6515--538-24-3-087-0128 - Food Service Freezers

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Ohio
Type of Government: Federal
FSC Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
NAICS Category:
  • 335220 - Major Household Appliance Manufacturing
Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Posted Date: Apr 19, 2024
Due Date: Apr 23, 2024
Solicitation No: 36C25024Q0454
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
6515--538-24-3-087-0128 - Food Service Freezers
Active
Contract Opportunity
Notice ID
36C25024Q0454
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2024 10:34 pm EDT
  • Original Date Offers Due: Apr 23, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 335220 - Major Household Appliance Manufacturing
  • Place of Performance:
    Chillicothe VA Medical Center 17273 OH-104, Chillicothe , OH 45601
    USA
Description


Page 9 of 9
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

This solicitation is set-aside for Veteran-Owned Small Business.

The associated North American Industrial Classification System (NAICS) code for this procurement is 335220.

The FSC/PSC is 6515.

The NCO 10 for Chillicothe VA Medical Center is seeking to purchase the reach-in freezers

All interested companies shall provide quotations for the following request.
STATEMENT OF WORK

Contractor will provide, deliver, un-crate, inspect, and install replacement reach-in freezers in Chillicothe VAMC, Building 7. Contractor to set up each freezer in their final location and verify all operations. Each unit to be covered by 6 year parts and labor and 7 year compressor warranty.
GENERAL SCOPE
Vendor shall coordinate with COR for any advance deliveries and storage. Contractor responsible for uncrating, any inspection of all components and moving all equipment into the installation area. All deliveries to be made to:

Chillicothe, Ohio Veterans Affairs Medical Center
Warehouse, Building 23
17273 State Route 104
Chillicothe, Ohio
45601

Vendor to check-in with Warehouse, Building 23 to have purchase order received in. Deliveries will be inspected upon arrival for defects by COR, VA Logistics, and Engineering staff. Vendor is responsible for ensuring all items are delivered in acceptable condition, damaged items will not be accepted. Vendor to then deliver reach-in freezers to Building 7 for installation.
2.0 PERFORMANCE REQUIREMENTS
Installation to include:

a) Placement/installation of reach-in freezers inside Building 7. Contractor is responsible for coordinating with COR to ensure steps are taken to protect interior and exterior of building from any contamination or damage related to this project. Contractor will adhere to all infection control protocols applicable to performing work in a food service environment.

b) Electrical hookup to existing electric service (to be within 5 feet of equipment)

c) Start up, commissioning, verification of proper system operation

d) Removal of all packaging materials/site clean up

2.2 Task 2 Provide Staff Training on Equipment.

2.2.1 Subtask 1

Vendor to furnish VA with operating and service manuals either digitally or hard copy for equipment.

2.3 Task 3 - Enterprise Management Controls.

2.3.1 Subtask 1 - Integration Management Control Planning.

All work will be coordinated a minimum of 5 working days in advance with the VAMC COR and Chief, Nutrition and Food Service. All contractor personnel will report to Building 21, Engineering to sign into the facility and receive contractor identification as well as any special instructions at the beginning of each workday. Contractor must report to B21, Engineering to sign out and report out at the end of each workday. All work will be performed Monday-Friday (excluding federal holidays) between the hours of 0700-1530.

3.0 SUBMISSION OF QUESTIONS
Questions: All questions submitted for this solicitation must be electronically sent to the following email address: kevin.peeples@va.gov With the following subject 36C25024Q0454.

4.0 SUBMISSION OF QUOTATION

Quote Submission: See submission date posted. The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xlsx) format of:

Submissions can be sent in multiple emails to avoid computer system email size limitation, to Kevin.peeples@va.gov. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes may not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote.

5.0 EVALUATION CRITERIA
Brand Name or Equal
6.0 PRODUCT
3 Ea.: Traulsen, Reach-In Freezer
Traulsen Model No. RLT232NUT FHS
Spec Line Freezer, Reach in, two section, 46.0 cu. ft., self contained
refrigeration, StayClear Condenser, stainless steel exterior and
interior, standard depth, narrow full height doors, (3) adjustable wire
shelves per section, microprocessor controls, unit can be programmed
to operate at 10°F, 3/4 HP, cULus, NSF, ENERGY STAR®
3 ea 0 degrees Fahrenheit holding temperature, standard
3 ea 115v/60/1, 15.7 amps, with cord & NEMA 5 20P, standard
3 ea Standard refrigerant, standard
3 ea Door hinging-Left door hinged left/right hinged right to be determined
3 st Casters, 6" high (set of 4)
7.0 SERVICES
Vendor to pay freight to a high dock location. Delivery address to have purchase order received in:

Chillicothe, Ohio Veterans Affairs Medical Center
Warehouse, Building 23
17273 State Route 104
Chillicothe, Ohio
45601

Delivery Location Vendor to then deliver to Building 7 for installation. Vendor shall coordinate with COR for any advance deliveries and storage. Contractor responsible for uncrating any inspection of all components and moving all equipment into the installation area.

Shop Drawings

Shop drawings to include all dimensions of system components.
Shop drawings to include technical specifications of all system components including, but not limited to:
Unit voltage/amperage requirements.
Unit refrigerant requirements.
9.0 Performance Monitoring

The request is for goods to be delivered, installed and operation verified. When/if the equipment malfunctions, 3 each 6 year parts & labor and 7 year compressor warranty will cover service and labor to repair defects of the equipment. VAMC COR will be responsible for overseeing project. Final acceptance of completed and installed unit to be determined by VAMC COR in coordination with Chief, Nutrition and Food Service and Chief, Engineering Service.
10.0 Security Requirements
Contractor will not require access to VA sensitive information to fulfill the terms of the contract. Contractor will require access to the building and the related building service equipment during normal business hours.

11.0 Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

VAMC Engineering Service to provide suitable electrical disconnect to within five (5) feet of final electrical termination points. Lock Out/Tag Out to be coordinated with VA COR prior to start of project.

12.0 Other Pertinent Information or Special Considerations.

Contractor responsible for receiving, uncrating, and inspection of all equipment deliveries.

Final acceptance of completed and installed unit to be determined by VAMC COR in coordination with the Chief, Nutrition and Food Service and Chief, Engineering Service. Vendor to provide, at a minimum, a warranty of one (6) year parts labor and one (7) year compressor on all components of the completed and assembled unit.
a. Packaging, Packing and Shipping Instructions.
No unique shipping requirements. Deliver equipment without damage.
b. Inspection and Acceptance Criteria.

Delivery will be accepted or rejected at the Chillicothe VAMC, Building 23. Items will be inspected for defects by Logistics and Engineering personnel in conjunction with Contractor upon delivery, prior to delivery and installation in Building 7. No work will begin until all replacement components are onsite and accepted.
13.0 Risk Control
Contractor to adhere to all stipulations determined by the VAMC Infection Control Department, as included in the PCRA/ICRA. The PCRA/ICRA will be furnished by the VAMC COR prior to commencement of the work.
14.0 Place of Performance.
The place of performance is Building 7, Nutrition and Food Services, Chillicothe VAMC 17273 State Route 104 Chillicothe, Ohio 45601
15.0 Period of Performance
The period of performance shall be no more than 60 days from the issuance of the Notice to Proceed by the Contracting Officer.
16.0 Delivery Schedule.
Contractor responsible for receiving, storage, and uncrating of all equipment deliveries.
All deliveries to be coordinated with the VAMC COR.

17.0 Records Management.
RECORDS MANAGEMENT OBLIGATIONS
A. Â Applicability
This clause applies to all Contractors whose employees create, work with, or otherwise handle Federal records, as defined in Section B, regardless of the medium in which the record exists. Â
B. Â Definitions
Federal record as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transaction of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the United States Government or because of the informational value of data in them. Â
The term Federal record:
includes Chillicothe VAMC records.Â
does not include personal materials.
applies to records created, received, or maintained by Contractors pursuant to their Chillicothe VAMC contract.
may include deliverables and documentation associated with deliverables.
C. Â Requirements
Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.Â
In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.Â
In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.Â
Chillicothe VAMC and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of Chillicothe VAMC or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of  any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Chillicothe VAMC. The agency must report promptly to NARA in accordance with 36 CFR 1230.
The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to Chillicothe VAMC control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4).
The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and Chillicothe VAMC guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information.
The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with Chillicothe VAMC policy.Â
The Contractor shall not create or maintain any records containing any non-public Chillicothe VAMC information that are not specifically tied to or authorized by the contract.Â
The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.Â
The Chillicothe VAMC owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which Chillicothe VAMC shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20.
Training. Â All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take Chillicothe VAMC-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.Â
[Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.]Â
D. Â Flowdown of requirements to subcontractors
The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same.Â
Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor.

CLAUSES


FAR Number
Title
Date
52.209-6
PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
AUG 2013
52.212-4
CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
FEB 2012
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012)

AUG 2012
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT
JUL 2013
52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
52.233-1
DISPUTES
MAY 2014
52.233-3
PROTEST AFTER AWARD
AUG 1996
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2012
852.237-70
CONTRACTOR RESPONSIBILITIES
APR 1984


PROVISIONS



52.212-1
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
APR 2014
52.212-2
EVALUATION--COMMERCIAL ITEMS
OCT 2014
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS

NOV 2014
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 18, 2024 10:34 pm EDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Number Status Project Name Department Buyer Type Goal Type Goal % Date

City of Cincinnati

Bid Due: 5/21/2024

213 - Syringe Evidence Tubes & Red Evidence Tape - May 2024 File

City of Cleveland

Bid Due: 5/09/2024

Follow 6515--Supply, *Special IMPELLA Pump Infusion - Surgery Service, CLE Active Contract Opportunity

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/07/2024

Maternal and Infant Wellness (MIW) Medical Legal Partnership SRC0000015829 Maternal and Infant Wellness

State Government of Ohio

Bid Due: 5/07/2024