Trade Leads

FOOD SERVICE NEEDED
Food preparation and serving equipment This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HQCSKK41422401000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.FOB Destination shall be in the Statement of Work. The DECA Fort Lee requires the following items, Meet or Exceed, to the following: LI 001: Item Description: Hot-Food Holding Cabinet Minimum Specifications: Size: Dimensional sizes, such as length, width and height are not critical to this equipment so long as this equipment is a full size/length upright floor model. Construction: Commercial off the shelf (COTS) standard unit, no unique DeCA requirements. Operating Characteristics:Expected life span shall be 7 years or more with basic maintenance.Cabinet shall have stainless steel exterior and interior. Cabinet shall be equipped with either one full-length or two half-length doors. Thermostat must have a minimum temperature variance of 45 degrees and be capable of heating to temperatures of approximately 130 degrees ? 215 degrees Fahrenheit.Cabinet shall be equipped with four swivel casters, two of which are locking. Cabiet must be able to accommodates a minimum of eight(8) 18" x 26" sheet pans. Cabinet must be right-hand hinged. Electrical Requirements: Standard USA electrical specification: 120 Volt, 60 Hertz, 1 PH. NOTE: The operating range for 120 volt range is 110 to 120 volts; the operating range for 220 volt rating is 208 to 230 volts. Other Minimum Requirements: Continued parts support for equipment is required for the projected total life cycle of the equipment plus 5 years. Industry Standards: Underwriters Laboratory (UL) listed, National Sanitation Foundation (NSF) certification, and Energy Star, or equivalent Unit must be shipped ready to plug in and use. Contractor shall furnish the following information to the commissary at time of delivery:Warranty information and POC for warranty service, Installation and Operating Instructions, Parts List. Shipping address for this item will be as follows: Charleston NWS Commissary 1797 REDBANK ROAD BLDG 764 GOOSE CREEK, SC 29445-8601 Recommended models: Henny Penny, Model number HHC-900 Traulsen, Model number RHF232W-HHS, 1, EA; LI 002: Item Description: Hot-Food Holding Cabinet Minimum Specifications: Size: Dimensional sizes, such as length, width and height are not critical to this equipment so long as this equipment is a full size/length upright floor model. Construction: Commercial off the shelf (COTS) standard unit, no unique DeCA requirements. Operating Characteristics:Expected life span shall be 7 years or more with basic maintenance.Cabinet shall have stainless steel exterior and interior. Cabinet shall be equipped with either one full-length or two half-length doors. Thermostat must have a minimum temperature variance of 45 degrees and be capable of heating to temperatures of approximately 130 degrees ? 215 degrees Fahrenheit.Cabinet shall be equipped with four swivel casters, two of which are locking. Cabinet must be able to accommodates a minimum of eight(8) 18" x 26" sheet pans. Cabinet must be right-hand hinged. Electrical Requirements: Standard USA electrical specification: 120 Volt, 60 Hertz, 1 PH. NOTE: The operating range for 120 volt range is 110 to 120 volts; the operating range for 220 volt rating is 208 to 230 volts. Other Minimum Requirements: Continued parts support for equipment is required for the projected total life cycle of the equipment plus 5 years. Industry Standards: Underwriters Laboratory (UL) listed, National Sanitation Foundation (NSF) certification, and Energy Star, or equivalent Unit must be shipped ready to plug in and use. Contractor shall furnish the following information to the commissary at time of delivery:Warranty information and POC for warranty service, Installation and Operating Instructions, Parts List. Shipping address for this item will be as follows: Keesler AFB Commissary 508 Larcher Blvd BILOXI, MS 39534-2248 Recommended models: Henny Penny, Model number HHC-900 Traulsen, Model number RHF232W-HHS, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DECA Fort Lee intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DECA Fort Lee is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-36, 52.223-18,52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following provisions/clauses from the Defense Federal Acquisition Regulation Supplement (DFARS), which are incorporated herein by reference: 252.203-7000, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.209-7994, 252.225-7000, 252.225-7001, 252.225-7002, and 252.247-7023 Alt III. The full text of the referenced DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm. The NAICS Code for this requirment is 335999 and the small business size standard is 500 employees. Additional Info: www.fedbid.com (b-624119, n-141301) Contracting Office Address: 1300 E Ave, Fort Lee, VA 23801 Place of Performance: See Statement of Work. - - Point of Contact(s): Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;