Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
DOCUMENT

65 -- Behavior Health Building 31 Project Furniture - Attachment

Notice Date
1/25/2018
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q0065
 
Response Due
1/30/2017
 
Archive Date
3/31/2017
 
Point of Contact
LOUIS R WADE
 
E-Mail Address
5-4475<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
644-18-1-056-0004 (Product)/644-18-1-256-0019 (Services) Building 31 Statement of Work Canvas System for Behavior Health Phoenix VA Health Care System 650 E. Indian School Road Phoenix, AZ 85012 602-277-5551 The C&A requirements do not apply, a Security Accreditation Package is not required. STATEMENT OF SERVICES This project involves the procurement and installation of modular furniture systems for 37 rooms in Building 31 s Behavior Health Clinic to accommodate the increasing FTE requirement. This clinic is part of the Phoenix VA Health Care System (PHOVAMCS). GENERAL SCOPE The general scope of this project is to procure, manufacture, and install Herman Miller Canvas Systems into 37 rooms that include (11) 1-person offices, (21) 2-person offices, (1) 4-person office, and (2) 5-person offices. VA not will supply a disposal location for waste. The VA will supply restroom facilities for the contract crew. The items listed below describe what is required. It is incumbent upon the potential bidder to investigate the site for any items required for this project not listed here. This procurement package is Brand Name or Equal to Match Existing for Canvas System Furniture: Herman Miller Healthcare (GS-28F-8049H / GS-03F-036DA). PROJECT OVERVIEW IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO ABIDE BY ALL LOCAL ORDINANCES GOVERNING THE PROJECT LOCATION. Installation timeframe will be scheduled between the hours of 4:30am-12:00pm Monday-Friday (may vary); or 6:00am-2:30pm M-F. Excluded overtime and weekend work. Coordinate installation date/s with the Phoenix VA Interior Designer/COR. The clinic is located on the North side of the main facility. Installation to be completed by 1/19/2018 Contractor must be able to complete each room and demobilize per these expected and approximate timeframes. Contractor must supply a detailed staffing and project schedule. Delivery Lead Times may be staggered to accommodate specific timeframes on call indicated by VA designer to be stored by manufacturer/dealer and delivered during the specified timeline intervals. Manufacturing requirements: The manufacturer shall be expected to provide commercial grade furniture to meet the design intent shown in the attached specifications sheets. Manufacturer shall meet with the construction, and warranty requirements as outlined in these specifications. Lead time should be within industry standard of 4-6 weeks from receipt of order. Design Efforts required: The VA Interior Design department has completed the drawings, programming, and interior design selection for the Building 31 Project at the Phoenix VA Healthcare System. The VA interior designer/COR may appoint a team lead for the installation project and the awarded vendor is to resource this staff member for information or clarification; aside from the project manager/designer/COR. Vendor to provide their own tools to complete the project. GENERAL INFORMATION The Certification and Accreditation requirements do not apply and a Security Accreditation Package is not required and there is no sensitive information to protect. This specification establishes the minimum requirements for the acquisition and installation of a complete and usable system of modular systems furniture. All product and components will be new; refurbished product will not be accepted. All products will be commercial grade furniture for healthcare and commercial use. All products that are wall-mounted, will be plumb/square with wall/floor. Substitutions of the finishes and fabrics shown in the product pages shall NOT be accepted. Pricing shall include these exact finishes and fabrics as either Graded-In or COM as chosen by the VA Interior Designer. The Contractor shall coordinate the installation with the interior designers. All on site contracting personnel must have identification on them at all times on site. The Contractor shall coordinate the work with the interior designer/COR/designated representative. Product quantities have been provided for convenience only. It is the responsibility of the vendor to review all drawings and confirm correct quantities prior to order. The documents provided are for quotes and are NOT intended to be used as final installation drawings. PDF format drawings are included. PRODUCT AND VENDOR DATA Include with Submittal documents (in paper and PDF format as indicated in Submissions Section above): Provide two (2) copies of detailed CAP worksheet indicating parts and finishes. Include part number, and quantities, price each and extended price for each line. All applicable warranties. Estimated delivery times. Delivery method (Trucks direct to site, trucks to warehouse, unpackaged, then delivered to site, etc.) DO NOT SUBMIT: Technical specification books Company brochures DELIVERY, STORAGE AND HANDLING All products shall be delivered to the jobsite. Storage of product prior to installation is vendor s responsibility. There shall be a staging area provided at the project site. Product is vendor s responsibility until the Phoenix VA Interior Designer/COR accepts complete installation. WARRANTY WARRANTY INFORMATION provided needs to indicate the length, what is covered, and the usage that warranty covers and must meet or exceed the following criteria: Warranties for furniture will meet or exceed Herman Miller Healthcare warranties. 12 years, 3 shifts, labor included. Including electrical components, casters, pneumatic cylinders, tilts, and all moving mechanisms. Warranty work is performed in the U.S., at Herman Miller expense. Warranties shall be signed by the authorized representative of the contractor. Warranties accompanied by document authenticating the signer as an authorized representative of the guarantor, shall be presented to the owner upon the completion of the project. The vendor shall guarantee that the modular furniture products are free from any defects in workmanship from the date of delivery/installation. SCHEDULE DELIVERY AND INSTALLATION Coordinate delivery and installation of items with the Phoenix VA Interior Designer/COR. The installation shall occur Monday-Friday between the hours of 4:30am-12:30pm, EXCEPT TUESDAYS. Install time must be included in bid quote but be listed as separate line items-total product cost-with separate costs for GSA contract and open market; cost for install; total for all. Products will ship to vendor facility; not VA Target installation completion by January 19, 2018 Delivery Lead Times may be staggered to accommodate specific timeframes on call indicated by VA designer to be stored by manufacturer/dealer and delivered during the specified timeline intervals. Contractor must be able to complete each room and demobilize according to these expected and approximate timeframes. Contractor must supply a detailed staffing and project schedule for each phase of this project. Protect doors, doorways, and corridor walls use for delivery and installation. Contractor is responsible for repair of these areas for any damage caused by the Contractor. All services shall be installed by certified technicians in accordance with manufacturer s recommended installation instructions. A punch list walk through shall be performed with the contractor s representative. Items on the punch list shall be noted and a response for completion time (expected date of completion) of each item shall be provided from the contractor. CLEANING All packaging material and debris shall be removed from the site and properly disposed of by the contractor. Upon completion of installation prior to the punch list walk through, all products shall be cleaned and dusted and the area shall be left in a clean neat condition and ready for occupancy. Any defects in material from installation shall be repaired and damaged products that cannot be satisfactorily repaired shall be replaced. VENDOR OBLIGATIONS Bid quote-to include itemized price list, service time and design/specification time Warranty information WORK REQUIREMENTS Secure VA Temporary Badge and security clearance for all contractors, scheduled through VAMC PIV Office room # 1148D-2. Phone 602-277-5551 x4990. Contractors must have valid identification. Leave all work areas in clean and orderly condition. PRODUCT SPECIFICATIONS       138 Installation Services (644-18-1-256-0019)       139 Project Management Services (644-18-1-256-0019)       ~~~~~~~~~~END - PRODUCT SPECIFICATIONS~~~~~~~~~~ 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; quotes are being requested and a written solicitation will not be issued. The Solicitation is issued as a Request for Quotes (RFQ). This solicitation is being conducted under FAR Part 13 Simplified Acquisition Procedures (SAP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective July 14, 2016. This requirement is a Firm Fixed Price and only qualified respondents may submit quotes. Questions Due Date: 11/22/2017 08:00 AM MST Quote Due Date: 11/22/2017 08:00 AM MST This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 issued and effective July 14, 2016. This solicitation 36C25818Q0065 is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 337127 Institutional Furniture Manufacturing. This RFQ is being issued as a Service Disabled Veteran Owned Small business set a-side under NAICS Code 337127 Institutional Furniture Manufacturing, with a small business standard of 500 Emp. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 issued and effective January 19, 2017. Any Award Made as a Result of this Solicitation will be made on an All or Nothing Basis based on Lowest Price Technically Acceptable. Vendors must submit quotes in accordance with the solicitation shown here; by email with attachments as needed to include all requested/associated documents. Quotes submitted by other methods will not be accepted. This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include evidence of authorized distributor status for the manufacturer being quoted Solicitation and evaluation of offers are to be in accordance with (IAW) VAAR 852.211-73 and Far 52.211-6, Brand Name or Equal. The preferred brand is Medtronic. FOB Destination is in accordance with FAR 52.247-49 And VAAR SAM Requirement: This solicitation requires registration with the System for Award Management (SAM), pursuant to applicable regulations and guidelines. Registration must be complete by end date/time of solicitation or vendor may be found unresponsive, information can be found at www.sam.gov Additionally, all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. Vendors must submit quotes in accordance with the solicitation shown here as an attachment and all associated documents. FOB Destination is in accordance with FAR 52.247-49 And VAAR SAM Requirement: This solicitation requires registration with the System for Award Management (SAM), pursuant to applicable regulations and guidelines. Registration must be complete by end date/time of solicitation or vendor may be found unresponsive, information can be found at www.sam.gov Additionally, all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. In addition, the following information is required for your quote to be considered: Estimated delivery time (ARO): Complete company name and address: Company Point of Contact: Email -Phone Number: DUNS Number: Please Add your name/company to interested vendors for this solicitation Submission of Quotes: Submit quotation and all supporting documentation to Louis Wade by email louis.wade@va.gov no later than 08:00am Mountain Standard Time August 22, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q0065/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q0065 36C25818Q0065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4040055&FileName=36C25818Q0065-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4040055&FileName=36C25818Q0065-002.docx

 
File Name: 36C25818Q0065 BUILDING 31 PROJECT LAYOUT AND TYPICALS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4040056&FileName=36C25818Q0065-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4040056&FileName=36C25818Q0065-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04800338-W 20180127/180125231721-3003d50e3103b50743f1a5affb0aa9a1 (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.