DOCUMENT
65 -- 515-17-3-099-0164 Inpatient Program Bedroom Furniture - Attachment
- Notice Date
- 7/5/2017
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25017Q0822
- Response Due
- 7/21/2017
- Archive Date
- 9/19/2017
- Point of Contact
- Calynda Baines
- E-Mail Address
-
8-1528<br
- Small Business Set-Aside
- N/A
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation VA250-17-Q-0822 issued as a request for quote (RFQ). The North American Industry Classification System (NAICS) Code 337127 Institutional Furniture Manufacturing and a Business Size Standard of 500 employees is applicable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. No telephone requests will be accepted. This is a SDVOSB set-aside solicitation with no other socioeconomic categories being considered at this time. All offers must be verified with VetBiz to be considered. Quote is requested for the following: Statement of Work Inpatient Bedroom Furniture The Battle Creek VAMC, Battle Creek, Michigan has a requirement for patient bedroom furniture. Furniture must present a warm, inviting environment, surfaces and interiors of case goods shall be durable, easy to clean, free of crevices, and consist of replaceable parts. Softened edges are desired to prevent injury. Components in the bedroom must withstand heavy use of frequently changing occupants and hospital grade cleaners. Construction shall be seamless as much as possible. Drawer inserts are allowable to achieve this. All connections shall be metal-to metal joinery and be modular to allow for moving and repair. The entire bed must be able to withstand the heat treatment required for bed bug removal without compromising the structure or finish. A total of 56 sets of furniture is required. Each set shall consist of the following: Single (twin) bed with platform surface, no springs. Deck shall accommodate the VA standard mattress; 30 x 80. Clearance beneath the bed should easily accommodate daily mopping. Materials may be HPL, thermoformed veneers, and in limited cases, wood veneer. All internal surfaces shall be metal, high impact plastic, or melamine surface over substrate. Backs of freestanding units shall be fully finished. All edges shall be finished with matching edge banding or thermoformed. Surfaces and interiors of case goods shall be durable, easy to clean, free of crevices, and consist of replaceable parts. Softened edges are desired to prevent injury. All connections shall be metal-to metal joinery and be modular to allow for moving and repair. Adjustable leveling glides are required. Nightstand - consisting of a single locking drawer and one open shelf. Drawer shall have noise dampening closures and full extension glides with recessed pulls or continuous pulls to prevent catching. Vented cabinets and drawers shall be available. Surface of nightstand must be such that a lamp may be bolted to the top without impairing the working of the unit. A gallery rail shall be an option on bedside cabinets. Adjustable leveling glides are required. Wardrobe - Materials may be HPL, thermoformed veneers, and in limited cases, wood veneer. Backs of freestanding units shall be fully finished. All edges shall be finished with matching edge banding or thermoformed. Construction shall be seamless as much as possible. All connections shall be metal-to metal joinery and be modular to allow for moving and repair. Cabinets and drawers shall have locks standard with a master key provided for each. Lock mechanism must be such that it may be interchanged with this VA s lock standard- specifications attached. One side of the unit shall have a hanging J-bar while the other has open shelves. Rods for hanging clothes are not acceptable. Adjustable leveling glides are required. Desk - a small scale desk for homework or laptop use is required for each resident. Surfaces shall be durable, easy to clean, free of crevices, and consist of replaceable parts. Softened edges are desired to prevent injury. All connections shall be metal-to metal joinery and be modular to allow for moving and repair. Desk may have one drawer for supply storage. Adjustable leveling glides are required. Desk chair - to sit at the desk for an hour or two at a time with proper posture. Chair may have wood or metal frame, shall have glides for hard floors and replaceable components to allow for repair without replacing the whole chair. Textile options shall include COM/healthcare grade fabric with the ability to clean using germicide or bleach solution. Weight capacity will be a minimum of 300 lbs. DELIVERY: Delivery must be FOB Destination with cost incorporated into the furniture or installation cost. Installation/configuration of all furniture solutions must be managed and completed in coordination with the Interior Design Department to ensure continuous government occupancy and facility operations. Existing furniture shall be removed from current building and transferred to our Warehouse, Building 145. All packing material and garbage will be removed from the VA facility at the installer s expense. All rooms shall be in the same or better condition than when work began. There will be NO DOCK available. Street unload is required with direct walk in access on the ground floor. An elevator is available for accessing upper floors. Deliveries must be managed and completed in coordination with VAMC hours, restrictions and regulations. This includes, but is not limited to, the following: Trucks cannot be left unattended and must be removed from street area after product is unloaded (cannot remain on street for unpacking and install). VAMC cannot guarantee parking provisions for vendors. Drop shipping is not acceptable. All deliveries must be received and handled by installers at Building 14, 5500 Armstrong Rd, Battle Creek MI 49037. VAMC will not provide equipment, tools or labor to assist in furniture deliveries. All necessary equipment and manpower must be included in quote. VAMC will not provide on-site storage for furniture requirements. Vendor is responsible for warehousing/storing all furniture until delivery and install are scheduled. Any damage to VAMC building or grounds incurred during installation must be reported to the Interior Designer immediately and repaired within 30 days at vendor s expense. Vendor is responsible for registering with VA Police Building 24 Room 219, upon entrance and exit of property. Vendor is responsible for scheduling delivery and install and must contact the VA Interior Designer in advance of arrival and departure, providing review of all product and site conditions before packings slips or other delivery paperwork is accepted and signed by VA staff. Work is to be performed between 8:00am and 4:30pm EST Monday through Friday, no Federal holidays or weekends, unless specifically coordinated and pre-approved by the Interior Designer. Please quote labor to remove and relocate existing furniture, and labor to unpack and install new furniture per statement of work. SHIPPING CHARGES, IF NOT INCLUDED IN PRICE, MUST BE QUOTED AS A SEPARATE LINE ITEM. All items must be delivered to the Battle Creek VAMC, 5500 Armstrong Rd., Battle Creek, MI 49037. Lowest Price Technically Acceptable will be used to determine award of this requirement. Technical Acceptability will be the offer that best matches the described furniture in the statement of work and will be considered equal to price. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) to VA Financial Services Center through the Tungsten (OB10) electronic invoicing system. Full text of the following clauses and/or provisions can be viewed through Internet access at http://farsite.hill.af.mil. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirm this has already been completed in their SAM registration. 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 Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34. The provisions at VAAR 852.219-10, VA notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Offerors shall submit their quotation by e-mail to Calynda.baines3@va.gov. Offers are due no later than 4:00 pm. EST, 21 July 2017. NO LATE QUOTES WILL BE ACCEPTED OR CONSIDERED. Any questions must be submitted in writing and will be addressed by the Contract Officer and requesting service as quickly as possible. The successful offeror must be registered with SAM to be awarded a contract. You may register or update your registration on-line at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25017Q0822/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-0822 VA250-17-Q-0822.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3635464&FileName=VA250-17-Q-0822-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3635464&FileName=VA250-17-Q-0822-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0822 VA250-17-Q-0822.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3635464&FileName=VA250-17-Q-0822-000.docx)
- Record
- SN04568107-W 20170707/170706000421-1445e9dfbb494d397d62330ec812ea50 (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 |