe, water pump, distribution tube, curtain, and water trough, some of the components are made with AlphaSan antimicrobial to slow bacteria growth, corrosion-resistant DuraTech exterior keeps fingerprints hidden, uses R410A refrigerant, 3,800-6,000 BTU. Bin Requirements: 532-lb. application capacity, 430-lb. AHRI-certified capacity, ergonomic, 5.3-lb. ice scoop, built-in thumb and knuckle guard on the scoop helps prevent contamination, molded-in scoop retaining lip prevents ice from spilling out, grips on the door on the center, left, and right, self-latching door design keeps it open when scooping, door angle that makes it simple to reach the bin bottom, foam-insulated door reduces condensation on the exterior, polyurethane interior liner for building P20350. 1 EA
006 Cleveland KDL-40 40 Gallon Stationary 2/3 Steam Jacketed Direct Steam Kettle, 40 gallon capacity, 50 PSI steam jacket and safety valve rating, Tri-leg design, adjustable feed, stainless steel tubular construction, 2 inch diameter tangent draw-off valve with drain strainer 120V-115 for building P20350. 1 EA
007 Vulcan 36” SX Series Value Range, 36" wide SX series light-duty range, Vulcan Model No. SX36-6BN, Stainless steel front, sides, backriser, high shelf and bullnose. High temperature burner T knobs with set screw. Porcelain door liner and oven bottom. Six 28,000 BTU/hr. cast top burners with liftoff burner heads. Shrouded flash tube pilot system (one pilot per two burners). 12" x 12" cast top grates with aeration bowls. Heavy duty top grates and burner heads. Compression spring door hinge system for durability. 30,000 BTU/hr. Standard oven measures 263⁄4"w x 26"d x 133⁄4"h. Thermostat adjusts from 250° to 500°F. One oven rack with four rack positions. 3⁄4" rear gas connection and gas pressure regulator. Total input: 198,000 BTH/hr. Exterior Dimensions: 36"w x 32"d x 58"h on 6" adjustable legs for buildings P20350 and P10650. 2 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
Fort Drum NY   13602

Seller Attachment(s): Required

MANDATORY_-_52_204-26
MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 Vulcan36inSeriesValueRange.pdf   115 KB
002 Cleveland_24-CGA-10_2_SteamCraft_Gemini_Natural_Gas_10_Pan_Floor_Steamer_-_144_000_BTU.pdf   1,110 KB
003 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
004 Cleveland_KDL-40_40_Gallon_Stationary_2_3_Steam_Jacketed_Direct_Steam_Kettle.pdf   1,019 KB
005 MANDATORY_-_52_204-26.docx   13 KB
006 Alto_Shaam_AR-7EVH_rotisserie_w-_hood_specification-sheet.pdf   1,562 KB
007 Cleveland_two_compartment_steamer_Model_24-CGA-10NG.pdf   369 KB
008 garland_mco-gs_specsheet_pdf_safe.pdf   100 KB
009 Alto_Shaam_QC3-100_Blast_Chiller_specification-sheet.pdf   863 KB
010 Manitowoc_Ice_IYT0450A_D570.pdf   260 KB