The Department of Veterans Affairs Medical Center, Network Contracting Office (NCO 8), on behalf of North Florida/South Georgia VHS, intends to award a Sole Source a Firm-Fixed-Price Contract with a base year and four (4) one-year option periods with one Large Business (L.B.), ITW Food Group LLC. The Contractor shall provide preventative maintenance services for Hobart kitchen equipment at North Florida/South Georgia VHS. Hobart ITW Food Group LLC. is the original equipment manufacturer (OEM).
In accordance with 38 U.S Code 8127 the Veteran's First Contracting Program, this requirement does not meet the Rule of Two. Therefore, this requirement will be awarded using other than competitive procedures when such concern is determined to be a responsible source for fulfilling this requirement. The North American Industry Classification (NAICS) code for this acquisition is 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance has a size standard 12.5 Million and, Product Service Code (PSC) J073, Maintenance, Repair, and Rebuilding of Equipment- Food Preparation and Serving Equipment.
The anticipated award date is on or after May 01, 2024.
Please note that this is not a request for competitive quotes and is being posted for informational purposes only. Interested parties may identify their interests and capability to respond to this requirement in accordance with closing date of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
- Interested parties shall submit clear evidence with an AUTHORIZATION LETTER from Original Equipment Manufacturer (OEM) ITW Food Group LLC. to perform preventative maintenance services on Hobart kitchen equipment.
- The Contractor shall be an authorized Contractor and trained technician with certification for Hobart equipment to meet all government requirements and objectives.
- The Contractor shall be an O.E.M. authorized dealer, authorized distributor, or authorized reseller for the proposed equipment or services contracts for maintenance of equipment (i.e., replacement parts), verified by an authorization letter or other documents from the O.E.M., such that the O.E.M.'s warranty and service are provided and maintained by the O.E.M.
This notice of intent is not a request for competitive quotes. However, interested parties may identify their interest and capability to respond to the requirement and submit capability statement and authorization letter no later than 11:00 am., ET, April 22, 2024, to: phillip.james@va.gov. Subject Line: FY24: Hobart Kitchen Equipment Maint Services (36C24824Q0789).
Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based on responses received to this notice is solely within the discretion of the Government. If no written response is received within the closing date of this notice, a sole source award will be made to ITW Food Group LLC. without any further notice.
Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or pay for the information provided in response to this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. However, responses to this notice will not be considered adequate responses to a notice.
Background
The Department of Veterans Affairs Medical Center, Network Contracting Office (NCO 8), on behalf of North Florida/South Georgia VHS, intends to award a Sole Source a Firm-Fixed-Price Contract with a base year and four (4) one-year option periods with one Large Business (L.B.), ITW Food Group LLC. The Contractor shall provide preventative maintenance services for Hobart kitchen equipment at North Florida/South Georgia VHS. Hobart ITW Food Group LLC. is the original equipment manufacturer (OEM). In accordance with 38 U.S Code 8127 the Veteran's First Contracting Program, this requirement does not meet the Rule of Two. Therefore, this requirement will be awarded using other than competitive procedures when such concern is determined to be a responsible source for fulfilling this requirement.
Work Details
Intent to Sole Source FY24: Hobart Kitchen Equipment Maintenance Services SOW: Statement of Work Malcom Randall VAMC Service Contract for Kitchen Equipment Repair Background: The Malcom Randall VA Medical Center maintains an annual service contract on the Hobart Kitchen Equipment serving the needs of the facility. This equipment must be maintained properly to provide uninterrupted service to the facility. Objective: This service contract is a maintenance contract on the Hobart Kitchen Equipment at the Gainesville VA. Hours of Service 1. Monday through Friday, 8am-5pm local, labor, travel, parts, and standard shipping, 2nd trip or call backs.
2. After hours and emergency Coverage. Emergency calls received by Hobart on weekends, holidays will be responded within 120 minutes after being notified by Hobarts’s dispatcher.
Gainesville Equipment SN: 100200851, Model: WPS1200, Brand: HOBART
SN: 231118714, Model: TWII, Brand: HOBART
SN: 2502592, Model: WS-80, Brand: HOBART
SN: 2503008, Model: WS-80, Brand: HOBART
SN: 26421, Model: ILW8SS-CUSTOM, Brand: CUSTOM
SN: 271195569, Model: FT1000, Brand: HOBART
SN: 4555, Model: 932-BAKPRD, Brand: BAKPRD
SN: J152067, Model: SBCN/PR-AEROWK, Brand: AEROWK Data/Deliverables All maintenance must be performed the manufacturer's recommendations and technical manuals. The Contractor must be able to respond to emergency calls within two hours. The Contractor must perform Preventive/Corrective Maintenance on the Hobart Dishwasher, Hobart Pulper, and all equipment listed above. All parts and supplies are to be of manufacturer's specifications or equivalent. Provide a written status report within 7 days of inspection completion. Contractor is responsible for cleanup of units, work area, proper disposal of oil, and waste products. All schedule maintenance requires 48-hour prior notification. Service technicians must notify COR of arrival and departure. Any deficiencies noted during inspection that are not covered under the service contract must be brought to the attention of the COR before any repairs are conducted.
Period of Performance
The anticipated award date is on or after May 01, 2024.
Place of Performance
Gainesville VA