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 15B10124Q00000004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 333241 with a small business size standard of 500.00 employees.
This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.
This solicitation will close on 02/22/2024 at 13:00:00 Eastern Time.
FOB Destination shall be Alderson, West Virginia 24910
The Federal Prison Camp Alderson requires the following items, Brand Name or Equal:
- OV500G2EE- one oven, gas, roll-in rotating rack oven, gas, curved front, holds one single or (1) double oven racks, programmable digital controls, auto rack lift, advanced controls with 4-stage bake & 99 programmable menus, self-contained steam system, three pane field reversible glass door, stainless steel construction, fully fire sealed hood, flush floor, single vent, 275,000 BTU, cULus, UL EPH Classified, and Energy Star.
- One year parts and labor warranty, with an additional nine years for the heat exchanger.
- HTS0N1 Natural gas burner, standard.
- 208-240v/60-3-ph, 4.2-4.4 amps, heating circcuit, also requires 120v/60/1ph control circuit (USA)
- LFT00B "B" style lift, standard
- BACYES manual backup control
- PRNYES2 prison safety package, for double rack oven, includes tamper resistant hardware, lockable control cover with clear acrylic window, separate hasp for service panel access.
- SHPSPD oven body shipped split, for double rack units, standard
- OV500T1-FLTKT2 Type 1 grease filter package for UL Listed hood
- 4 ea. oven rack, roll-in stainless steel single rack oven
Specification Sheet is attached and MUST include the Prison Safety Package.
Responses will be evaluated based on price and other factors. We reserve the right to consider factors when evaluating price, such as delivery time frame, features of the equipment, warranty, product support, timeliness to fix and/or replace, etc., in deeming paying more in relation to a "trade off" of what is deemed more valuable and in the best interest of the Government.
New Equipment ONLY; No remanufactured or "gray market" items. All items must be covered under manufacturer's warranty.
Bid/Offer must be good for 30 calendar days after close, unless otherwise indicated.
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 specified destination.
This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at sam.gov.
Q&A- Please submit any questions to the following email address: lkarnes@bop.gov
All bids/proposals/quotations must conform to the listed specifications.
- FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
- FAR 52.212-2, Evaluation of Commercial Items, applies to this acquisition. Award will be made to the responsible offeror whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.
- Price- The government will evaluate the Quoter's proposed price to ensure it is fair and reasonable
- Delivery- Delivery terms proprosed by the offeror.
- Past Performance- Past performance information shall include prior experience and similar performance undertaken by the contractor.
- FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must be submitted with quote.
- FAR 52.212-4, Contract Terms and Conditions- Commercial Items, is applicable to this acquisition.
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
- 52.219-6 Notice of Total Small Business Set Aside
- 52.222-3, Convict Labor
- 52.222-19 Child Labor
- 52.222-21, Prohibition of Segregated Facilities
- 52.222-26, Equal Opportunity
- 52.222-35, Equal Opportunity for Verterans
- 52.222-36. Equal Opportunity for Workers with Disabilities
- 52.222-40 Notification of Employee Rights Under the National Labor Relations Act
- 52.222-50 Combatting Trafficking in Persons
- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
- 52.225-1 Buy Amercian Supplies
- 52.232-33 Payment by Electronic Funds Transfer- System for Award Management
- 52.232-36 Payment by Third Party
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov or by contacting Laurel Karnes, Supervisory Contract Specialist, by email at lkarnes@bop.gov
The completed solicitation package must be returned no later than 1:00 (13:00) p.m. Eastern Standard Time on February 22, 2024. Submissions will be received by email only to: lkarnes@bop.gov
Vendors shall submit quotes only to:
- Laurel Karnes, Supervisory Contract Specialist, email: lkarnes@bop.gov
Any and all information will be posted to the General Services Adminsitration, SAM.Gov website. All future information about this acquisition, including amendments, awards and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
The Government reserves the right upon inspection to reject items if they are damaged or not to the specifications as listed in the solicitation.