Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2013 FBO #4278
DOCUMENT

71 -- Hines Virtual Systems Furniture - Attachment

Notice Date
8/9/2013
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Central Area;2122 W. Taylor Street;Chicago IL 60612
 
ZIP Code
60612
 
Solicitation Number
VA32813Q0023
 
Response Due
9/9/2013
 
Archive Date
11/8/2013
 
Point of Contact
Claude Humphrey
 
E-Mail Address
0-4224<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Office of Information Technology (OIT) has a requirement for the Design, Procurement, Delivery, and Installation of 35 cubicle workstations, 1 private office workstation to include cabinetry and storage units, 39 lockable cubicle workstation cabinets, 35 lockable cubicle workstation hutches, 8 lockable 3-drawer lateral file cabinets to include work surfaces, 40 ergonomic chairs, 1 large conference table, 18 conference room chairs, 1 computer podium, 1 tall computer podium chair, 6 private office conference chairs, 4 guest chairs, 1 private office conference table. The Contractor shall provide all resources necessary including design, furniture, labor, material, installation etc., for the deliverables described in this Statement of Work (SOW), except as may otherwise be specified. Scope The VA OIT is remodeling the Virtual VA area located in building 215 on the Edward Hines Jr. VA Hospital campus in Hines, IL. With completion of construction, the space will be vacant, free of furnishings with power and data connections provided. The Contractor should procure, deliver, install and connect a total of 35 workstations, 1 private office, 1 conference room, and 1 small lab area. Workstations: Of the 35 stations, a total of 25 will be 36 SF. Each of these 25 stations shall consists of (2) work surfaces installed in an "L" configuration, one 24" deep and the other main tasking surface of 30" deep. Each station will receive one (1) combination lateral file that contains two (2) file drawers and a 3" pencil drawer. Panels for the stations shall be segmented and powered. The height of the panels along the main spine will be 64" high to accommodate overhead storage, but then drop to 48" high on all perpendicular conditions. Each station will receive duplex receptacles both above and below work surface height. Each station will be equipped with a dual monitor arm (bolt through) and an adjustable keyboard tray. The remaining 10 stations are 56 SF each and contain two (2) work surfaces, one 24" deep and another 30" deep to form an "L" configuration. Panels along main spine are to be 64" high to accommodate overhead storage requirement and drop to 48" high on all perpendicular conditions. Each station will have a combination lateral file unit like the previously mentioned stations and a shared "teaming" top between stations. These stations will also share a taller wardrobe/filing cabinet. Power requirement is for duplex receptacles both above and below the work surface in each station. Additionally, these stations will include guest seating for a total of 4 chairs. Private Office: Private office calls for a "U" configured desk set-up (36 x 72" single pedestal desk, 48 x 24" bridge unit and a 72" lateral file credenza with hutch). The office also calls for a free-standing, matching storage unit with additional filing, binder storage and wardrobe. The office also calls for a 6' oval conference table with power access to be extended to the floor. Seating: Ergonomic task seating to be provided for all stations and for private office desk. 6 matching guest chairs are to be used in the private office for combination guest and conference seating. 18 matching chairs to be used in conference room. Large Conference: 16' x 54" rectangular laminate table and 18 conference room chairs. Table top power units to accept both power and data/communications to be installed for permanent wiring from floor to table top. Additionally, a computer podium with 1 tall computer chair matching the style of the conference room chairs. Lab area: Lab area to consist of free-standing laminate tops with armless low-featured chairs for technician use. Cubicle design will mirror existing design established at a field location as pictured in Attachment E. The final furniture layout will be designed by the Contractor according to the electrical and data specifications provided by the VA in attached drawing (Attachment C: Floor Plan). The final layout will be approved by the VA. For the purpose of this furniture purchase, the supplies required by this acquisition must be Environmentally Preferable Products (EPP). This is defined in Executive Order 13101 as "products or services that have a lessor or reduced effect on human health and environment when compared with competing products or services that serve the same purpose." See Attachment A for Environment Protection Agency (EPA) EPP criteria for supplies purchased under this requirement. General Requirements For every task, the Contractor shall identify in writing all necessary work, together with associated milestone dates. Contractor's offer shall include a detailed work plan. At a minimum, the contractor's work plan should provide milestones for design layouts, subsequent VA review, furniture order processing, receipt of components, installation and post-install follow-up and/or revision. Additionally, contractor shall cost each task separately and submit a total price to complete all work. Task costs shall be itemized under these categories: Labor (include labor rate/category and number of hours), materials, and equipment. If items are located on the GSA Federal Supply Schedule Program then those items must be accompanied with appropriate part number identifiers. The contractor shall adhere to the following general requirements in order to perform the work within the performance period stated in Section 4 of this SOW. New Furniture ONLY: No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The Contractor shall be able to work from site visit and enclosed drawing when developing furniture layout for proposal purposes. Delivery and Installation: Delivery and install to include demo and removal of existing workstations during normal business hours. Contractor will work with and coordinate with Hines personnel as well as construction contractor and Hines electrician. Delivery and installation shall occur no earlier than five (5) days after and no later fifteen (15) days after notification. Note: Floor plans and drawing will be provided once Contract is awarded. Specific Tasks The Contractor shall perform the tasks below within the performance period stated in Section 6.0 of this SOW. i.Assessment and analysis of the VA OIT NSOC furniture layout (area measurements) required. ii.Coordination and definition of design criteria for furniture layout including cubicles. iii.The Contractor will deliver and install all furniture according to an agreed upon schedule. iv.There is no storage available at this site. Contractor will provide all storage and storage fees. v.The Contractor shall furnish furniture layout and designs to accommodate a total of 35 systems workstations, 1 private office, conference room, and lab area which will be included in the design. The layout and design is subject to VA approval. vi.The Contractor shall provide and install the furniture as per the VA's approved layout. Transportation and storage costs will also be included. vii.The Contractor shall provide a detailed work-plan and a briefing on the project, which presents the Contractor's plan for completing the work. a.The Contractor's plan shall be responsive with this SOW and describe, in further detail the approach to be used for each aspect (task) of the VA's requirements. viii.The Contractor shall immediately notify the COR of any schedule risks or realized schedule delays as soon as they are aware. ix.The Contractor shall timely provide responses to the COR and their agents for any questions regarding the installation. x.Following installation, the Government and the Contractor will conduct a walk through to determine a punch list of items to be corrected or adjusted to complete the furniture installation. The Contractor will complete the punch list items. xi.The Contractor will remove and dispose of all remaining debris from new furniture packaging. xii.The Contractor is responsible for any damage caused by the Contractor or their agents. xiii.The Contractor will provide a list of accessories including ergonomic keyboard trays, dual monitor mounts, power whips, power and data box, etc. If not already listed in this SOW. xiv.The Contractor shall meet Americans with Disabilities Act (ADA) requirements P.L. 110-325. xv.The Contractor shall meet Environmentally Preferable Products (EPP) requirements in Executive Order 13101. Specifications Please refer to the following attachments for the specification that pertain to this requirement: i.General description and quantities are listed on Attachment B. ii.Floor plan is included on Attachment C. iii.Deliverable Schedule on Attachment D. Performance Period, Deliverable and Deliverable Schedule i.The Contractor shall complete the work required under this SOW within thirty (30) calendar days after Notification to Proceed. The Contractor is required to coordinate the delivery and installation schedule with the COR in order to make sure this requirement is met. ii.Work hours will be Monday through Friday Normal duty hours (6AM-5PM) Weekends are authorized if agreed upon by the COR and the Contractor. iii.Contractor will provide a one (1) year warranty on any material and workmanship. iv.The deliverable schedule will be completed within timeframes sited on Attachment D: Deliverable Schedule. v.The Contractor shall contact the COR and Project Manager NO LESS THAN one (1) week prior to delivery and installation date to confirm schedule and reserve freight dock. vi.Furniture shall be delivered and installed on the 1st floor of B 215 (Hines ITC) located at 1st Ave North of 22nd Street, Hines, IL 60141. Kick-Off Meeting A post award contract kick-off meeting shall be held within ten (10) days after award of contract, to develop the project goals and deliverables, identify project team members and their responsibilities, develop the preliminary project plan, and define key success factors for the project. Government Responsibilities i.The Government shall provide time to meet with all interested Offerors in the form of a site visit that will be announced at a later date. ii.The Government shall approve final furniture configuration. iii.The Government shall make final finish and color selections. iv.The Government has provided final construction drawings enclosed in this solicitation. Project Manager and Furniture Contact: Tony Lockett FSSTI ENGINEERING Service Delivery and Engineering (SDE) Enterprise Operations (EO) Data Center Operations (DCO) Department of Veteran Affairs (HITC) Attachments A-D contains the floor diagram and descriptions for all office and workspace areas, as well as quantities required for each. Specific layouts will be required of the Contractor as noted in the attachments. SITE VISIT Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit date is set for Tuesday, August 20, 2013 at 10:00 a.m., all interested offerors are to meet at the Department of Veterans Affairs, Hines Information Technology Center, Building 215, 1st Avenue North of 22nd Street, Hines, Illinois. Prospective offerors must contact Claude Humphrey at: 312-980-4224 or claude.humphrey@va.gov no later than Friday, August 16, 2013 to reserve and confirm attendance for the site visit. QUESTIONS All questions regarding this solicitation must be submitted to the Contracting Officer in writing (email is acceptable). Any prospective offeror desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing. All questions must be submitted in writing to the Contracting Officer: Claude Humphrey (claude.humphrey@va.gov) No Later Than the close of business Friday, August 23, 2013, 3:30 p.m. CST. No phone responses will be accepted. See FAR 52.214-6 EXPLANATION TO PROSPECTIVE BIDDERS for additional information. SUBMITTAL OF OFFERS All offers must be submitted to the attention of the Contracting Officer identified and listed on the Standard form 1449, section 31b and to the address identified on the Standard form 1449, section 16 No later than Monday, September 9, 2013 at 2:00 p.m. Central Standard Time. Email proposals will be acceptable. Any proposal received after the closing date and time will be late and will not be accepted. The Contracting Officer reserves the right to make award without discussions. BASIS OF AWARD The Department of Veterans Affairs intends on awarding a contract to a qualified firm that can meet the contract requirements and is the best overall value to the Government, price and other factors considered. CONTRACTOR SHALL SUBMIT ADDITIONAL INFORMATION AS REQUIRED IN SECTION 52.212-1. One award will be made to the responsible offeror who meets all Technical requirements in the statement of work, has satisfactory past performance, and results in the lowest price to the government. LOWEST PRICE TECHNICALLY ACCEPTABLE The government intends to award a contract to the Lowest Price Technically Acceptable offeror without discussions, but reserves the right to enter into discussions, if so determined to be in the best interest of the government. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The lowest offer with acceptable Past Performance will receive the award. Past performance evaluation will be conducted using information obtained from the information submitted with offers (Past Performance Data Form) and the Past Performance Information Retrieval System (PPIRS). The government reserves the right to obtain past performance information from any available source and may contact customers other than those identified in PPIRS. Absence of past performance will result in a neutral rating. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Exchanges with offerors after receipt of offers may occur. SPECIAL CONSIDERATIONS BY THE CONTRACTOR The Work Site/Area shall be kept clean and free from debris at all times and the Contractor shall remove debris daily from property. The Contractor shall furnish dumpsters for debris for the life of the project. The Contractor shall be responsible for cleanliness of the area both interior and exterior. All disposal costs will be the Contractor's responsibility. Contractor shall not be allowed use of government equipment, materials and/or labor for this project. SAFETY CONSIDERATIONS Contractor's workmen shall provide and utilize all safety requirements in accordance with OSHA regulations during all phases of work. HOLIDAYS The following federal holidays are observed: New Year's DayMemorial DayColumbus Day Thanksgiving DayMartin Luther King Jr.'s Birthday Independence DayVeterans DayChristmas Day President's DayLabor Day And any other holiday proclaimed by the President as a Federal Holiday. When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by U.S. Government agencies. SYSTEM FOR AWARD MANAGEMENT (SAM) Federal Acquisition Regulations require that federal Contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the Contractor has registered. Bidders are encouraged to ensure that they are registered in SAM prior to submitting their bid. REPRESENTATIONS AND CERTIFICATIONS Completion of Representations and Certifications in FAR 52.204-8 shall include completion of annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov prior to submission of the bid. NOTE: SEE the attached Standard Form 1449 document; interested Offerors MUST complete and submit the attached Standard Form 1449 document to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9440b5545f1e23a226ba36e7a92a0889)
 
Document(s)
Attachment
 
File Name: VA328-13-Q-0023 VA328-13-Q-0023_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=938308&FileName=VA328-13-Q-0023-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=938308&FileName=VA328-13-Q-0023-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Hines Information Technology Center;Building 215;1st Avenue North of 22nd Street;Hines, Illinois
Zip Code: 60141
 
Record
SN03144234-W 20130811/130809235000-9440b5545f1e23a226ba36e7a92a0889 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.