Connecticut Bids > Bid Detail

Mobile Kitchen

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159290414786137
Posted Date: Dec 6, 2023
Due Date: Dec 11, 2023
Source: https://sam.gov/opp/cfc2e36963...
Follow
Mobile Kitchen
Active
Contract Opportunity
Notice ID
N62789-24-R-0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING GROTON
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 06, 2023 01:59 pm EST
  • Original Published Date: Nov 17, 2023 01:29 pm EST
  • Updated Date Offers Due: Dec 11, 2023 07:00 am EST
  • Original Date Offers Due: Dec 01, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 26, 2023
  • Original Inactive Date: Dec 16, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 333241 - Food Product Machinery Manufacturing
  • Place of Performance:
    Groton , CT 06340
    USA
Description View Changes

Amendment 2: December 6, 2023:



Original solicitation N62789-24-R-0005 closed 01 December 2023. This solicitation is being amended to add a revisions to the specification to allow for use of propane power in place of electrical power for the Mobile Kitchen unit rental. With this change, waste water holding tanks and a self-contained fire extinguishing system is also being requested due to the change to propane power. Given these new specifications the proposal/offer due date is extended from 1 December 2023 at 4 PM to 11 December 2023 at 0700 AM EST.



Please see the below specification and attached amended Solicitation, numbered N62789-24-R-0005-0001.



SPECIFICATION





ORIGINATOR: Russ Joyner 694-2475



DATE: 06-DEC-2023 REV A



1. SCOPE: PROVIDE RENTAL OF MOBILE KITCHEN



2. REFERENCE/PLANS:



2.1 None



3. REQUIREMENTS:



3.1 The Contractor shall provide one (1) Mobile Kitchen and deliver and pick-up to the Government facility located at Naval Submarine Base, New London (located in Groton, CT). Delivery and pick-up date and time shall be coordinated with the Government Technical Point of Contact (GTPOC).



3.2 The Mobile Kitchen shall have the following capacity and contain the following minimum equipment:




  1. Commercial/Industrial Heavy Duty Construction

  2. Enclosed in a Self-Contained Trailer

  3. Electric and/or diesel powered. Use of propane is acceptable, but not preferred.

    If propane is required, tanks must be provided and delivered full.

  4. Capability to prepare food for 150 personnel / 3 meals per day

  5. Two (2) Ovens

  6. One (1) Deep Fat Fryer

  7. One (1) Griddle

  8. One (1) Chill Box

  9. One (1) Freezer

  10. Be contained in an all-weather Full Enclosure

  11. Waste water holding tanks.

  12. Self-contained fire extinguishing system



3.3 The Contractor shall deliver and position the mobile kitchen in a non-permanent manner that shall permit connection via government supplied cabling if electrically powered.



3.4 The Contractor shall be responsible for maintenance, upkeep and repair of the equipment during the contract Period of Performance.



3.5 The Contractor is responsible for providing a mobile kitchen that functions and performs within the normal parameters of its intended usage. If the mobile kitchen fails to perform and function within the OEM specifications (intended use), the contractor is responsible for repair/replace the defective equipment within 48-hours at no additional cost to the government.



3.6 The Contractor shall provide an on-site demonstration on the proper operation of the mobile kitchen to designated Naval Personnel at the time of delivery. The hands-on demo shall include but not limited to the basic connectivity, operational procedures, functionality, capabilities, and safety of the mobile kitchen.



3.7 The Contractor shall provide a copy of all-related owner’s manual and operating instructions at time of delivery.



3.8 The Contractor is responsible for the removal of the mobile kitchen at the completion of the contract’s Period of Performance.



3.9 EMERGENCY SERVICE



3.9.1 The Contractor shall provide Emergency Service Support for the mobile kitchen during the contract’s Period of Performance. Emergency Service is defined as any maintenance, repair and/or service performed by contractor personnel on the mobile kitchen that returns it to full operational capability.



3.9.2 Emergency Service shall be performed outside of normal business hours and includes weekends, federal holidays and emergency situations (natural and/or man-made). The Emergency Service is required to keep the mobile kitchen operating and functioning within acceptable parameters for sustained operations.



3.9.3 The Contractor shall provide qualified personnel to respond to Emergency Service requests within 24 hours of notification by the GTPOC. Each emergency service shall not exceed a total of four (4) hours without prior approval from the GTPOC.



3.9.4 The Contractor shall provide the government with an Emergency Service telephone number, Point of Contact, and alternate(s) within two (2) business days of contract award.



3.9.5 The Contractor shall provide the GTPOC updates and/or changes to Section 3.9 information as they occur.



4. NOTES:



4.1 Located at the Naval Submarine Base, Groton, CT.



4.2 For Contractor personnel that do not have a CAC card or a NCACS card, the following is required to obtain DBIDS credentials to gain access the base:



a. Ensure you provide the names of personnel requiring access to the SUBASE to the RSG POC. RSG will pass the information to the SUBASE Pass and ID office as your government sponsor.



b. Upon arrival at SUBASE, Present valid identification, Real ID Act-compliant state driver's license. If you don’t have a Real ID, you can use a passport. If you don’t have a passport you will be required to have an original birth certificate and your social security card (not just your number).



c. Present a completed copy of the SECNAV 5512/1 form to obtain your background



check. A copy of SECNAV 5512/1 can be obtained by contacting the RSG POC.



d. Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments; after all this is done, you will be provided with your new DBIDS credential. You may now proceed to work. The Government assumes no liability for failed background checks and all costs incurred as a result of failed background checks is the responsibility of the Contractor.



5. GOVERNMENT FURNISHED MATERIAL (GFM):



5.1 None





Ammendment 1: November 20, 2023: This ammendment addresses vendor requested clarification as follows:



Q: Length of rental term?

A: 18DEC2023-16JAN2023



Q: Will we need to provide shop drawings / engineered drawings for this project at some point?

A: Shop Drawings or Manufacturer Drawing will suffice.



Q: Are units equipped to run on electric and gas for cooking, either Natural gas or LP an acceptable option?

A: A unit that can run on electric is preferable but a diesel option is acceptable.



Q: Chill Box requirement elaboration.

A: Any standard refrigeration Unit that comes with the kitchen will suffice.



Q: What type of ground the units will be placed on? Grass, dirt, concrete, asphalt, etc?

A: Units will be on a concrete base.



Q: Length of rental term?

A: 18DEC2023-16JAN2023



Q: Who will be doing final onsite utility connections?

A: Naval Base will provide electricians for connections.



Q: Will we be required to supply egress to include and decks, ramps, and exit stairs?

A: Egress would be required and stairs will suffice.



Q: Will there be any onsite badging process to access the installation site? If so, what are the requirements if any for clearance?

A: Once our office receives the names of those coming in with the unit we will provide the info to Pass & ID office for clearance.



Q: Will there be any onsite meetings required prior to installation?

A: There will be no onsite meeting prior to installation.



Q: Will there be any onsite work time restrictions during the installation process?

A: There are no time restrictions as long as the unit is operational by 18DEC2023 and training on unit operation is conducted.



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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N62789-24-R-0005 is issued as a request for quotation (RFQ). The solicitation is a 100% small business set-aside. NAICS Code: 333241, size standard: 500. CLIN 0001: The Contractor shall provide one (1) Mobile Kitchen as stated in the SPEC. Please provide price per Day, Week and Month Per Unit and total price for the rental period. Provide estimated delivery date with shipping and pick up charges in CLIN 0002: Shipping Delivery location is as follows: Naval Submarine Base New London Groton, CT 06349-5000 M/F: Jim Crudden Phone: 860-694-2424 A firm must be actively registered in SAM.gov to receive a Federal award. The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Proposals are due prior to 4:00PM EST, 01 December 2023. Late submissions will not be accepted. Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: Stephanie.m.brass.civ@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined noncost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.


Attachments/Links
Contact Information
Contracting Office Address
  • CONVERSION AND REPAIR USN 73 EASTERN POINT RD
  • GROTON , CT 06340-4990
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >