Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
DOCUMENT

65 -- CLCII Activation Furniture - Attachment

Notice Date
4/16/2018
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9317
 
Response Due
4/20/2018
 
Archive Date
7/19/2018
 
Point of Contact
Jason White
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under NAICS 337127. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources for CLCII Activation Furniture for Department of Veterans Affairs, Loma Linda Healthcare System (VALLHS). GENERAL INFORMATION Salient Characteristics / Furniture Specifications Community Living Center Phase II Furniture Activation Loma Linda, California General New construction project found on the main campus of the Loma Linda Veterans Administration Medical Center. Spaces include 12 private inpatient rooms, 1 transition room, offices, seating areas, a multipurpose room, and breakroom with lockers. This project is the second phase of the expansion of our Community Living Center. Specific features will be called out in the salient specifications where no feature substitution will be accepted. Due to the heavy use by our patients where damage to furniture is likely, we are seeking solutions that are durable and meet the ergonomic and aesthetic requirements. This is a building where our patients consider this their home, providing a home-like feel in look and familiarity is important. Warranty Requirements All non-seating manufacturers must offer a lifetime warranty that product is free from defects in materials and workmanship (Includes shipping, parts and labor for the repair or replacement of defective items.) Lifetime warranty exception: Metal Paint colorfastness 4-year warranty. Lifetime warranty exception: Performance Table Top Laminate one-year (1) warranty. All other Laminate surfaces ten-year (10) warranty. Height adjustable mechanisms exception: Five-year (5) warranty. Height adjustable table exception: Twelve-year (12), 24/7 warranty. Accessories exception: Fifteen-year (15), 24/7 warranty. Light fixture exception: Five-year (5), no warranty on lamp. All Seating 12-year warranty, with factory repair or replacement of defective seating, free of charge. Casters and glides exception: Minimum of 5-year warranty. Fabric vinyl exception: Minimum of 3-year warranty with normal use. Height adjustable mechanisms exception: Five-year (5) warranty. Testing, Technical Specification and Code Requirement Must meet or exceed all current ANSI/BIFMA standards for structural quality. All Seating must be tested and warranted for users 300 lbs. or greater. Additional requirements may be required per line item and shall be called out in Salient Specifications. All Seating must follow the ergonomic guidelines established in BIFMA G1-2013. Provide documented proof that packaged product underwent shipping vibration and shock testing to ensure product received at site is undamaged. Environmental Features Shall be constructed free of environmentally hazardous materials such as PVC, CFC, solvent-based adhesives, heavy metals (chrome, lead and mercury) and benzene. Paint is VOC-free powder coat type. Wood products are to be FSC certified. Must be constructed free of environmentally hazardous processes such as those that product VOC s and deplete ozone. All items must be able to achieve a minimum of 35% recycled content capability. All furniture items must be able to achieve a minimum of 94% recyclable capability. PVC-free edge banding shall be standard on laminated wood tops to avoid potential long-term human and environmental impacts that have been associated with the manufacture and future disposal of PVC. Product shall have certification of environmentally intelligent product design from a third party, such as MBDC Cradle-to-Cradle Certification, California CHPS 1350 Indoor Air Quality, etc. In lieu of disposing furniture in a landfill at the end of its useful life, the manufacturer provides opportunities for the VA to either recycle or refurbish used furniture for repurposing, extending the useful life. Certifications Furniture must be certified to meet the emissions requirements of the California DPH Standard Practice for the Testing of Volatile Organic Emissions from Various Sources-2004 (CA Section 01350) and ANSI/BIFMA X7.1 Standard for Formaldehyde and TVOC Emissions of Low-emitting Office Furniture Systems and Seating using either the open plan or private office exposure scenarios defined in ANSI/BIFMA M7.1 Standard Test Method for Determining VOC Emissions from Office Furniture Systems, Components, and Seating. Testing must be conducted in accordance with ANSI/BIFMA M7.1. Certification must be provided by an organization independent of the manufacturer as well as from the testing laboratory, in accordance with the requirements of ISO/IEC Guide 65 General requirements for bodies operating product certification systems. Seating must meet at a minimum Level 2 certification to ANSI/BIFMA e3 standard. All other product must meet at a minimum Level 1 certification to ANSI/BIFMA e3 standard. Furniture bid must meet one of the following certification standards: 1. SCS Indoor Advantage and Indoor Advantage Gold or GREENSGUARD Gold Certification. Manufacturer must give preference to wood vendors who provide wood products from certified forests. Forest certification programs focus on ensuring that forests are managed so that harvesting doesn t exceed the growth rate of the trees. Certification also ensures that the use of pesticides is minimized and that soil and water quality is maintained or enhanced by forest management activities. Preference may be given to manufacturing within 500 miles or by providing shipping documentation supporting rail or over water transportation to installation site, provided all other salient specifications are met 100%. For purposes of this procurement only, LEED certification level is Silver. Fulfilling this point requirement MAY or may not be required. Please indicate how each of your line items may meet this requirement. Seating must meet California Technical Bulletin 133: Flammability Test Procedure for Seating Furniture for Use in Public Occupancies (CTB 133). Testing certification documentation must be presented upon request. Keying All new locked storage units must be keyed alike in each work station and/or office and differently from work station/office to work station/office. Provide 2 master keys to the client agency POC for each core number. Finish Colors Metal components shall match Herman Miller Metallic Silver or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Laminate Worksurfaces shall match Formica Amber Maple 7012-58 or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Worksurface PVC-free plastic edge band is applied to the entire perimeter of the top to prevent any out gassing from exposed particleboard. Edging to match Formica Amber Maple 7012-58 (or EQUAL) grain pattern and color. Fabrics and chair finishes shall be called out according to specific upholstery unit. All public seating must be bleach cleanable. VA Designer will allow for slight, nominal variances ONLY. Designer must approve submittals for color variations from match or EQUAL prior to bid acceptance. Required Features per Item (for quantities, see the Pricing Sheet) Sleeper Chair - Tag: SL1 For purposes of this procurement the Basis of Design is: IOA Stay Sleeper Chair. Model #570-88/4570PEA/4000FST or EQUAL with Surface Materials and required options including: Upholstery: Grade G (TBD) Dims: 33.5"w x 38"/73"d x 33"h Sleeping Surface: 24 x74 Features: Wall saver sleeper chair, one step conversion from chair to sleeper.Heavy Duty Swivel /Locking Casters. Polyester Arm Cap Color: Standard in 20 options (TBD). Folding Side Tablet 10" x 13"(Thermofoil Color Standard TBD) *Refer to Drawing attachment for details/locations Back construction 1 3/8 of polyurethane foam covers a contoured steel frame Seat construction Garaged seat extends into sleeper and locks the seat depth Ultracell polyfoam dual layers Arm construction 1 3/8 of polyurethane foam covers a contoured steel frame Armrest is an attached cap Casters 200lb load rating for swivel locking casters Central locking caster mechanism is required Upholstery detail Available with contrasting fabric locations; back, seat, and arms Bedside Cabinet: For purposes of this procurement the Basis of Design is: Carolina Theatre Series or EQUAL with Surface Materials and required options including: 17 Wx21.5 Dx30 H Special feature: Stealthlock keyless lock. One adjustable shelf in open area. Flat drawer front (A2Q). Floating standard Corian top to cover 3/4 of depth (Towards back). Duet nickel pulls (VF). Exposed casters (P9). One drawer liner (Q4). In standard TFL. *Refer to Drawing attachment for details/locations Casegood structural construction: Structure shall be made of 45lb Medium Density Fiberboard. All products parts and components provided shall be consistent in color and finish appearance when assembled as a unit. Laminate: Laminate to be 0.050 thick, high pressure laminate shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Worksurface, Door and Drawer Fronts: Shall be high pressure laminate from the manufacturers standard line. Chassis: End panels, back panels, side panels, shall be either low pressure or high pressure laminate (whichever is manufacturers standard) on all exterior and visible and secondary/visible surfaces. Backs shall be ¾ thick, have matching finish, ventilated for air flow Trim: Trim profile shall be applied to all exposed edges/ends of the surfaces abutting other surfaces. Trim finish shall be manufacturers standard line matching the body of the furniture. Drawers: Powder-coated steel drawer sides. Drawer interiors: Shall be either low pressure or high pressure laminate (whichever is manufacturers standard) on all exterior and visible and secondary/visible surfaces Shelves: All shelves must have holes at 1 ¼ intervals to allow for adjustable height pins and must include an anti-tip shelf support. Shelves shall support book loads of 50 pounds per square foot with deflection in excess of 1/16 inch, or shelves shall support book loads of a minimum 40 pounds per square foot with deflection in excess of 3/16. Drawer interiors: Shall be either low pressure or high pressure laminate (whichever is manufacturers standard) on all exterior and visible and secondary/visible surfaces Hardware: All hardware shall be corrosion proof and from manufacturers standard finish line. All drawer and door pulls shall be ADA/ABAAS compliant and from manufacturer s standard line. No magnetic touch closures. Aluminum leg providing space to clean underneath the cabinet. Custom Storage Unit: For purposes of this procurement the Basis of Design is: See Attached Drawing or EQUAL with Surface Materials and required options including: Formica Amber Maple Finish Full Extension Glides Includes housing area for lift system, Personal shelves, LED puck lights convenient access to laundry hamper. Dims: 58"x25"x90". Laminate to match light maple. Includes material, fabrication, delivery and install. *Refer to Drawing attachment for details/locations Breakroom cabinetry: Casegood structural construction: Structure shall be made of 45lb Medium Density Fiberboard. All products parts and components provided shall be consistent in color and finish appearance when assembled as a unit. All doors and drawers mush have consistent spacing and alignment. Dealer will be responsible for correcting any inconsistencies. Under-worksurface storage units such as file/file, box/box/file, 2 drawer lateral files, and other under-worksurface storage units will have fully enclosed tops, backs and sides. Laminate: Laminate to be 0.050 thick, high pressure laminate shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Worksurface, Door and Drawer Fronts: Shall be high pressure laminate from the manufacturers standard line. Chassis: End panels, back panels, side panels, shall be either low pressure or high pressure laminate (whichever is manufacturers standard) on all exterior and visible and secondary/visible surfaces. Trim: Trim profile shall be applied to all exposed edges/ends of the surfaces abutting other surfaces. Trim finish shall be manufacturers standard line matching the body of the furniture. Drawers: Full extension ball bearing drawer slides for all drawers. Safety catches shall be on all drawers to prevent accidental removal. Safety interlock system that allows only one drawer to be opened at a time shall be standard on all files. Drawer interiors: Shall be either low pressure or high pressure laminate (whichever is manufacturers standard) on all exterior and visible and secondary/visible surfaces Shelves: All shelves must have holes at 1 ¼ intervals to allow for adjustable height pins and must include an anti-tip shelf support. Shelves shall support book loads of 50 pounds per square foot with deflection in excess of 1/16 inch, or shelves shall support book loads of a minimum 40 pounds per square foot with deflection in excess of 3/16. Drawer interiors: Shall be either low pressure or high pressure laminate (whichever is manufacturers standard) on all exterior and visible and secondary/visible surfaces Hardware: All hardware shall be corrosion proof and from manufacturers standard finish line. All lock cores must have seamless installation. No exposed raw edges of the drilled core holes should be visible. All drawer and door pulls shall be ADA/ABAAS compliant and from manufacturer s standard line. No magnetic touch closures. Installation: All upper storage units shall be installed on an extruded aluminum rail which has multiple holes for securing to wall studs. Custom Richlite Bedwall: For purposes of this procurement the Basis of Design is: See Attached Drawing or EQUAL with Surface Materials and required options including: 43" X 96" Richlite Resin-Infused Multi-Layer Craft Paper Bedwall in two-toned color scheme, colors TBD. Secured to wall with z-clips. Includes material, fabrication, delivery and install. Installed product is to match existing Richlite Bedwall installed in the CLC I project *Refer to Drawing attachment for details/locations Commercial Round Laundry Hamper: For purposes of this procurement the Basis of Design is: Whitmore 6894-3499-BB or EQUAL with Surface Materials and required options including: 21x21x31 to fit in custom personal cabinet/patient lift housing unit. PVC backed polyester canvas bag attaches around the upper frame. No slip bag attachment, locking hooks anchor bag to itself around top of hamper. chromed-steel large diameter frame. Rolling castors.*Refer to Drawing attachment for details/locations Platform Bed with Headboard, Nightstand and Personal Storage Cabinet For purposes of this procurement the Basis of Design is: Adden Furniture Easton Collection or EQUAL with Surface Materials and required options including: Includes custom design of platform bed with headboard, night stand and personal storage cabinet. Overall design to meet hospital guidelines while maintaining a residential look. Twin Platform with headboard *Refer to Drawing attachment for details/locations Mattress deck to be plastic laminate, exposed particle board or similar is not acceptable. Shaker style doors and drawer fronts Dovetail drawer construction Heavy duty construction for frequent use Adjustable Height Work Tables: For purposes of this procurement the Basis of Design is: Grandstands V3 model with Linak electrical/mechanical system or EQUAL with Surface Materials and required options including: Trapezoidal shape, 77.5 w x 24 d Silver Metallic paint finish on bases Plastic Laminate color Formica Amber Maple Single surface with square edge and heavy stiffener. Electric height adjustment range 22.5-48". *Refer to Drawing attachment for details/locations Work Surfaces: Construction: Grade M2 or M3 particleboard or a 45lb Class MD medium density fiberboard core. Interior core thickness: 13/16 1 ¼ thick. Laminate to be 0.050 thick, high pressure laminate Underside must have a backer material Laminates shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Modesty panel shall be 18 in height and finished with plastic laminate to match the work surface top. Curved/contoured 90 degree intersecting inner corner to accommodate corner mounted keyboard trays 2. Edge: 3mm edge band on front 1mm edge band on sides and back Wire management offset, scallops or grommets are acceptable (Grommet inside diameter shall have a minimum of 2.6 for connector/plug.) 3. Support: Panels, brackets or legs shall be provided. These shall not obstruct the ADA/ABAAS required knee and toe clearances for accessibility. Unsupported work surfaces 47 or longer in length shall have a metal reinforcement channel below the work surface to minimize deflection. 4. Electronics: Minimum distributed load (including worksurface) shall not be less than 175 lbs. 3 Stage with impact detection Motors must be UL approved, with low voltage motors, synchronized to each leg to maintain a level worksurface. Motor must be able to run from one-watt of reserved standby power. Motors must be fully enclosed in housing for safety. A DC power supply with 3-prong grounded 9 long power cord for 110V power source shall be provided. Service parts must be guaranteed available for a minimum of 12 years after first order entry date. 5 year warranty on parts, 3 years labor Leg support: Overall height shall be electronic motor-assisted with infinite increments within the range of 22.5 H and 48 H. (Top of worksurface to floor) Height adjustment speed shall be at least 1.5 per second. Push button actuator shall be mounted under the worksurface and shall feature intuitive controls with memory-preset capability. User must hold the buttons continuously to engage operation for safety. Preferences given to least stretcher bar structure or connector bar (See ACCESSORIES Adjustable Keyboard Tray) to best accommodate mounting of 3rd party articulating keyboard trays with least possible interference. Surface must meet Distributed Functional Load ANSI/BIFMA weight load requirements without sagging. VA supplied double desktop monitors, large desktop CPU, lamp, telephone, clamping hardware, and minor accessories such as pencil sharpeners stapler, etc. plus daily working paper loads shall be added to overall weight load factors for testing purposes. All electronic motor cords shall be secured appropriately not to be caught or interfere with working clearances. Leg support structure must not conflict with edge clamp-mounted accessories for monitors, lamps and modesty screens. Storage Cabinet w/ Side Opening: Wardrobe, 3 Shelves (2 Adjustable), 1 Box Drawer, and 2 File Drawer Cabinets: 1. Cabinet: Overall depth: 23 D min. 24 D max. Overall height: 64 min. 66 max. Overall width: 24 W Sturdy welded construction with a minimum of 22ga. (.030 ) steel components, reinforced with at least 22ga. vertical steel upright side braces and horizontal back braces to minimize racking and misalignment. Back must be finished to allow cabinet to be used in the open plan without wrapping with panels to save money. Standard 1.5 H 2.5 H toe kick base shall be integral to the cabinet. Base shall include adjustable glides in each corner with an adjustment range of 7/8 1 for installation on uneven floors. Coat rod shall be provided in wardrobe storage section. Hook is not acceptable. Doors shall feature flush fronts with full-height or full width integral pulls. Locking Wardrobe section separate from locking 6 /12 /12 drawer bank configuration. Keyed to match. 2. Fixed and Adjustable Shelves: Two (2) adjustable shelves shall fit within the overall depth and width of drawer/shelf side of combination storage unit. Repositioned increments of adjustable shelves must be at least ¾ and maximum of 1 in separation, with 75% of allowable height space coverage to provide the maximum adjustment range. Shelves shall be at least 18ga. (.047 ) steel for impact resistance, durability and rigidity. Front edge of shelf shall feature a full-width, full-round bullnose or full square flange of at least 5/8 thickness 3. Drawers: Steel drawer fronts must be 22ga. (.030 ) steel and shall feature a flush front with attached pull. One (1) 6 Box drawer: Depth shall be full depth of overall cabinet depth. Width shall be standard width to accommodate hanging letter sized office supplies. Height shall be minimum of 4 H and not to exceed 6 H. Small sliding pencil tray shall be standard feature as interior accessory to the 6 Box drawer or added as an additional line item. Two (2) 12 File drawers: Depth shall be full depth of overall cabinet depth. Width shall be standard width to accommodate hanging letter file frames. Height shall be a minimum of 9-1/4 12 maximum. File drawers shall include minimum of two (2) standard adjustable hanging file folder bars for turned 90 degrees to accommodate legal size files. Drawer fronts shall feature a 22ga. (.030 ) steel innerhead on the inside to provide a finished appearance and to shield the interior of the drawer from the lock mechanism. Progressive, heavy-duty steel suspensions shall allow for complete, full depth access to drawer and rollout shelf/drawer contents. 4. Construction minimum requirements: Steel case backs shall be hemmed on exposed sides for safety and stiffness using reinforcement with horizontal steel braces. Steel case sides shall be flanged on top and side for safety and stiffness using reinforced vertical steel upright braces with slots for precision placement of adjustable shelves. Steel Top shall have flanged edges, welded in the corners with steel reinforcing channel for support of top loads. Bases shall provide features to accommodate counterweights and shall be field retrofitable. Glide feet must be a hex-shaped 13ga. (.085 ) steel base that provides a stable contact area with the floor and is easily adjusted with a wrench. Hinge Door skin shall be at least 20ga. (.036 ) steel with hinge brace and lock brace with at least 22ga. (.030) steel. Hinge bracket shall be at least 18ga. (.047 ) steel. Mobile Pedestal with Cushion Top: Case: Overall depth: 20 min. 22-1/2 D max. Overall width: 15 16 W Sturdy welded construction with a minimum of 22ga. (.030 ) steel components, reinforced with at least 22ga. vertical steel upright side braces and horizontal back braces to minimize racking and misalignment. Back must be finished to allow cabinet to be used in the open plan. Standard 1.5 H 2.5 H toe kick base shall be integral to the cabinet. Wheels (if specified) and construction must accommodate a minimum of 300 lbs. overall weight load. Drawer faces shall feature flush fronts with attached pulls. Pull handle for ease in movement of rolling pedestal shall be included as a standard feature for this procurement. Cushion top to be upholstered soft-top with boxed sewn pillow using double stitching. Drawers: Steel drawer fronts must be 22ga. (.030 ) steel and shall feature a flush front with attached pull. Drawer fronts shall feature a 22ga. (.030 ) steel innerhead on the inside to provide a finished appearance and to shield the interior of the drawer from the lock mechanism. Progressive, heavy-duty steel suspensions shall allow for complete, full depth access to drawer and rollout shelf contents. Box Drawers to include 1 adjustable pencil tray or inserted as a separate line item. File Drawers to accommodate hanging both letter and legal hanging file configurations. Work Surfaces: Construction: Grade M2 or M3 particleboard or a 45lb Class MD medium density fiberboard core. Interior core thickness: 13/16 1 ¼ thick. Laminate to be 0.050 thick, high pressure laminate Underside must have a backer material to prevent warping Laminates shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Edge: 2mm edge band on front 2mm edge band on sides and back Wire management offset, scallops or grommets are acceptable. Support: Panels, brackets or legs shall be provided. These shall not obstruct the ADA/ABAAS required knee and toe clearances for accessibility. Unsupported work surfaces 47 or longer in length shall have a metal reinforcement channel below the work surface to minimize deflection. Wire Management: 1 clearance between works surface and panel 2.5 scallop cuts or grommets must be provided (Grommet inside diameter shall have a minimum of 2.6 for connector/plug.) Adjustable Electric Sit/Stand Worksurface: General Notes: Adjustable worksurfaces shall meet Construction, Edge and Support specifications as stated above. 1. Electronics: Minimum distributed load (including worksurface) shall not be less than 220 lbs. 20 of Height Range. Motors must be UL approved, with low voltage motors, synchronized to each leg to maintain a level worksurface. Motor must be able to run from one-watt of reserved standby power. Motors must be fully enclosed in housing for safety. A DC power supply with 3-prong grounded 6 long power cord for 110V power source shall be provided. Service parts must be guaranteed available for a minimum of 12 years after first order entry date. 2. Leg support: Overall height shall be electronic motor-assisted with infinite increments within the range of 22 H and 42 H. (Top of worksurface to floor) Height adjustment speed shall be at least 1.5 per second. Push button actuator shall be mounted under the worksurface and shall feature intuitive controls with memory-preset capability. User must hold the buttons continuously to engage operation for safety. Preferences given to least stretcher bar structure or connector bar (See ACCESSORIES Adjustable Keyboard Tray) to best accommodate mounting of 3rd party articulating keyboard trays with least possible interference. Surface must meet Distributed Functional Load ANSI/BIFMA weight load requirements without sagging. VA supplied double desktop monitors, large desktop CPU, lamp, telephone, clamping hardware, and minor accessories such as pencil sharpeners stapler, etc. plus daily working paper loads shall be added to overall weight load factors for testing purposes. All electronic motor cords shall be secured appropriately not to be caught or interfere with working clearances. Leg support structure must not conflict with edge clamp-mounted accessories for monitors, lamps and modesty screens. Dual Monitor Arm: For purposes of this procurement the Basis of Design is: Grandstands ProERGO Flex2 Series or EQUAL with Surface Materials and required options including: Standard Silver color *Refer to Drawing attachment for details/locations Supports: Two 8 20 lbs. monitors 20 Vertical Height Range (Full Range of motion) Max Monitor Width: 32 (w/ some loss of reach) 27.5 front to back distance Collapsible: Down to 4 Tilt range: 160 ° (+70 °/-90 °) Pivot: 180 ° (+/-90 °) Rotation: 360 ° (portrait to landscape) Provide one starter Base Clamp mount for 1 Monitor Arm. Monitor arm to have a Fixed Straight Link and a Dynamic Link. Standard VESA Plate to support VA supplied Monitors. Keyboard Trays For purposes of this procurement the Basis of Design is: Grandstands Easy Lift or EQUAL with Surface Materials and required options including: Grandstands EasyLift TL Trackless Keyboard Arm & Zip Board mouse glide locking system *Refer to Drawing attachment for details/locations Lightweight, ultra-thin profile as weight is limited when installed on electric up/down worksurface. Tilt Adjustment range: 0 15 degrees negative tilt only. Lift and self-lock no levers or locks. In/out slide, with standard 20 22 under mount track. (*Provided up/down table does not have conflict with a stretcher bar structure or connector bar.) Platform minimum of 10 x 19. 8 9 Diameter Clip on mouse platform with multiple angle adjustments for right and left hand users. 19 Gel wrist pad. 30%-recycled content (21% post-consumer, 9% pre-consumer); 99% recyclable. Comes complete with both right and left mouse pads. Integral Surface Works Flip Top Table For purposes of this procurement the Basis of Design is: SurfaceWorks Medley Tilt Top Nesting Table or EQUAL with Surface Materials and required options including: Training Tables w/ flip C type bases and casters 60 x 24 No modesty panel *Refer to Drawing attachment for details/locations Construction: Grade M2 or M3 particleboard or a 45lb Class MD medium density fiberboard core. Interior core thickness: 13/16 1 ¼ thick. Laminate to be 0.050 thick, high pressure laminate Underside must have a backer material Laminates shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. 2. Edge: 3mm edge band on all sides 3. Support: Fixed C baselegs, powder coated silver metallic finish 2 casters in silver metallic finish with foot release lever located at the base of the wheel. Stacking Chairs: For purposes of this procurement the Basis of Design is: Kwalu Adelfia or EQUAL with Surface Materials and required options including: Stacks 6 High Overall 23W 24.25D 38.5H Seat 20W 19D 19H Arm 26H Wt. 28 lbs Wt. Capacity 250 lbs 1/8 Solid Surface Finish, Moisture Impervious, Grafitti Resistant Steel Reinforced Cleanout Required *Refer to Drawing attachment for details/locations Guest Chairs for Offices: For purposes of this procurement the Basis of Design is: Gunlocke Molti with Classic Arm or EQUAL with Surface Materials and required options including: Molti Guest Chairs for Offices *Refer to Drawing attachment for details/locations Form: Minimum Weight Capacity up to 300 lbs. Frame: Silver round tubular steel. Seat: CTB117 rated foam filled over contoured plastic with wrapped upholstery covering. Back: CTB117 rated PCV foam filled over plywood, 100% upholstered with triple stitching. Arms: Wood Glides: Plastic Optional Leg Foot Boot: 2-3 flexible textured grey boots on all legs. Wallsaver styled back legs. Non-ganging, but optional feature. Stacking standard: 5 high minimum Critical Dimensions: Standard Side Chairs: Seat height must be 18 18-1/2 high. Inside seat width must be a minimum of 20 and overall width not to exceed 25. Arm height between 26 and 27. Task Chairs: For purposes of this procurement the Basis of Design is: Sit On It Amplify or EQUAL with Surface Materials and required options including: Highback w/enhanced synchro control and higher cylinder height. Frame - Fog w/silver frame Base Silver Adj. Seat Depth Included Casters - Hard Surface Fabric - Grade 5 Vinyl TBD *Refer to Drawing attachment for details/locations Frame: Steel construction Arms: 4D adjustable arms Base: 5-Star Metal Base, silver metallic Casters: Shall be non-marking; Shall be hard for carpet or soft for hard floor as called out in specification Swivel: 360 degrees Height Adjustment: pneumatic cylinder; Must be adjustable up to 4 Back: Height adjustable, vinyl upholstery, fully enclosed plastic back Tilt: Tilt must have lock or stop. Recline Angle: Shall have adjustment of 15degrees or more, shall fall between 90degrees to 120 degrees from horizontal. Seat Base: Plywood or Plastic are acceptable; Cardboard is not acceptable Upholstered seat: waterfall seat with molded foam cushion Fabric: Manufacturer s standard mid-grade 100,000+ double rub vinyl. Lounge Furniture: For purposes of this procurement the Basis of Design is: Integra Lounge Seating Flair Collection or EQUAL with Surface Materials and required options including: Flair arm left and right. Tablet arm (300lb capacity) post for rolled arm on left as seated. Flair back and seat. Dome glide lounge legs. Includes fire barrier and perma coat legs. Grade S-FW, TBD.Meets CAL 133 *Refer to Drawing attachment for details/locations Back construction 1 3/8 of polypropylene foam covers a steel frame Seat construction Equally spaced sinuous springs are covered with a polypropylene cover material Arm construction Upholstered arm assemblies are made of plywood Upholstery detail Replaceable and recoverable components Available with contrasting fabric locations; back, seat, and arms Lockers: For purposes of this procurement the Basis of Design is: Ideal Lockers 2000 Model L Executive Style or EQUAL with Surface Materials and required options including: DOUBLE TIER 12X18X72" PL,PVC,CH,CPH. SINGLE END PANEL TO MATCH LOCKERS. FILLER 12X72" TO MATCH LOCKERS. 20 FEET OF 20 DEGREE SLOPED TOP. 19 FEET OF 4" FINISHED BASE FRAME. PALLETIZED FOR SHIPMENT FORMICA 7012-58 AMBER MAPLE 3/4" FIRE RETARDANT HIGH PRESSURE PLASTIC LAMINATE DOORS,.5mm PVC EDGING TO MATCH, 6 Mil FROSTY WHITE VINYL INTERIOR, REAR PANEL VENTILATION, HEAVY DUTY EURO-CONCEALED HINGES, CHROME CAM PADLOCK HASP, DOUBLE PRONG CEILING HOOK, MINI SHELF, SATIN CHROME RECESSED NUMBER DISC #1-32, *Refer to Drawing attachment for details/locations a. Furnish furniture grade plastic laminate lockers in accordance with WIC Manual of Millwork, Section 15-Plastic Cover Casework for Custom and Premium grades. Plastic Laminate Lockers to be C Model, Three Tier, 12 W x 18 Dx72 H with sloped tops. Each unit shall provide a suspended double prong top mounted aluminum clothes hook. Frame Components: Sides: 5/8 48lb. density industrial grade 1-M-2, 45 particle board,.006 frosty white low pressure laminated vinyl. Shelves: ¾ 48lb. density industrial grade 1-M-2, 45 particle board, black thermal fused melamine. Back panel: ¼ 48lb. exterior grade medium density fiberboard,.006 frosty white low pressure laminated vinyl, ventilated. Fillers and Finished Spacers: ¾ material with 1 finished laminate side and height equal to lockers to be cut to fit in the field. Attached with 1-5/8 wood screws through inside of the lockers. Frame Construction: Blunt joint, 2 T-head and screw. Laminate: Formica Laminate: 7012 Amber Maple. Edging: 1mm Poly Vinyl Chloride (PVC) to match plastic laminate Fusion Maple. Hinges: Heavy duty, euro-concealed, four way adjustable, 120 degree opening, self-closing, nickel plated hinges. Doors, End Panels and 20degree Sloped Tops: ¾ thick vertical grade.028 class II-B fire retardant plastic laminated two sides and 48lb. industrial grade 1 M2 particle board core. Square Corners Locker venting through rear panel 32 mm system. Plastic laminate strips used to align sloped tops and for finishing inside corner caps in non-sloping installations. 2.2 HARDWARE Hinges: fully concealed, nickel plated, self-closing, 120 degree opening (3 per door > 42 ) Locks: Heavy duty. Surface Mounted, through bolted, Padlock Hasp. 10% of lower units to include an ADA Installation kit including a ADA International Symbol, a double prong side mounted coat hook, and a 4 Wire Pull for easy hand grip pulling. Clothes Hooks: Aluminum Finished Side Mounted Double Prong Number Disks: 1 ¼ diameter, ¼ numerals, satin chrome Lounge Furniture: For purposes of this procurement the Basis of Design is: First Office Coact or EQUAL with Surface Materials and required options including: Meets CAL 133 *Refer to Drawing attachment for details/locations Back construction 1 3/8 of polypropylene foam covers a steel frame Seat construction Equally spaced sinuous springs are covered with a polypropylene cover material Arm construction Upholstered arm assemblies are made of plywood Upholstery detail Available with contrasting fabric locations; back, seat, and arms Artwork: Artline - Framed Photographic Art. Sizes ranging between 36" - 48" wide by 24" - 48"high. Images to be readily available from web-site istockphoto.com for final selection by client. Allow for 50% of images to be of a premium price grade or price point. Framed photographic art, with stained 2" squared edge profile wood frame, color to match control sample: Picture Woods, LTD. 613CAF Cherry, Aged Finish, single white mat (4" all sides), acrylic lens, photographic or print from original art. averaged price of all proposed selections. Art to be installed on drywall with security locking hardware. *Refer to Drawing attachment for details/locations STATEMENT OF WORK Project Schedule: Project Coordination Award Meeting: Within 5 business days of award notification. Site Review: by Manufacturer, Furniture Dealer-Installer for field measure: Within 5 business days of award notification Final Installation Drawings: Manufacturer and Furniture Dealer-Installer submittal of Installation Drawings for review and approval: Within 7 business days of receipt of award notification Manufacturer provided shipping dates: Within 4 business days of selection of all colors, finishes, materials and fabrics for products purchased Whips: shall be delivered to the site 3 weeks before installation of furniture begins Installation of product: Coordinated with the COR. TBD. Installation Inspection: Awarded Vendor shall schedule punch with Interior Designer contact 5 business days prior to installation completion. Installation inspection shall take place no more than 5 business days after installation completion Acceptance of product and work by VA Interior Designer: Time to be determined. Final acceptance will not occur until all punch items have been corrected. Product Delivery Location: Product is to be shipped to the dealer or installer s warehouse and delivered to the work space of the Client Agency s Delivery Address Prior to providing a submittal an optional site visit shall be conducted. If you wish to participate, Contact the Contracting Officer. Participating vendors will meet in the main lobby of the bldg. the VA will provide information regarding the paths of travel, size and capacity of the elevator, and size of hoist way opening and loading dock access and rules Items that require special moving requirements (i.e. door enlargement, freight on top of the elevator, etc.) will be funded and coordinated by user agency Quote Preparation: Provide a complete technical submission detailing all of the requirements listed in this solicitation packet. All technical submissions must be in the following format and in the following order; Cover Page: At a minimum, the following information must be included: solicitation number, client/agency name and delivery location, name of company submitting the proposal, date, and a list of the manufacturers used in the proposal. Any additional information may be added at the bidders discretion. Administrative: Past Performance References including the name of the organization, period of performance, dollar value and contact information for the primary contact person for 3 projects that were completed for similar work within the past 3 years. Complete List of Items organized by room with item quantities and Warranty Information. See Pricing Sheet for a complete list of Base Bid items and Bid Options 1 & 2 required for this project. Project Delivery and Installation Schedule Product Details: Detailed Specifications for each item specified with an attached image Dimensioned, detailed, drawing of each typical area (workstation, private office, and other items) as needed to best depict proposed product(s) Plan view and isometric view or elevations with legend or keyed notes matching the Complete List of Items ANSI/BIFMA: Certificates of ANSI/BIFMA compliance certificates labeled with the product(s) that it applies to Environmental: Environmental Testing Certificates labeled with the product(s) that it applies to Warranty: Warranty Certificates labeled with the product(s) that it applies to Teaming: Copy of teaming agreement(s) with any vendors or manufacturers Non-Obsolescence: Non-Obsolescence policies labeled with the product(s) it applies to Installation Plans and Sample Submittals: The Awarded Vendor is required to do the following: Prepare installation plans based on this solicitation requirement to ensure any problems and dimensional conflicts are identified and resolved prior to the start of the installation. Verify dimensions to ensure that specified furnishings will fit in the space as shown on the plan prior to installation and advising the VA of conditions found which will not allow specified items to fit as shown on the drawings Notify the VA Interior Designer of any data, telephone or power device and thermostat locations, which will not be accessible or usable when furniture is installed; and details of keying of locks Any problems, which would impact installation, shall also be reported to the Contracting Officer and resolved prior to start of installation Provide AutoCAD files of installation plan to the Interior Designer on CD Rom Have a project coordination meeting with the Interior Designer to select the furniture finishes. When selections have been made the Awarded Vendor shall provide the Interior Designer or designated VA Representative two sets of the selections made for their records and to provide to the client agency. Meetings: The Awarded Vendor shall attend furniture meeting(s), as requested, with the VA and other contractors for coordination purposes. Permits and Building Access: The Awarded Vendor shall obtain necessary clearances (including proof of insurance, if required by the COR) or permits for all personnel. User agencies are responsible for coordinating entry and clearances for site access by vendors Prior to the start of work the Awarded Vendor shall advise the COR of existing damage and conditions which are present on a marked and noted copy of the floor plan or by written memo if it occurs beyond the immediate work site. Personnel Requirements: The Awarded Vendor shall furnish all necessary supervision and labor for each day that work is scheduled. The Awarded Vendor shall utilize qualified and experienced personnel. The Awarded Vendor shall coordinate with the COR to determine the level of background check needed to admit the laborers into the building The Contractor will be responsible for confining its crew and work to the designated project areas. The Contractor will also be responsible for ensuring that the installation personnel are identifiable VA representatives may require the Contractor to remove any employees from the job should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on VA controlled property Installation: Delivery and installation services include inside product delivery and coordination, unpacking, inspection of product for shipping damage, placement, set-up, assembly and leveling of product in accordance with any recommended manufacturer instructions/guidelines to conform to the requirements and drawings of this RFQ and approved installation drawings provided by the Awarded Vendor. The installation services shall include removal of all furniture product packing materials from the government work space and buildings and shall also include wipe down of handling marks, fingerprints and air borne soil from all furniture surfaces and parts prior to final review of the installed product. The Contractor shall ensure that all products and installation comply with the General Specifications in the Schedule for Office Furniture (71) Power Whips and or Poles: The Awarded Vendor is not responsible for providing an electrician or providing data or telephone cabling for the furniture installation. VA will provide a licensed electrician to connect the "whips" (power/cable feeds) from the building conduit and wall box to the furniture systems. The Awarded Vendor shall provide drawings indicating locations for wall connections and the number of circuits required for each. The Contractor shall arrange for the delivery of all required workstation power whips to the building sites 3 weeks prior to the commencement of furniture delivery and installation The Awarded Vendor is responsible for installing and verifying the operating use of all outlets and connections within the furniture systems from the whip and throughout the furniture systems installation. They shall notify the COR and the electrical contractor who provided the connection of the "whips" of any devices within the work stations which fail to work. This coordination shall take place prior to request for final review and acceptance of a completed area. Failure of any devices shall be cause to stop the review until the work is complete. Installation Equipment and Materials: The Awarded Vendor shall furnish all necessary material and equipment including padding or other protective material for the interior of the building. The Awarded Vendor shall provide masonite sheets taped to the carpet in major walking paths and primary entry to the work space to be installed. All walls, corners and door frames on path of delivery must be protected. All material handling vehicles shall have rubber clad wheels. Forklifts and power walkers can only be powered electrically or by battery and no propane or gas sourced vehicles can be used Damage Responsibility: The Contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful Contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru, and daily submissions of checklists to the designated agency representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the Contractor to protect the building (elevators, walls, floors, etc.). Any damage to walls, corners, doors etc. will be charged to awarded vendor Building Utilities: The Contractor s work shall not interrupt building utility services without the prior written approval of the customer and the Construction Manager. The Contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation on each floor. The Contractor shall be responsible for all replacement costs, including communications, shipping, and installation Cooperation with Other Vendors: The Awarded Vendor is required to cooperate with other vendors who may be performing other services during the installation, such as installations for telephones and cabling which must be run through the systems furniture. The Awarded Vendor shall notify the COR immediately of an unexpected building or construction related conditions or damage found on his product Waste Disposal: The Contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The Contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the Contractor. The Contractor shall at all times keep the job site, including staging and storage areas used by the Contractor, free from accumulations of waste material or rubbish. This material shall be removed on a daily basis to eliminate the accumulation of debris. Prior to completion of the work, the Contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the Contractor or used under the Contractor s direction Furniture Cleaning: The Contractor shall clean and dust furniture surfaces inside and out with a spray cleaner upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the office space for occupancy and immediate ( Turn-Key of Furniture) use Authorized Changes: The Government is not responsible for payment for any changes during installation that are not in accordance with the approved design. If changes are required, the Contracting Officer for the delivery order must approve a modification prior to the change being implemented Changes performed by the Contractor, either of his own volition or at the request of an individual other than the CO, including other VA or agency officials, is not authorized and will not be reimbursed. In the event additional parts are required, a modification to the delivery order must be obtained from the CO prior to ordering. Inspection and Acceptance: The Awarded Vendor shall notify the VA representative and the client agency contact person at least five days in advance of the time when the installation will be completed so an inspection may be scheduled The Awarded Vendor representatives for final inspection and acceptance of the product and related work shall include furniture dealer s account manager, installation team supervisor and one laborer. A list of incomplete or unacceptable items shall by prepared by VA and provided within 24 hours after the inspection Items listed which are unsafe or unusable, shall be corrected immediate. All other items shall be repaired within (10) ten working days of the inspection. The Awarded Vendor shall notify the VA CO when all items have been delivered, are complete and/or accepted Final acceptance of the project will be determined by the VA COR Roles and Responsibilities: Role and Responsibilities of Government: The Contracting Officer (CO) has overall responsibility for the administration of the delivery order. He/she alone, without delegation is authorized to take action on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, etc. Responsibilities may be delegated to other representatives. The Contracting Officer Representative (COR) responsibilities include: Determining the adequacy of performance with the terms and conditions of the contract in consultation with tenant agency personnel Advising the CO of any factors, which may cause delay in performance of the work Requesting modifications to the contract when required Recommend approval to Contracting Officer for requests for payment Provide coordination with the client agency and access and use to the building for the Awarded Vendor. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to Jason.white2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, 20 April 2018 at 1:30 pm (Pacific Time). If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9317/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9317 36C26218Q9317.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4230540&FileName=36C26218Q9317-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4230540&FileName=36C26218Q9317-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04890489-W 20180418/180416230744-757d721003317f9cc0c433da883fc3ce (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.