Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2025 SAM #8676
SOLICITATION NOTICE

73 -- Kitchen Package for the Tulsa VAMC

Notice Date
8/26/2025 2:28:33 PM
 
Notice Type
Solicitation
 
NAICS
335220 — Major Household Appliance Manufacturing
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
36C24W25Q0338
 
Response Due
9/8/2025 9:00:00 AM
 
Archive Date
09/23/2025
 
Point of Contact
Robert M. Clark Jr, Phone: 2545380487
 
E-Mail Address
robert.clark15@va.gov
(robert.clark15@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
STATEMENT OF WORK (SOW) Veterans� Health Administration (VHA) Eastern Oklahoma VA Health Care System (EOVAHCS) Provision of NFS Kitchen For the New Tulsa VA Medical Center Brand Name or Equal GENERAL PURPOSE / OBJECTIVE: Eastern Oklahoma VA Health Care System (EOVAHCS) requires a contractor to supply and install various food preparation and storage equipment at the new Tulsa VA Medical Center. The contractor will be required to supply and install food preparation and storage equipment in the nutrition and food service area on the first floor in accordance with this statement of work in a cost effective, efficient, and safe manner, while in accordance with the VA Mission. The equipment will need to be delivered and installed in September of 2025 after the VA receives the building. BACKGROUND: A facility in Tulsa, Oklahoma, is currently being renovated for the purpose of being used as the new Tulsa VA Medical Center (VAMC) in September 2025. The facility will need food preparation and storage equipment installed in September of 2025. The facility is currently under control of VHiT and the construction contractor remodeling the facility. Access to the facility must be coordinated between the awarded contractor and the COR for the project which will be subject to change based on the coordination with VHiT and the construction contractor. LOCATION: The new Tulsa VA Medical Center will be located at 440 S. Houston Ave, Tulsa, Oklahoma 74127. DELIVERY AND INSTALLATION TIMES (PERFORMANCE PERIOD): The VA requires the Contractor to deliver and install the products no earlier than September 4, 2025, and no later than October 3, 2025. Work is to take place during the following days/hours: Monday thru Friday, 8am to 4pm. Product Delivery to: Tulsa VA Medical Center, 440 S. Houston Ave, Tulsa, Oklahoma 74127. Location may change prior to delivery and must be verified prior to shipping with the VA POC. Alternate location, if used, will be within 15 miles of the above location. SITE VISIT: An organized site visit is scheduled for Wednesday September 03, 2025, at 9:00AM CT. Only one site visit will be conducted. Participants are to meet at 211 S. Houston Ave, Tulsa, OK 74127. PERFORMANCE PERIOD/DELIVERY TIMES: The VA requires delivery 120 Days After Receipt of Order (ARO). SCOPE: EOVAHCS requires a contractor to provide Brand Name or Equal to the various equipment Manufactures listed below that meets or exceeds the salient physical, functional, and performance characteristics of the below listed equipment. The Entire Contract MUST be Awarded to One Contractor. The equipment features are essential to the technical requirements to meet the VA�s needs. The VA�s needs assessment identified the type of products and components listed below as a suitable solution. OEM part numbers/references, in the Specifications sections are used as a basis of design and are provided as a means to convey the minimum standard characteristics. SALIENT PHYSICAL/FUNCTIONAL/PERFORMANCE CHARACTERISTICS: EQUIPMENT: Contractor must provide Brand Name or Equal products that meet or exceed the specifications in this table. JSN Manufacturer Model Item Description Total Qty F0535A ULINE 460SCRT24363 3 Shelf SS Utility Cart 12 F0535B New Age Industrial Corp 1176A Cup/Glass Rack Dolly 4 K0810 Hamilton Beach Hamilton Beach HBF510S Blender, Heavy Duty, 1/2 Gal, CRS Bowl 1 k1280 Dinex Dinex DXPTQC1T1D8 Compact Meal Delivery Cart 6 K1280A Dinex Dinex DXPTQ2T2DPT20 Cart, Tray Transport-20 Tray Capacity 4 K1610 True Manufacturing TFP-48-18M-D-2 Refrigerated Sandwich Prep Table 48"" Wide 18ea 1/6th Pan Model 1 K1610A True Manufacturing TFP-32-12M-D-2 Refrigerated Sandwich Prep Table 36"" 1 K1850A Foodservice Design Professionals Custom Two Compartment Sink 1 K1910A Foodservice Design Professionals Custom Table, Work, Stainless Steel 1 K1910C Foodservice Design Professionals Custom Table, Work, Stainless Steel 2 K1910E Duke Manufacturing Duke Manufacturing 314S-2448 Table, Work, Stainless Steel, 48in W x 24in D x 36in H 1 K2140 Dinex DXPSBH2P Dispenser, Plate, Mobile, Heated, 2 Stack 1 K2230 Dinex DXPIDTS1C1622 Tray Dispenser 1 K2230A Dinex DXIBDRS270 Storage rack 4 K2620 Salvajor Company P914 Disposal, Waste, Heavy Duty 2 K3100 Star Manufacturing Star 736TCHSA Flattop griddle - 36 IN 1 K3250 Berkel Equipment M2000 Food Processor 1 K3420 EcoLab EcoLab Hose, Retractable, Wall Mounted 2 K3430 Traulsen RHF-132WP Cabinet, Heated, Holding Cabinet 1 K3640 Groen Unified Brands 162096 Kettle Boiler 2-2 1/2 gal - Manual Tilt, 2/3 Jacket, Direct Steam 1 K4550 Rational ICP 6-Full/6-Full N/G Combi Oven 1 K4550A Groen Unified Brands GSSP-BL-5GS Double Dbl Convection Steamer - Gas 1 K4670 Panasonic Corporation of North America NE-17523 Oven, Microwave, Heavy Duty 2 K4670A Menumaster MXP22TLT Microwave, Heavy Duty 2 K4700 Vulcan 36S-6BN Six Burner Range 1 K8200 Metro Shelving MAX4-PR48VX3 Mobile Utensil Shelf 5 K8300 Hatco Corp TQ-400 Toaster, Conveyor, 480 Slices-Hr, Electric 1 K8500 Cres Cor 207-UA-13A PAN RACK 8 K9760 Insinger SW12 Performer Pot and Pan Washer Pot Pan Wash 1 M2055F Advance Tabco CR10-162M-X Mobile Aluminum Full Can Rack Shelving, Storage, Can 1 R6100 Traulsen RLT132WUT-FHS Freezer, Food, Upright, CRS, 23-25 CUFT 1 R6100A Traulsen RLT232WUT-FHS Freezer, Food, Upright, CRS, 50-52 CUFT 1 R7200 Traulsen RHT132WUT-FHG Hinged Glass Door Reach-In Refrigerators/Self- Contained - 1DR 2 R7200A Hatco Corp ASU-10 S Reach-In Refrigerator - 1DR - Air Curtain 6 U0065 T&S Brass B-0610 Fill faucet 2 U0066 Foodservice Design Professionals Dishtable 108"" x30"" Soiled & Clean Dish Table 3 U0067 Hatco Corp C-24 Booster heater 1 U0068 Foodservice Design Professionals Custom Sink, 3 Compartment w-Scrap Collect 1 U0069 Foodservice Design Professionals Custom Worktable - 48 in 1 U0072 Foodservice Design Professionals Custom Food Dish-Up Table 1 U0073 Randall Unified Brands FX-1CSRE-290 Refrigerated equipment stand - 36 in 2 U0075 Foodservice Design Professionals Custom Worktable w-Sink 1 U7601 Aladdin Temp-Rite HOD Advantage 14050 ADV650+ Heat On Demand Tray System 2 JSN Manufacturer Model Item Description Total Qty F0535A ULINE 460SCRT24363 3 Shelf SS Utility Cart 12 F0535B New Age Industrial Corp 1176A Cup/Glass Rack Dolly 4 K0810 Hamilton Beach Hamilton Beach HBF510S Blender, Heavy Duty, 1/2 Gal, CRS Bowl 1 k1280 Dinex Dinex DXPTQC1T1D8 Compact Meal Delivery Cart 6 To ensure the proper installation, performance, and long-term functionality of the kitchen system, all equipment shall be sourced from the same manufacturer or authorized distributor where possible. Equipment consistency is essential to meet performance and safety requirements of the VA facility. Consistent height, width, depth, utility connections, and materials across prep tables, sinks, hot food holding equipment, and refrigeration units ensure seamless installation, maximizes usable workspace, prevents misalignment with utilities, and minimizes safety hazards. Use of uniform equipment also simplifies maintenance, training, and warranty claims. INSTALLATION: Installation schedule of equipment is to be coordinated with the VA COR. It is currently expected that the installation will occur after the VA accepts the completed facility. Installation means: Assemble as needed for equipment, place in locations shown on drawings (to be supplied upon award) and final connections to MEP and testing of functionality as needed. Field verification of layouts is required and placement within the room to be verified with the VA COR. QUALITY Conformance Standards Refer to the section on Safety and Compliance in this SOW. Rework Rework is defined as replacing a product or performing the service again until the Purpose of this SOW is achieved in full. This involves less than Satisfactory Products or Service by the Contractor and as noted by the COR. Rework occurs at no additional cost to the Government. Payment will be withheld until all replacement products are received or services are performed to the Satisfactory level in accordance with this SOW and as documented by the COR. DELIVERY: Delivery and receipt of the proposed items are expected to be directed to the location identified in this SOW. Confirmation of delivery location will be provided by the VA COR post-award. Delivery must be coordinated with VA COR before any delivery attempts. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. Contractor is responsible for offloading the equipment from the truck and moving the equipment to the correct delivery location in space. Equipment, paperwork and warranty information must be handed to the receiving staff, as advised by the COR. INSPECTION: Packaging/materials will be inspected upon delivery to the site. The VA will again inspect once notified that any given phase/room installation has been completed. If any damage is noted, the vendor will provide a timeline for replacement or repair to the VA COR. Any deficiency that could result in a delay to the completion of the installation must be remedied within 30 days. All other items are to be discussed with the VA COR and a bilateral agreement as to timeline for correction to be agreed upon by both parties. The Government reserves the right to inspect and test services in accordance with this SOW and the Contract. The only individual authorized to officially accept services is the COR. While inspection of services may be delegated by the COR and a shared responsibility with departmental management staff, the COR is ultimately the only authorized individual to approve and accept services on behalf of the VA. STANDARD BUSINESS HOURS AND FEDERAL HOLIDAYS Hours: Normal duty hours are 8:00 a.m. through 5:00 p.m. CST, Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR. New Year�s Day January 1st Martin Luther King�s Birthday Third Monday in January President�s Day Last Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran�s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President of the United States to be a Federal holiday. SAFETY AND COMPLIANCE The Contractor must perform services and ensure equipment functions in accordance with: local, state, and federal Occupational Safety and Health guidelines and legislation, to include Occupational Safety and Health Administration (OSHA), the American National Standards Institute (ANSI) safety guidelines. local, state, and federal guidelines and legislation, as well as VA Health Care System Directives and guidelines relating to chemicals and usage of chemicals, to include pesticides. local, state, and federal Fire and Safety legislation and guidelines, to include VA Health Care System directives and legislation on Fire and Safety, as well as the latest published edition of NFPA-99 (Health Care Facilities Code). local and state environmental laws as well as Environmental Protection Agency (EPA) regulations, Federal Insecticide, Fungicide and Rodenticide Act (FIFRA), involving pesticide use and other pest control procedures. REGULATORY REQUIRMENTS: Environmental Protection Agency (EPA) 40 CFR. Food and Drug Administration (FDA) Quality System Regulation as stated in 21 CFR Part 820 Department of Transportation (DOT) 49 CFR. Occupational Safety and Health Administration (OSHA) VHA DIRECTIVE 7708 Pollution Prevention Program VHA Directive 7707 Green Environmental Management Systems (GEMS) Medical Center Policies Each VA Medical Center has policies that are updated from time to time. The COR can provide more detailed information to the contractor of these upon commencement of the contract and throughout the term of the contract, as needed, especially policies regarding parking, possession of weapons, cell phone use and photography as well as smoking on VA property. Violations of such policies may result in individual fines or citation answerable in the United States (Federal) District Court.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/143d8bdf536942a9b2a49276e558432d/view)
 
Place of Performance
Address: Tulsa, OK 74127, USA
Zip Code: 74127
Country: USA
 
Record
SN07567583-F 20250828/250826230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.