Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
DOCUMENT

71 -- Furniture (Systems Furniture/Seating/Storage/Conferencing) (exact match or equal) - Attachment

Notice Date
6/30/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0748
 
Response Due
6/29/2017
 
Archive Date
7/14/2017
 
Point of Contact
Sean C. Rice
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ VA259-17-Q-0748: Clinic Furniture (exact match or equal) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is: VA259-17-Q-0748, and it is issued as a request for quotation (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2005-95, effective January 13, 2017. This solicitation is 100% set-aside for Service Disabled Veteran Owned Small Business. NAICS: 337214 Contract Line Items are as follows: *Note, this combined synopsis/solicitation is for exact match or equal, for items listed in the table below.   Item # Description (A. Herman Miller Product) Catalog Number (A. Herman Miller Product) Qty 1 +Panel, Fabric Pwr 4-Circ W/Com Pt Le 53H 24W A1120.5324G--LU-MT-8R-05-8R-05 4 2 +Panel, Fabric Npwr W/ Rcp Com Pt Le 53H 24W A1120.5324J--LU-MT-8R-05-8R-05 10 3 +Panel, Fabric Pwr 4-Circ W/Com Pt Le 53H 36W A1120.5336G--LU-MT-8R-05-8R-05 4 4 +Panel, Fabric Npwr W/Rcp Com Pt Le 53H 36W A11.20.5336J--LU-MT-'8R-05-8R-05 1 5 +Panel, Fabric Npwr 67H 12W A1120.6712N-LU-MT-8R-05-8R-05 1 6 +Panel, Fabric Pwr 4-Circ W/Com Pt Le 67H 36W A1120.6736G-LU-MT-8R-05-8R-05 1 7 +Panel, Fabric Pwr 4-Circ W/Com Pt Le 67H 42W A1120.6742G-LU-MT-8R ·05-8R-05 1 8 +Stacking Panel,Glass,24W A1169.1424--LU-TR 14 9 +Stacking Panel,Glass,36W A1169.1436-LU-TR 5 10 +T-Conn, Stacking A1214.14 10 11 +Wall Start. Stacking A1216.14-LU 4 12 +L-Conn, Stacking A1217.14 4 13 +L-Conn; Stacking, Chg of Ht or End of Run,14H A1218.14 4 14 +Conn, 2-way 90 Deg Hard 53H A1220.53H-LU-MT 4 15 +Conn, 2-Way 90 Deg Hard 67H A1220.67H-LU-MT 2 16 +Conn Stacking 2-Way 90 Deg Hrad on Hard, 14H A1223.14HH-LU 4 17 +Fin End 67H A1271.67H-LU-MT 1 18 + Fin End, Stacking 67H A1276.67H-LU-MT 4 19 +Attach Kit, Stacking Pnl-to-Conn A1293.14 2 20 +15 Amp Receptacle 4 Circuit, Duplex, Circuit A 6/Pkg A1311.A--MT 1 21 +15 Amp Receptacle 4 Circuit, Duplex, Circuit D isolated ground 6/ Pkg A1311. D--MT 1 22 +Base Pwr Entry. Dir Con 4-Circ,6Ft L A1322.06E 4 23 +Wk Surf Support, Sgl Left 24D A2393.24L--LU 3 24 +Wk Surf Support, Sgl Right 24D A2393.24R--LU 3 25 +TackBoard, B-Style 16H 36W A3410.1636-8R-05 6 26 +TackBoard, B-Style 16H 42W B31 lA3410.1642--8R-05 6 27 +F-Style Sliding Door Storage Unit, Ptd Door, Lock 15H 36W A3810.136PL--KA-LU-LU-WN 6 28 +F-Style Sliding Door Storage Unit, Ptd Door, Lock 15H 42W A3810.142PL-KA-LU-LU-WN 6 29 +Wk Chr, Mirra 2. Std-Ht Tlt Lmtr, Asj Nonuphols Arms, Adj Seat, Triflex Back MRF122WAP-AJ-G1-BB-ZK-BK-1A7-05 6 30 +Wall Start 48H A0210.48--LU 4 31 +Wall Start 62H AO210.62-LU 1 32 +Wall Strip 60H A0213.60--LU 15 33 +Draw Rod 48H A0215.48 14 34 +Draw Rod 62H A0215.62 2 35 @Vary Easy Metal Low Cred, Open W/Dwrs,8ar Pull,2 1/4H 8ase,30" 8/F 'Lft, Opn Rt, Ptd, Mtl Frnt, 3/8" Lam Top, Lock 48W 20D FM73KV.48202AAP03L--SS-LU-HP-MS-C8-KA 3 36 @Vary Easy Metal Low Cred, Open W/Dwrs,8ar Pull,2 1/4H Base, Opn Lft 30" B/F Rt, Ptd Mtl Frnt, 3/8" Lam Top, Lock 48 W 20D FM73KV.48202A8P03L--SS-LU-HP-MS-C8-KA 3 37 @Vary Easy Surface Support, Low Credenza, Fxd Hght, for use within top low credenza w/2 1/4H base low credenza w/2 1/4H base FT298V.S--XS-XW-LU 6 38 +Rectangular Surface, Sq-Edge, Lam Top/Thermo Edge, 24D 54W, No Brkts FTS10.2454LS--HP-HP 6 39 +Pedestal Add-On Cushion Top 1H 20D LG890.120--COM-AC12 6 40 +Vary Easy Stg Twr, W-Pull, Sd Feng Bckcase, Wdrb Lft; F/F; 46H LW31OV.46LR-SB-SS.:LU-KA-CH-1 M 3 41 +Vary Easy Stg Twr, W-Pull, Sd Feng Bckcase, Wdrb Rt, B46F/F; 46H LW31OV.46RR-SB-SS.:LU-KA-CH-1 M 3 42 +Caper Stacking Chair, Molded Seat, No Arms WC410N-MS-79-U5-BK 8 43 @VE Renew Rect Tbl, C-Foot, Sq Edge, Lam Top/Thermo Edge, Elec Std DU6ACSV.2460LE--NNP-SUD-1T-HP-LU-PSC-NNN-57 6 44 @Sq-Edge Vinyl Oval Table, Lam Top ZTVLA-S-42-084-HP-HP-LU-LU 1 45 + Twist LED Task Light, Starter unit, Magnet Att G6160.BM 6 46 +Twist LED Task Light, Add-on unit, Mag Att G6160.CM 6 47 +Vary Easy Ped W-Pull, Mobile 20D B/F LW110V.20BF-SB-SS-LU-KA-5M-H1 6 48 +Flo Sngl-Screen Monitor Arm Support, Surf Clamp Y91171.CM-01 12 49 Spray Can- Standard paint for Shim 1B4L91-LU 1 50 +Lock Plug and Key, Black UM Series 232092-300 5 51 +Lock Plug and Key, Black UM Series 232092-301 5 52 +Lock Plug and Key, Black UM Series 232092-302 5 53 +Lock Plug and Key, Black UM Series 232092-303 5 54 +Lock Plug and Key, Black UM Series 232092-304 5 55 +Lock Plug and Key, Black UM Series 232092-305 5 56 Delivery and Installation   1 Description of exact requirements for the items to be acquired (Statement of Work): I. Background The VA Salt Lake City Healthcare System (hereinafter the Agency ) is creating a space for the newly formed ORH (Office of Rural Health) Bone Health Team. This program is endorsed via a grant from Central Office. Location: VHSLCHS 500 South Foothill Drive, Building 14, in Salt Lake City, Utah. As there is an increasing demand for Health Care for Veterans it is important to provide more opportunities for all Veterans including those who reside in rural areas. Appropriate space for the ORH Bone Health Team is critical for the team to effectively deliver patient care to remote rural areas. It is expected the Vendor shall provide Office Suite Furnishings as described herein. It is expected the Vendor shall provide all contract oversight and comprehensive furniture management services, supervisory and technically trained personnel, equipment, materials, furnishings, and supplies necessary to furnish the ORH Bone Health Team Office; including, but not limited to, layout and design coordination, all labor, materials, and equipment necessary to accomplish the work as stated herein for this furniture activation package from inception to final inspection. Project Management: The Vendor shall provide a Project Manager responsible for project site management, scheduling, coordination and technical assistance to Agency representatives as required throughout the project. The Project Manager shall have a minimum of 5 years experience. The Project Manager shall conduct weekly telephone conference calls or in person meetings with designated Agency Point(s) of Contact to discuss the progress of the project and anticipate any and all potential problems and/or delays. The SDVOSB is ultimately responsible for preparation and maintenance of all records and documentation appropriate for project administration and assistance with any dispute/resolution issues. Contract work and payments will be monitored by Agency Engineering Staff Interior Designers. Employee Access and Security: All security/access issues shall be addressed by the Vendor Project Manager. The Project Manager shall provide the Agency a list of all employees requiring access to Agency space. All contracted personnel must complete any required security checks and obtain an Agency security badge for access to all spaces. All contracted personnel are required to wear identification (I.D.) badges issued by the VA engineering staff at all times on the Agency s grounds. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from the Agency s police station. The Agency shall not validate or make reimbursement for parking violation of the Vendor s personnel under any circumstances. Site evaluation: Current VA provided furniture design drawings are based on Architectural floor plan dimensions. Vendor to survey actual field measurements of clinical/office space workstations, and provide working drawings with a detailed design standard and furnishing plan. Plans will be submitted in AutoCAD 2016 and.pdf formats with installation documents and CAD generated installation drawings provided from the same. After installation, Vendor to provide corrected As Built drawings to VA CAD Engineer for storage in permanent record file. Furniture Layout to Include (see attached drawings all parts and pieces may not be listed): Office 1C09-14 6 Workstations with Conference/Teaming area - See furniture plan 2 each L Shaped work stations combo freestanding and wall mounted to include the following for each station (must multiply by number of stations): 2 each sliding door overhead storage 2 each LED task light 2 each tack boards 1 each 24 x 60 Sit to Stand table. Light anigre Plam, LU trim 1 each 24 x 54 worksurface. Light anigre Plam, LU trim 1 each Metal Low credenza, open w/drawers 30 B/F Plam top 48 W X 20 D 1 each Mobile Pedestal B/F 1 each pedestal add on cushion top COM Architex Thrive, Clary Sage 2 each single monitor arm 1 each Storage Tower Bookcase, wardrobe, F/F All items keyed alike 1 each Ergonomic task chair Mirra 2 4 each L Shaped work stations combo freestanding, wall mounted, and panels to include the following for each station (must multiply by number of stations): 2 each sliding door overhead storage 2 each LED task light 2 each tack boards 1 each 24 x 60 Sit to Stand table. Light anigre Plam, LU trim 1 each 24 x 54 worksurface. Light anigre Plam, LU trim 1 each Metal Low credenza, open w/drawers 30 B/F Plam top 48 W X 20 D 1 each Mobile Pedestal B/F 1 each pedestal add on cushion top COM Architex Thrive, Clary Sage 2 each single monitor arm 1 each Storage Tower Bookcase, wardrobe, F/F All items keyed alike 1 each Ergonomic task chair Mirra 2 Panels with fabric and stacking glass some powered some not. Refer to drawing for quantity, location, power etc. 1 each Conference/Teaming Area 1 each 42 X 84 Oval table, Plam, segmented base 8 each Stacking chair, molded seat, no arms, soft wheel casters, apple green 1 each Sound Masking system to include: 1 each QT100 control system 9 each sound masking emitters Necessary cable All installation labor Furniture Purchases: Vendor shall manage the ordering, shipment, delivery, and installation of all new furniture and furnishings. Vendor is to have the financial stability to provide furniture products and services required for occupancy as per design layout. Furniture and finish specifications shall be provided by Agency Interior Designers. Vendor shall comply with Interior Design established standards for furniture manufacturers. Vendor shall pay subcontractors. Vendor shall have a demonstrated teaming agreement with proposed manufacturers and provide proposals for all furniture as specified on the furniture drawings provided by Agency Interior Designers. All products shall be on GSA schedule unless otherwise specified by the Agency. The drawings will show exact specifications of each product. At minimum: All furniture specified to be Made in America; ii. All furniture specified will exceed 12-year warranty and include ongoing service agreement for replacement and repair of systems furniture, unless otherwise agreed; iii. All furniture to be Green Guard Certified to meet LEED (Leadership in Energy and Environmental Design) requirements; iv. Vendor to provide any available recycling information for furniture; and v. All furniture shall comply with Life Safety Code (LSC) of the National Fire Protection Association (NFPA) for healthcare facilities. Furniture Installation Services: Vendor to coordinate product orders through the manufacturers to manage a timely and efficient delivery process. The Vendor shall provide installation services for acquired goods. Required services will be described in the Agency provided furniture installation drawings submitted to the Vendor or at presentment of a price quote. Vendor is responsible for preparing installation schedule that works with Agency needs. All installation will be handled by Vendor in a Turn-Key operation, as the Pharmacies are actively in use a phasing schedule will be developed for each area to minimize impact on Pharmacy operations. Turn-Key Installation services shall include but not be limited to the following: Site evaluation, including truck access, parking and building access; ii. Product handling from manufacturer s shipper to Agency sign-off on final punch list; iii. Vendor shall have a local climatically conducive warehouse facility to accept and store furniture prior to the time scheduled for Agency delivery. Vendor shall be able to receive, analyze, inspect and store products up to 90 days; iv. Product transportation and delivery coordination. All freight will be included with the price of installation and shall not be billed separately; v. Installation team to include local product movers and local certified systems furniture installers; vi. Unpacking, inspection of product for shipping damage, and acceptance; vii. Installation and layouts must meet ADA (American Disabilities Act) guidelines; viii. Unless otherwise agreed, during installation all products shall be lined up along one side of corridor during staging to allow open egress; ix. Assembly of product to conform to final Agency s approved design drawings; x. All PC installation is the responsibility of the Agency; xi. Vendor shall maintain a clean working environment and conduct site cleanup, including the removal of all excess furniture to facility warehouse, and all packaging materials offsite, with combustible scrap and debris disposed of at regular intervals, and cleaning of product and thorough cleaning of all hard surfaces, trim, etc. All trash shall be removed from the worksite and disposed of in accordance with state laws. The Vendor shall make every effort to recycle packaging materials and trash where applicable; xii. Vendor shall create punch list and coordinate the fulfillment and installation of these punch items, and perform a final walk-through with Agency to identify any deficiencies. xiii. Vendor shall train end users in the use of their new furniture and equipment. xiv. Vendor will also provide labor necessary for the re-arrangement/moving/removal of existing product in the area, as some items will be re-used, but in a new location, thus providing a final usable area when completed. Extra product returned to storage or other as directed by Agency Interior designers. Additional Responsibilities: The Vendor is solely responsible for providing furniture transportation services to move delivered products to the Agency. Vendor shall provide all vehicles, insurance, drivers, supervision, maintenance, equipment, and operating supplies/tools/services required for the safe transport of the property. The Vendor shall take responsibility for the work quality of all subcontractors involved in the installation. Any damage to furniture or Government property because of neglect, misuse, abuse on the part of the Vendor or subcontractor shall be the responsibility of the Vendor and shall be replaced at no additional cost to the Government. Any overtime and/or holiday pay that may be entitled to the Vendor s employees shall be the sole responsibility of the Vendor and shall not be billed to nor reimbursed by the Government. Schedule of Deliverables: As site prep is complete and the equipment is ordered, time is of the essence to order the products and prepare schedule for installation. Estimated duration of install should not exceed two (2) weeks, and should be scheduled in coordination with the Agency Interior Designer. Evaluation and Award Factors: Award shall be made to the offer representing the best value to the Government considering technical and price factors as stated below. Offerors shall include in their proposals specific information relative to the evaluation factors listed below to ensure proper evaluation of their proposal. Product construction. Compliance with Agency Interior Design Standards. Past Performance. Lowest Price Technically Acceptable (LPTA). Date and place of delivery (FOB Destination): 07/25/2017 VA Health Care System 500 Foothill Drive Salt Lake City, UT 84148-0001 The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) Note: This is an open market acquisition, however FSS pricing is acceptable and encouraged, if available. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable, if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Any additional contract requirements or terms and conditions: None. The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due: July 21, 2017- 7:00 PM (EST) Name and telephone number of the individual to contact for information regarding the solicitation: Sean Rice, Contract Specialist, sean.rice2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0748/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0748 VA259-17-Q-0748.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3631877&FileName=VA259-17-Q-0748-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3631877&FileName=VA259-17-Q-0748-000.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: VA Health Care System;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148-0001
 
Record
SN04564786-W 20170702/170630234639-6105d6a137b2d2a4eb341c3f9dc15e87 (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.