Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2018 FBO #6099
DOCUMENT

71 -- 605-18-3-6575-0139-Service-Auditorium Remodel - Attachment

Notice Date
8/3/2018
 
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
36C26218Q9904
 
Response Due
8/17/2018
 
Archive Date
10/16/2018
 
Point of Contact
John.harrison2@va.gov
 
E-Mail Address
john.harrison2@va.gov
(john.harrison2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
***** Begin Word Document - 'FBO-DESCRIPTION: Combined Synopsis, Auditorium ***** This is a combined synopsis/solicitation set aside for SDVOSB s and VOSB s for BRAND NAME ONLY commercial supplies / services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26218Q9904 Auditorium Table Repairs. The Department of Veterans Affairs Los Angeles Healthcare System, Los Angeles, CA 90037 has a requirement for BRAND NAME ONLY Auditorium Table Repairs. The Contractor shall furnish all supplies/services at The VA Loma Linda Healthcare System located at 11201 Benton Street, Loma Linda, CA 92357. IMPORTANT INFORMATION: Shipping included in cost. This is a BRAND NAME ONLY solicitation set aside for SDVOSB s and VOSB s ALL Correspondence or questions shall be directed to John Harrison, Contracting Specialist at John.harrison2@va.gov with "36C26218Q9904 Auditorium Table Repairs in the subject line. SW Fixtures Auditorium curved back table. PDF DRAWINGS AVAILABLE UPON EMAIL REQUEST 1. 45 LF Solid Surface. 45'-0" of custom curved solid surface Avonite Palermo F1-9144. 2. 1 EA Removable panels on curved base front, back and ends. Laminated on site with Formica Amber Maple 7012-58. 3. 1 EA Hidden Top Compartments. Two (2) custom designed hidden compartments in top to house audio electronics and touch screen monitor. 4. 1EA Installation during normal business hours VA Loma Linda Healthcare System B.3 STATEMENT OF WORK PDF DRAWINGS AVAILABLE UPON EMAIL REQUEST Project Schedule: Project Coordination Award Meeting: Within 5 business days of award notification. Site Review: by Manufacturer 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, materials and fabrics for products purchased 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 installers 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 Project Delivery and Installation Schedule Product Details: Detailed Specifications for each item specified with an attached image Dimensioned, detailed, drawing of each typical areas 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 product 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 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 The Awarded Vendor shall attend 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 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 65A11. Medical Equipment & Supplies 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 Cleaning: The Contractor shall clean and dust wall and floor surfaces affected by the installation of their product upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the space for occupancy and immediate 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, are 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. Salient Characteristics / Specifications Loma Linda Veterans Administration Medical Center Main Facility, Room Auditorium Loma Linda, California 605-18-3-6575-0139 PDF DRAWINGS AVAILABLE UPON EMAIL REQUEST General Facility Improvement Project to renovate an existing built-in auditorium table measuring 45 feet long. Table houses the control center for lighting and audio equipment that needs to be concealed inside two hidden compartments for the audio electronics and touch screen monitor. This project does not include the addition or moving of any existing or new electrical. 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: Performance Table Top Laminate one-year (1) warranty. All other Laminate surfaces ten-year (10) warranty. Testing, Technical Specification and Code Requirement Must meet or exceed all current ANSI/BIFMA standards for structural quality. 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. 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. Certifications 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. 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 Wilsonart 7909-60 Fusion Maple 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 Wilsonart 7909-60 Fusion Maple (or EQUAL) grain pattern and color. 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 Auditorium table: SW Fixtures Auditorium curved back table. Approximately 45'-0" of custom curved solid surface Avonite Palermo F1-9144. Custom curved base front, back and ends shall be relaminated on site with Formica Amber Maple 7012-58. Two (2) custom designed hidden compartments in top to house audio electronics and touch screen monitor. *Refer to Drawing attachment for details/locations For purposes of this procurement the Basis of Design is: SW Fixtures Custom Millwork Cabinetry or EQUAL with Surface Materials and required options including: Breakroom cabinetry: Case good 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. Cabinet Face, 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 Solid Surface Top: Non-porous, homogeneous maintaining the same composition throughout the part with a composition of acrylic polymer and pigment, not coated, laminated or of composite construction. Counter perimeter frame: ensure ¾ thick, moisture resistant core exterior grade plywood with waterproof adhesive, Fir or Poplar plywood veneer core only. 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. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 337127, Size Standard 500 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Friday, August 17, 2018 at 10:00 AM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to John Harrison, Contracting Specialist at John.harrison2@va.gov with "36C26218Q9904 Auditorium Table Repairs in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote. *****End Word Document - 'FBO-DESCRIPTION: Combined Synopsis Auditorium *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9904/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9904 36C26218Q9904.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4525578&FileName=36C26218Q9904-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4525578&FileName=36C26218Q9904-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05020111-W 20180805/180803230920-b8503a9cf6a0e68895e3a7489103a22c (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.