Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
DOCUMENT

71 -- Mental Health Project Office Furniture - Attachment

Notice Date
1/24/2018
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25018Q9007
 
Response Due
1/31/2018
 
Archive Date
3/2/2018
 
Point of Contact
Angie Carpenter
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: Dayton VA Medical Center is seeking freestanding desk units, with and without pedestal drawer units, lateral file cabinets, and bookcases, to complete the remodeling phase of the Mental Health Service. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 337214 and sized standard is 1,000 employees. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: The salient characteristics of the office furniture are as follows: Furniture must be of a type that is free standing like conventional furniture, but with the adaptability and flexibility of systems furniture with various interchangeable components. The desk units must have the ability to stand alone if panels are removed. The units must be able to accommodate a variety of pedestal drawer configurations or file cabinets under the work surface. The system must have all components necessary to configure an office or a work station. The system must have the flexibility to remove a free-standing desk unit and install in its place a panel hung work surface. The pedestal units must be able to fit under either the free-standing desk unit or the panel hung work surface. The system must have a free-standing corner unit and the ability to have a return of various sizes on each side. System must offer glazed panels that are stackable and which overhead units can be mounted. 1. Work surfaces must come 24 deep on all work surfaces and corner units. 2. Systems furniture must have free standing desk units along with wall strip or panel hung work surfaces as options within the line for flexibility. 3. Work surfaces and overheads must come in a minimum of 9 standard sizes, with both having matching sizes in order to mount overheads above each work surface. 4. Corner units must have option of square units with equal measurements on two sides in 24 or 30 deep. Corner units must have a mitered corner angle for placement of keyboard on surface. 5. Overheads must be metal on entire unit including side panels, front doors, shelf and backs. 6. Pedestal units must come in three different depths to go with each size/depth work surface. 7. All units must have an option of modesty panels on desk units. Modesty panels must come in sections and removable independent of each other. Modesty panels must be no more than 12 high and must have the ability to be installed at least 1.5 from the bottom of the work surface to create a gap for wire management. 8. Tack boards must come in a minimum of 7 varied sizes and 4 different heights. 9. Panels must come in a minimum of 8 different width sizes varying in size from 12 60. 10. All panel sizes must offer the option of fabric, vinyl, laminate, glazed or a combination for all panel sizes. 11. Stackable glazed panels must have the capability of having an overhead unit hung above glazed panel. Stackable glazed panels must have the option of having a transaction counter mounted above glazed panel. 12. System must offer no minimum on height differences between panels. Products must be new, not refurbished, used, or grey-market type. Anticipated period of performance: Once contractor is notified and a date for installation to begin has been determined, the contractor will have 18 days to complete installation. Every piece of furniture will have to be installed, in place, and ready to be used in the 18-day period. This time period is non-negotiable as there are multiple domino moves and other installs that must take place in order to avoid a delay in the construction contract. Other important considerations: Contractor shall be responsible for receiving product into their bonded or insured warehouse, or a warehouse under their lease with the same bonding or insurance, checking to ensure all product has been delivered and is undamaged. Contractor shall be responsible for uncrating all product, removing crating or debris associated with the delivery and installation from VA property. VA will not provide dumpsters or trash service for debris associated with this job. Contractor shall be responsible for removal of all trash and debris from VA property. Contractor shall leave area clean and neat and is responsible for general cleaning of all product installed for removal of dust and other packing materials. Capability statement /information sought: Response to this announcement shall include the following information: 1. A tailored capability statement indicating the firm s ability to provide a product and related services to include delivery time period upon receipt of a possible order; 2. The respondent s DUNS number, organization name, address, point of contact; 3. Size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; 4. Letter from OEM that offeror is an authorized distributor/reseller; 5. Brochure of furniture; and 6. Whether the provided items will be on FSS/GSA or open market. Response Requirements: Please e-mail your response with the above information to angie.carpenter@va.gov with the subject line "Sources Sought Notice # 36C25018Q9007. by 4:30 p.m. (EST) on Wednesday, January 31, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q9007/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9007 36C25018Q9007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4039026&FileName=36C25018Q9007-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4039026&FileName=36C25018Q9007-000.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: Dayton VA Medical Center;4100 West Third Street;Dayton, Ohio
Zip Code: 45428-9000
 
Record
SN04798051-W 20180126/180124231125-10fccae791abae87cef739f6801d89e0 (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.