West Virginia Bids > Bid Detail

7320--Commercial Dishwasher (Brand Name or Equal)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159031896545552
Posted Date: Jan 17, 2023
Due Date: Jan 24, 2023
Solicitation No: 36C24523Q0238
Source: https://sam.gov/opp/116e7bd2f3...
Follow
7320--Commercial Dishwasher (Brand Name or Equal)
Active
Contract Opportunity
Notice ID
36C24523Q0238
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 17, 2023 01:16 pm EST
  • Original Response Date: Jan 24, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
  • NAICS Code:
    • 335220 - Major Household Appliance Manufacturing
  • Place of Performance:
    Louis A. Johnson Medical Center Clarksburg , WV 26301
Description
Department of Veteran Affairs Commercial Dishwasher (Brand name or Equal)
Request for Information (RFI)

The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). This RFI is issued for the purpose of conducting capabilities and market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a proposal. The Department of Veterans Affairs is not at this time, seeking proposals or quotes and therefore will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request.

The Government does not reimburse respondents for costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing an acquisition strategy and Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent.

Interested parties are responsible for adequately marking proprietary, restricted or sensitive information contained in their response. This is a request for information only and does not obligate the Government in any way, nor does it commit the Government to a specific course of action. The Government is seeking as much information as possible and a complete response from industry to this RFI during this market research activity may assist the Government in developing an acquisition strategy and finalizing any Product description/salient characteristics.

THERE IS NO SOLICITATION AT THIS TIME. IF YOU ARE AN SDVOSB, PLEASE STATE SO IN YOUR RESPONSE.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Patient Monitors for the Louis A. Johnson Medical Center, Clarksburg, WV.
BACKGROUND:
Medical facility in need of Commercial Dishwasher and Installation.
LOCATION:
Louis A. Johnson Medical Center, 1 Medical Center Drive Clarksburg, WV 26301

ITEM INFORMATION:
Product Number
Product Description
Units of Measure
Quantity
FT1000SE+ENER
RGY
1 FLIGHT TYPE DISHWASHER (HOBART MODEL# FT1000SE+ENERGY)
EIL: 110, CSN: 7310-439798, NXR-HCHT/VISN APPROVED-N&FS-DISHWASHER
1 EA - Oversized units with crated
shipping dimensions greater or equal
to 72" in length and/or 90" in height.
If delivery is to a facility without a
standard height dock, additional
shipping charges will apply depending
on the service requested. consult
Factory. 1 EA - All FT1000 models are to be quoted by Hobart's internal quotation
group
1 EA - Standard warranty - 1-Year
parts, labor & travel time during
normal working hours within the USA
Each
1
FT1000SE-LPF0
025
2 FT1000SE-LPF025 Load Platform 2.5'
(Total LOAD length is 2.5' load platform + 2' ASR + 3' prewash = 7'7")
1 EA - FT1000SE-ACLYES With Auto Clean
1 EA - FT1000SE-ADLYES With Auto
Delime
1 EA - FT1000E-DRNUNL Drain in Unload
1 EA - FT1000SE-DRSYES With Dual Rinse
1 EA - FT1000SE-CTRSTD Standard
Non-Split 5' Center Joined (Wash/Dual
Rinse)
Each
1
FT1000SE-UNL0
009
3 FT1000SE-UNL009 9' Unload Section
Joined Pack (4.5 + 4.5)
1 EA - FT1000SETLG22.963 TLG - Total
Length of load, center & unload
section is: 22.963 feet (overall length)
Each
1
FT1000SE-DRYY
YES
4 FT1000SE-DRYYES With Blower Dryer
1 EA - FT1000SE-HGTSTD Standard Height
1 EA - FT1000SE-EGRYES With Energy
Recovery System
1 EA - FT1000SE-AER0NO Without
Advansys Energy Recovery (Ventless
Technology)
Each
1
FT1000SE-HTES
SCL
5 FT1000SE-HTESCL Steam Coil

1 EA - FT1000SE-ELE0CD 480v/60/3-ph
(HV), for steam heat
1 EA - FT1000SE-CBR0NO Without Circuit Breaker
1 EA - FT1000SE-CON001 (1) Service
Connection (refer to specifications sheet for rated amps)
Each
1
FT1000SE-BST1
120
6 FT1000SE-BST120 120 Steam Booster
1 EA - FT1000SE-PIPSTD Standard Piping 1 EA - FT1000SE-DIR0LR Left to right operation
1 EA - FT1000SE-DORHNG Hinge doors,
all sections 1 EA - FT1000SE-SEC0NO Without added
security 1 EA - FT1000SE-CNVSTD Standard Conveyor
1 EA - FT1000SE-ROD0NO Without Cross Rods
1 EA - FT1000SE-SEF0NO Without SEF
Options
Each
1
SVLABORHOURS
7 Service Labor Hours for ENERGY:
Required machine assembly by Hobart
Service - for assembly within 100
miles of a Hobart Service Office
during normal business hours, with
appropriate notice; beyond 100 miles
to be quoted by Hobart Service.
Includes assembly of this item only, final electrical or plumbing
connections by others. For prevailing
wage, or projects in correctional
/other secure areas, please contact
the local service office in advance or
project may be subject to additional
fees billed at time of assembly.
Hours
36
SVCLABORHOURS
SBD
8 Service Labor Hours for Blower Dryer: Required machine assembly by
Hobart Service - for assembly within 100 miles of a Hobart Service Office
during normal business hours, with
appropriate notice; beyond 100 miles to be quoted by Hobart Service.
Includes assembly of this item only,
final electrical or plumbing
connections by others. For prevailing
wage, or projects in correctional
/other secure areas, please contact
the local service office in advance or
project may be subject to additional
fees billed at time of assembly.
Hours
4
SVCLABORHOURS
SR&R
9 Service Labor Hours for Removal &
Reinstall for Energy Recovery Shipped Loose: Required machine assembly by
Hobart Service - for assembly within 100 miles of a Hobart Service Office during normal business hours, with appropriate notice; beyond 100 miles to be quoted by Hobart Service. Includes assembly of this item only,
final electrical or plumbing connections by others. For prevailing
wage, or projects in correctional
/other secure areas, please contact
the local service office in advance or
project may be subject to additional fees billed at time of assembly.
Hours
2

ESTIMATED DELIVERY: September 30, 2023
STATEMENT OF WORK:

Background
VA Clarksburg requires a new commercial dishwasher as part of our kitchen upgrade.

Specifications
Please see below for salient characteristics.

Item Description/Service Needed
QTY
Dishwasher (Low energy series energy recovery model without power rinse flight type dish machine, 58 gallons of final rinse consumption per hour, with dual rinse, hinged & insulated doors, sliding wash arms without caps, & microprocessor controls with AutoClean, AutoDelime, Energy Recovery, 16" round flange & Automatic Soil Removal system (ASR).
1
Warranty (1 YR Parts, Labor & Travel Time)
1
Load Platform 2.5 (Total LOAD length is 2.5 load
platform + 2' ASR + 3 prewash = 7 7 ) Must not exceed 7 7

Must drain in unload and include dual rinse
1
9' Unload Section Joined Pack (4.5 + 4.5) - Total Length of load, center & unload section
Is no greater than: 22.963 feet (overall length)
1
Blower Dryer (Standard height) Must include energy recovery system
1
Steam Coil (480v/60/3-ph (HV), for steam heat)
1
Steam Booster (Standard piping, left to right operation, hinge doors & standard conveyor)
1
Machine assembly services
1
Blower Dryer assembly services
1
Installation services (electrical and plumbing)
1
Delivery Location
Louis A. Johnson Medical Center
1 Medical Center Drive
Clarksburg, WV 26301
Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above.

The Contractor must comply and provide all necessary information to VA Clarksburg. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government.

Safety Data Sheet (SDS)

If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property.

Delivery Coordination

Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government.

Contractors desiring consideration shall send an email directly to the Contract Specialist referencing the following in the subject field, Baltimore VAMHCS Patient Monitoring System .
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.

All emails from interested parties must be received by 3:00 PM EST, January 24, 2023
Please send your email response to: Ronnie.swailes@va.gov
This is a market survey for informational and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 17, 2023 01:16 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >