Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
DOCUMENT

71 -- 515-18-1-099-0014 GS-28F-8049H (GS-03F-036DA)HEALTHCARE ND 12/30 - Attachment

Notice Date
12/21/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
36C25018Q9060
 
Response Due
12/29/2017
 
Archive Date
1/28/2018
 
Point of Contact
Royce L Jones
 
E-Mail Address
6-5600
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION (RFI) only pertaining to brand name or equal furniture for the Optical Dispensary addition, located in BC/Wyoming, Michigan. Information collected during this RFI may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) number is 337214. The NAICS size is 1000 employees. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. Contractors that deem themselves capable of meeting the requirement shall provide the below information to John Saunders, Contracting Officer, at Royce.jones@va.gov no-later-than Wednesday, December 29, 2017 at 4:30PM, EDT, referencing (36C25018Q9060). Responses shall include: (1) Business Name and Address, (2) FSS Contract Number if applicable (3) Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. Contractor must be registered with https://www.sam.gov Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the contractor on the contractor s quote should a solicitation be subsequently issued. FOB is Destination. Delivery and installation is needed 30 days ARO. Delivery is to: WHCC VAMC 5838 Metro Way Wyoming, MI. 49519 To be considered an equal the supplies being offered shall have the salient characteristics of the following: Statement of Work 515-18-1-099-0014/Optical Dispensary addition BC/Wyoming HCC, MI Rm.1D100A INTENT This is a Statement of Work for the acquisition of opticians workstations and storage -dispensary furniture for our WHCC newly provided space located in Room 1D100A of WHCC at the Department of Veterans Affairs, 5838 Metro Way, Wyoming, MI. 49519. An approved furniture layout requiring freestanding workstations, seating and storage is attached to include patients side seating, (2) task chairs/ (2) workstations/(1) pack-wrap station + storage. The ergonomic equipment and printer stand are by other. All furniture to be installed per the attached layout during normal business hours. Loading space available. II. PROJECT SCOPE AND DESCRIPTION Overview This project will consist primarily of receiving, delivery and installation/set-up of the new optical dispensary furniture per above and approved layout included. All work is to be completed during normal business hours. The Contractor shall submit an estimated schedule for delivery and installation. The Contractor shall be responsible for any damage to the furniture that occurs due to Contractor/freight error or neglect. The Contractor will be responsible for the coordination for delivery, receiving and installation to the VAMC, as well as all debris removal from the project site. The Contractor is responsible to transport and properly dispose of all trash and recyclables from the project site. Scope and Salient Characteristics The project consists of purchase, receiving, and delivery of furnishings same-as or equal to, as provided in attached layouts-quotations: DELIVERABLES. See Included room identifications/quantities of above. PERIOD OF PERFORMANCE. Contract shall be completed within 8 weeks after contract awarded. PLACE OF PERFORMANCE. WHCC, 5838 Metro Way Wyoming, MI 49038 OPERATIONAL HOURS. Facility will be available for deliveries and installation between the hours of 0830 and 1600 M-F, excluding Federal Holidays. Delivery and Installation Information The Contractor shall submit an estimated schedule for delivery within 2 weeks after receipt of order (ARO). The Contractor shall submit an installation schedule for approval identifying total installation time. Vendor will retain all materials at their warehouse until time of delivery at the Battle Creek VA Medical Center and final acceptance will occur when the designated space for such materials is certified by the Interior Designer for delivery. Delivery and installation of the patient specialty waiting room furnishings will occur on each designated building and floor and room that this product is to be installed at the Battle Creek VA campus. (information provided by VA). Note: The delivery location does have a loading space with dock. Storage requirements: The Vendor shall provide up to 30 - days of free storage if needed. Deliver materials to job in manufacturer's original sealed containers with brand name, intended location/building/Rm.1165, clearly marked thereon. Protect materials from damage. Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver only when the site is ready (space is newly constructed however, delay in purchasing may create existing furniture-move issues old furnishings to be removed by VA) for installation work to proceed). Please provide start date-time so that we can accommodate the space to store products in dry condition inside enclosed facilities. GOVERNMENT-FURNISHED EQUIPMENT, KEYS AND/OR FACILITIES PROVIDED. N/A CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Performance Work Statement. SECURITY REQUIREMENTS. a. Installation passes. The contractor will coordinate for the issuance of required installation passes to contractor personnel. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view always, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. b. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. c. Company will return all issued US Government installation badges and passes when the contract is completed. d. In addition to the changes otherwise authorized by the changes clause of this contract, should the security condition change at any facility, the Government may require changes in contractor security requirements. NON-PERSONAL SERVICE STATEMENT. Contractor employees performing services under this order will be controlled, directed and supervised, always, by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and perform the inspection and acceptance of the completed work. Contract Officer Representative (COR). The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the resulting order. Herman Miller Each 1B2JK7-226 +Lock Plug and Key.Chrome UM Series OPTION: 226:+key number 226 Mark Line For: Tag L3: GSA 2 2.00 Each HERMAN MILLER 1B2JK7-227 +Lock Plug and Key,Chrome UM Series OPTION: 227:+key number 227 Mark Line For: Tag L3: GSA 3 3.00 Each HERMAN MILLER 1B2JK7-228 +Lock Plug and Key.Chrome UM Series OPTION: 228:+key number 228 Mark Line For: Tag L3: GSA 4 2.00 Each HERMAN MILLER AS1SA23AA-AJ-BK-C7-BK-BK-7Y-06 +Wk Chr,Asmbled,Sayl,Suspension Mid-Bck,Std-Hgt,Tlt Lim/Ang.Adj Arms.Adj Seat Dpth OPTION: AJ:+adjustable lumbar support OPTION: BK:+black OPTION: C7:+2 1/2" caster, black yoke, hard floors or carpet OPTION: BK:+black OPTION: BK:+black OPTION: 06:+bingo root 5 2.00 Each Mark Line For: Tag L3: GSA +Sayl Side Chair, 4-Leg Base.Suspension Bck,Fxd Arms OPTION: 69:+Floor Saver Glide, hard floors only OPTION: BK:+black OPTION: BK:+black OPTION: BK:+black OPTION: BK:+black OPTION: 7Y:@bingo-Pr Cat 4 OPTION: 06:+bingo root Mark Line For: Tag L3: GSA 6 1.00 Each HERMAN MILLER FM71A.30204P03L-XS-WN-WN-WN-NH-KA @Metal Low Cred,w/Drs,Arc Pull, 4H Foot,ptd Mtl Frnt,3/8" Lam Top.Lock 30W20D OPTION: XS:@textured paint on smooth steel OPTION: WN:@warm grey neutral OPTION: WN:@warm grey neutral OPTION: WN:@warm grey neutral OPTION: NH:@brushed nickel OPTION: KA:@keyed alike Mark Line For: Tag L3: GSA 7 1.00 Each HERMAN MILLER FM73K.48204AAP03L--XS-WN-HM-EH-MS-CB-KA +Metal Low Cred,Open W/Dwrs,Bar Pull,4H Foot,30" B/F Lft,Opn Rt,ptd Mtl Frnt,3/8" Lam Top.Lock 48W 20D OPTION: XS:+textured paint on smooth steel OPTION: WN:+warm grey neutral OPTION: HM:+natural maple OPTION: EH:+metallic bronze OPTION: MS:+metallic silver OPTION: CB:+counterweight OPTION: KA:+keyed alike Mark Line For: Tag L3: GSA 8 1.00 HERMAN MILLER Each FM73K.48204ABP03L--XS-WN-HM-EH-MS-CB-KA +Metal Low Cred,Open W/Dwrs,Bar Pull,4H Foot,Opn Lft,30" B/F Rt,Ptd Mtl Frnt,3/8" Lam Top.Lock 48W 20D OPTION: XS:+textured paint on smooth steel OPTION: WN:+warm grey neutral OPTION: HM:+natural maple OPTION: MS:+metallic silver OPTION: KA:+keyed alike Mark Line For: Tag L3: GSA 9 2.00 Each HERMAN MILLER FT298.M-WN +Surface Support.Low Credenza,Fxd Hght,for use within top low crednza w/4H foot OPTION: WN:+warm grey neutral Mark Line For: Tag L3: GSA 10 1.00 Each HERMAN MILLER FT354.CL4624T--WN-47-29 @Pari Screen, Delineation, Canvas Surf Att End of Run LH, Tack Fabric, 46H24W OPTION: WN:@warm grey neutral OPTION: 47:@ground cloth1Pr Cat 3 OPTION: 29:+ground cloth cappuccino Mark Line For: Tag L3: GSA 11 1.00 Each HERMAN MILLER FT354.CR4624T-WN-47-29 @Pari Screen, Delineation, Canvas Surf Att End of Run RH, Tack Fabric, 46H24W OPTION: WN:@warm grey neutral OPTION: 47:@ground cloth-Pr Cat 3 OPTION: 29:+ground cloth cappuccino Mark Line For: Tag L3: GSA 12 3.00 HERMAN MILLER Each FTS10.2460LS-HM-HM *Rectangular Surface.Sq-Edge, Lam Top/Thermo Edge, 24D 60W, No Brkts OPTION: HM:*natural maple OPTION: HM:*natural maple Mark Line For: Tag L3: GSA 13 2.00 Each HERMAN MILLER FV2D2.S24FL-WN *Square Open Support Leg.for Sq-Edge Surface, 24"D,Fxd Hght,Lft OPTION: WN:*warm grey neutral OPTION: MS:+metallic silver OPTION: KA:+keyed alike Mark Line For: Tag L3: GSA Mark Line For: Tag L3: GSA 14 2.00 Each HERMAN MILLER FV2D2.S24FR-WN *Square Open Support Leg, for SQ-Edge Surface, 24 D, Fxd Hght, Lft Option:WN:*warm gray neutral 15 2.00Each HERMAN MILLER HERMAN MILLER FV2D2.S2AFS-WN *Square Open Support Leg,for Sq-Edge Surface, 12"0 Shared,Fxd 15 Hght,Shared OPTION: WN:*warm grey neutral Mark Line For: Tag L3: GSA 16 2.00 Each HERMAN MILLER FV446.WM2224LL-KA-HM-HM @Overhead Strg Cab,Hngd Ors.Wall Mntd,Lam Case/Dr.Lock 22H 24W OPTION: KA:@keyed alike OPTION: HM:@natural maple OPTION: HM:@natural maple Mark Line For: Tag L3: GSA 17 2.00 Each HERMAN MILLER FV446.WM2230LL-KA-HM-HM @Overhead Strg Cab,Hngd Ors.Wall Mntd,Lam Case/Dr.Lock 22H 30W OPTION: KA:@keyed alike OPTION: HM:@natural maple OPTION: HM:@natural maple Mark Line For: Tag L3: GSA 18 1.00 Each HERMAN MILLER FV696.43 *Stiffener, 43 1/4W Mark Line For: Tag L3: GSA 19 3.00 Each HERMAN MILLER FV980.WM1660R-2M-04 +Tackboard,wall mntd,Tckble Fabric,Hrzntl 16H 60W OPTION: 2M:+silkworm-Pr Cat 1 OPTION: 04:+silkworm tussah Mark Line For: Tag L3: GSA 20 3.00 HERMAN MILLER Each FV984.24 +Cord Manager 24H Mark Line For: Tag L3: GSA 21 2.00 Each HERMAN MILLER G6160.AB +Twist LED Task Light.Single unit,Brkt Att Mark Line For: Tag L3: OPEN MARKET 22 1.00 Each HERMAN MILLER G6160.BB +Twist LED Task Light.Starter unit,Brkt Att Mark Line For: Tag L3: OPEN_MARKET 23 1.00 HERMAN MILLER Each G6160.CB +Twist LED Task Light.Add-on unit,Brkt Att Mark Line For: Tag L3: OPEN MARKET
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9060/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9060 36C25018Q9060.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3979860&FileName=36C25018Q9060-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3979860&FileName=36C25018Q9060-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04774026-W 20171223/171221231457-94ea66e92ac040f732eab6c864594084 (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.