United States - Fci fort dix purchase dishwashing machine and installation

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 September 2024
Opportunity publication date
10 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

THE SOURCE SELECTION PROCESS WILL BE " LOWEST PRICE TECHNICALLY ACCEPTABLE" FAR 15.101-2

INTRODUCTION
The Federal Correctional Institution (FCI) located at Fort Dix, New Jersey, intends to make a single award to a responsible entity for procurement, installation and service of a commercial 24” wide electric conveyor flight type water saver dishwashing machine.
The Government reserves the right to award without discussion and to make a single award. Therefore, each initial quoted should contain the best terms from a cost or price standpoint.
PLACE OF PERFORMANCE
FCI Fort Dix
5755 Hartford Road
Joint Base MDL, New Jersey 08640
BLDG 5840 Food Service Kitchen
SCHEDULE OF DELIVERY PERFORMANCE
The contractor will provide all labor, material, and equipment necessary to install a commercial 24” wide electric conveyor water saver dishwashing machine. The contractor must be licensed to perform work in the state of New Jersey and must provide licensure and/or certifications prior to award. The work performed shall be executed by a qualified food service commercial equipment technician.
SCHEDULE OF PERFORMANCE
Normal working hours are estimated Monday thru Friday 7:30AM-3:00PM to exclude federal holidays. Saturday and Sunday hours may be utilized due to adverse weather conditions or other contributing factors that would cause delay if approved by the COR and the contractor. The contractor cannot be guaranteed a forty (40) hour work week at the work site.
EXISTING SITE CONDITIONS
The proposed site location for the dishwashing machine is Building 5840 Food Service Kitchen. The kitchen is currently not in service and is currently under renovations. Power for the unit shall be 208/60/3 ph with the main breaker panel located in the mechanical room approximately 50 feet (including runs horizontal and vertical) from the proposed dishwashing machine location. Power will need to be installed by the contractor from the mechanical room panel to the machine following NEC 2023.
DISHWASHING MACHINE SPECIFICATIONS
The dishwashing machine MUST meet the following specifications:
-Upright Conveyor dishwasher (flight type) 24” wide peg belt
-Dish capacities up to 11,127 dishes per hour (NSF Listed)
-Conveyor speed at a minimum of 8.5ft/min
-Final rinse minimum temperature of 180 degrees
-Common water, drain, and electric connections
-Dual rinse feature with automatic tank fill
-Vent fan control, electric eye idle pump shut-off & rinse saver
-Stainless steel base and legs
-Push button start-stop at load end
-Stainless-steel front-end enclosure panels
-SST pumps and impellers
-Re-circulating flushing nozzles at load end
-Vent openings with 7” stainless steel stacks
-Locking dampers at both ends
-Anti-jam and reverse switch
-ION scale prevention system, mounted & inter-piped at manufacturing factory
-2.5-foot load section
-2.5-foot pre-wash section with external scrap tank with basket
-6-foot wash-rinse section
-7-foot dual rinse-unload section
-Electric heat tank booster and heat recovery

automatic heat cut-off and venting cowl on exit end
-Stainless steel injectors with thermostat & positive low-water cut-off (dual tank)
-Water Hammer Arrestor meeting ASSE-1010 shall be installed by the contractor at the water supply line at service connection
-Water pressure regulating valve (PRV) shall be required
-Prison Package (security package)
SERVICE CONTRACT AND REPAIRS
Contractor shall provide a two (2) year service contract on the dishwashing machine in addition to any warranties the manufacturer provides on the equipment. The service contract for repairs and/or maintenance MUST include the following requirements.
-Labor & Travel
-Expedited Parts & Shipping
-Weekday coverage response (Monday-Friday, excluding Federal Holidays)
-Standard Response time of 24 hours
-Emergency Response time of 4 hours
-Telephone number for service calls
-Unlimited quantity of annual service calls
-2 maintenance inspections with proactive maintenance service
-Coverage for water quality damage.
DELIVERY OF MATERIALS
All construction related equipment and materials required for the contractor to work on this project will be processed by the contractor and delivered to the contractors approved storage area. Any construction related deliveries which are delivered on site, can be received by the contractor Monday through Friday, excluding Federal Holidays between the hours of 7:00AM - 3:00PM. The contractor will be required to notify the COR when a delivery is scheduled, and a contractor representative must be present at time of delivery.
FINAL INSPECTION AND WARRANTIES:
The contractor at a minimum shall meet manufacturer recommendations, and industry standards set forth in accordance with all federal, state, and local regulations. Upon the completion of the installation, the contractor will inspect and verify all work is completed to the satisfaction of the Contract Officer Representative (COR). The contractor shall perform operational testing, break-in testing, and adjustments to the satisfaction of the COR. The contractor shall warrant its products and labor procured and installed to be free of defects in materials and workmanship for a minimum period from the date the system is accepted by the COR as described below:
• Minimum twelve (12) months for the dishwashing machine parts and labor.
Upon completion of the installation, testing, and acceptance, the contractor shall provide the COR a hardcopy and/or a PDF version maintenance manuals and software manuals.
STORAGE OF TOOLS, MATERIALS, AND EQUIPMENT
Any contractor materials, tools, and/or equipment that will be required to be brought on site for an extended period to expedite the project completion shall be permitted to be stored in a previously approved location agreed upon by the Contract Officer Representative (COR) and the contractor.
Any tool considered a high security risk will be required to exit the institution grounds daily.
CONSTRUCTION PROGRESS MEETINGS
The Contract Officer Representative or Facility Manager reserve the right to require weekly or bi-weekly progress meetings with the contractor(s) project manager to ensure scheduling requirements are met in accordance with this contract. Meetings shall include but not limited to pre-construction meeting(s) progress meeting(s), meeting agenda, minutes, and construction.

DEFINITIONS
The Contract Officer (CO) executes the contract on behalf of the Government; this shall include a duly appointed successor. The Contracting Officer is the only official authorized to administer, modify and/or terminate the contract. The
Contracting Officer makes related approvals, determinations, and finding pertaining to the contract and is the only individual on the project staff who can obligate funds on behalf of the Government.
The FCI shall ensure a Contract Officer’s Representative (COR) is present to allow access to all areas by the contractor. The COR will be located at the project site and has overall responsibility for the administration of the operations and activities at the project site. The COR represents the Contract Officer for all technical matters that arise under the contract. The COR will evaluate the contractor’s performance and prepare a performance report at the end of the contract.
The Contract Officer Representative (COR) shall not and has no authority to re-delegate authority to any other person, change or modify any terms of the contract, obligate the payment of any money by the Government and/or cause the contractor to incur cost not otherwise covered by the contract.
The contractor shall provide to the Contract Officer, (3) three copies of the safety data sheet (SDS) on all materials and substances that may be used during the project. In the event the Institution Safety Manager does not approve the material, it shall be the responsibility of the Contractor to locate and procure an alternative product.
OTHER CONSIDERATION
Lost time due to security restrictions/considerations: contractors should plan for a certain amount of time accrued for security considerations, i.e., base security checkpoint, check in screening, delays due to inmate movements, institution lockdowns, institution emergencies, institution counts etc. In the event of an institutional emergency, the Contractor will be instructed to secure and stow all tools, equipment and materials, and contractor will be escorted off the institution grounds. Work will be suspended until the institution emergency passes. The work location is considered inside the confines of the secure institution. The institution reserves the right to suspend work for any reason listed above.
Contractor will NOT be allowed to bring weapons, cell phones or any other objects that violate criminal laws or are prohibited by Federal regulations or Bureau of Prisons policies on institution grounds. The Contractor shall be responsible for removing all waste from the institution grounds and disposing of in accordance with all federal, state, and local regulations.
INSTITUTION SECURTIY
The Contractor agrees to adhere to all regulations as outlined in HSPD-12 (Homeland Security Presidential Directive), agrees to adhere to all regulations prescribed by the institution for safety, custody and conduct of staff, contractor workers and inmates. The contractor will be required to complete a limited background investigation through the National Crime Information Center (NCIC). The Contractor may at any time be removed from the institution grounds at the discretion of the Warden.
PAYMENT TERMS
The Contractor must provide a means for electronic payment to include bank routing and account number, payment terms are specified in FAR 52.212-4(g). The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C 3903 and prompt payment regulations at 5 CFR part 1315). The Contractor can however offer discount payment terms for prompt payments as specified in block 12 on the SF 1449 form of this solicitation. Partial or half sessions will not be authorized for payment.

FOR QUESTIONS:
CONTACT:
David Ross
Engineering Technician
FCI Fort Dix
5755 Hartford Road
Joint Base MDL, NJ 08640
609-723-1100 x6662
EMAIL : D1ROSS@BOP.GOV

Opportunity closing date
16 September 2024
Value of contract
to be confirmed

About the buyer

Address
FCI FORT DIX

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?