Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
DOCUMENT

71 -- MEDICAL CARTS - Attachment

Notice Date
4/30/2018
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q0604
 
Response Due
5/9/2018
 
Archive Date
8/16/2018
 
Point of Contact
Darius Crane
 
E-Mail Address
Contract Spceialist
(darius.crane@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: 36C24718Q0604 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is 36C24718Q0604 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011.     Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,000 employees. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 ARMSTRONG OR APPROVED EQUAL, AUTO-LOCKING CART LOCAL STOCK NUMBER: PELB30 21.00 EA __________________ __________________ 0002 ARMSTRONG OR APPROVED EQUAL, TRIPLE GLOVE BOX LOCAL STOCK NUMBER: AGB3V 30.00 EA __________________ __________________ 0003 ARMSTRONG OR APPROVED EQUAL, DRAWER DIVIDER SET, SIZE 3 LOCAL STOCK NUMBER: AEF3L 63.00 EA __________________ __________________ 0004 ARMSTRONG OR APPROVED EQUAL, DRAWER DIVIDER SET, SIZE 6 LOCAL STOCK NUMBER: AEF6 42.00 EA __________________ __________________ 0005 ARMSTRONDG OR APPROVED EQUAL, SIDE SHELF, FOLDING. LOCAL STOCK NUMBER: PSN3 21.00 EA __________________ __________________ GRAND TOTAL __________________                                       Specific features: Brand Name or Equal            New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation.   STATEMENT OF WORK GENERAL INFORMATION Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), under Specifications and the floor plan. The work includes the supply and installation of new medical storage carts in the ICU Expansion project. The space will be made ready by the Government for the installers to go room by room to install furniture to designated areas. Period of Performance: Phase I of the project shall start within 45 working days (6 weeks) of award/review and agreement per all parties and be completed within 5 days from onset of installation. The contractor will submit a schedule to accomplish this work to the CO for approval. The contractor s work shall take place at the government site after normal business hours of operations, Monday through Friday, after 4:00P or as agreed to by the Contractor and the Government. The Contractor s work shall not take place at the Government site on Federal Holidays unless directed by the CO. Deliveries shall be made through the loading dock and transport by service elevators. Phases 2, 3, 4, time frame shall be determined and subject to the construction progress; COR and PM will advise the Contractor of dates for these phases. Only Phases 1 & 3 involve medical cart installations. Type of Contract: FIRM FIXED PRICE Delivery Location: Ralph H. Johnson VA Medical Center ICU Expansion Project 109 Bee Street, Charleston, SC 29401, 2nd floor POC: Suzette Poletti, Interior Design, VA MC Louise Sheridan, Project Manager, VA MC CONTRACT AWARD MEETING The Contractor shall not commence performance on the tasks in this SOW until the VHA CO has conducted a kick off meeting, or has advised the Contractor that a kick off meeting is waived. GENERAL REQUIREMENTS The Contractor shall provide in writing a delivery and installation schedule. SPECIFIC CONTRACTOR MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks: · The Contractor shall provide the specific deliverables described below within the performance period stated in Section A.2 of this SOW. · The Contractor is responsible for all coordination and site visits shall be performed to verify the site conditions for a successful installation. The COR is to be present onsite for guidance to installers. If there is any discrepancy during this project the VHA CO and COR must be consulted for direction prior to any advancement being taken by the Contractor. · The Contractor shall install all equipment per specification and assemble as much as possible before delivery. · The Contractor shall remove all debris and cardboard on a daily basis from the jobsite. SCHEDULE FOR DELIVERABLES The Contractor shall complete a schedule based on section A.2. If for any reason any deliverable cannot be delivered within the scheduled time frame, the Contractor is required to explain why in writing to the VHA CO, including a firm commitment of when the work shall be completed. This notice to the VHA CO shall cite the reasons for the delay. QUOTE FORMAT: The quote shall be submitted with all fees such as handling, delivery, and installation listed as separate line items. GOVERNMENT RESPONSIBILITIES The government will provide access to the facilities. The Contractor s installer will deliver to the specific rooms via elevators and/or stairs. SALIENT CHARACTERISITICS: Medical Cart: Salient Characteristics to apply to all Medical Cart and Storage items: Auto-lock system with key override Plastic Top 3 accessory mounting panels; aluminum mounting tracks Removable colored drawer fronts; metal drawer pulls Powder coat paint inside and out Installed stabilizing frame with non-marring PVC bumper Twin push handles Installed high quality 5 Tente swivel casters; 2 locking/1 tracking One-piece wrap around aluminum construction as well as double sidewall construction for added strength Aluminum construction (33% lighter than steel cart) FCC Part 15 Compliant I. SPECIFICATIONS: All Medical Carts: All Medical Cart sizes shall be based on this specification. Contractor shall perform site visits to field check all dimensions and final installation and accuracy will be the responsibility of the Contractor. All Medical Carts shall be locking. All Medical Carts with drawers and side shelves. All Medical Carts with triple gloves boxes. All Medical Carts and storage shall be finished in standard manufacturer s finish paint, beige. ICU Clinic: 2nd Floor: Phase I: (13) Phase 3: (8) Medical Cart Armstrong or approved equal: Auto-locking cart, PELB30, Quan: (21) Triple glove box, AGB3V, Quan: (30) 3 Drawer divider set, AEF3L, Quan: (63) Divider set for 6 drawer, AEF6, Quan: (42) New side shelf, quiet, easy folding, PSN3, Quan: (21) END SOW (vi)  The items for this solicitation are to be delivered to:                             DELIVER TO: Albert German 1001 Trident St Hanahan, SC 29401-5799 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering;   VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2,   Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.   Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.   Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services.   Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.   If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items.   The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.   If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov   (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions.     (xvi) Site Visit:   N/A (xviii) QUOTES/OFFERS ARE DUE May 9, 2018 at 09:00 AM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov.   Please place ATTENTION: MEDICAL CARTS 36C24718Q0604 in the subject line of your email. All offers must include the solicitation number.   Quotes/offers received after this date may not be considered for award.  (xvii)   Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone:   (843) 789-6528 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0604/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0604 36C24718Q0604.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4267112&FileName=36C24718Q0604-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4267112&FileName=36C24718Q0604-000.docx

 
File Name: 36C24718Q0604 ICU EXPANSION PHASED FURNITURE PLAN.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4267113&FileName=36C24718Q0604-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4267113&FileName=36C24718Q0604-001.pdf

 
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: Ralph H. Johnson VAMC;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN04904980-W 20180502/180430230744-634c20d21f0f4c170698e68fd4292146 (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.