DOCUMENT
71 -- HAYWORTH ADJUSTABLE TABLES - Attachment
- Notice Date
- 8/8/2018
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) 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
- 36C26218Q9924
- Response Due
- 8/14/2018
- Archive Date
- 9/13/2018
- Point of Contact
- Mayra.Barbosa@va.gov
- E-Mail Address
-
Mayra.Barbosa@va.gov
(Mayra.Barbosa@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) 36C26218Q9924 -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). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 337214 (size standard of 1,000 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Hayworth Adjustable Tables that at a minimum meets the following salient characteristics with brand name for the VA Long Beach Healthcare System: ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 0001 Hayworth, Planes Height Adjustable Table EA 30 TARA-2958-LJSNCS GRADE A 0002 Hayworth, Planes Height Adjustable Table EA 30 SUFB-2754-FU Modesty Screen and Tack Board 0003 Hayworth, Planes Height Adjustable Table EA 15 TARA-2946-LJSNCS GRADE A 0004 Hayworth, Planes Height Adjustable Table EA 15 SUFB-2742-FU Modesty Screen and Tack Board 0005 Hayworth, Planes Height Adjustable Table EA 30 TARA-2358-LJSNCS GRADE A 0006 Hayworth, Planes Height Adjustable Table EA 30 SUFB-2754-FU Modesty Screen and Tack Board 0007 Hayworth, Planes Height Adjustable Table EA 15 TARA-2346-LJSNCS GRADE A 0008 Hayworth, Planes Height Adjustable Table EA 15 SUFB-2742-FU Modesty Screen and Tack Board 0009 Hayworth, Planes Height Adjustable Table EA 10 TARA-2340-LJSNCS GRADE A 0010 Hayworth, Planes Height Adjustable Table EA 10 SUFB-2736-FU Modesty Screen and Tack Board 0013 Installation/Relocation of 2 Stations only JB 1 Include shipping cost on the items price. Vendor Requirements: 1. Vendor shall provide delivery. 2. Vendor shall provide lifetime warranty on the product starting from the first day of delivery. STATEMENT OF WORK This project is part of the Department of Veterans Affairs Greater Los Angeles Veterans Health Care System Located at: 11301 Wilshire Blvd., Los Angeles, CA 90073 INTRODUCTION This statement of work (SOW) describes the requirement for the need of Adjustable Height Tables to accommodate not only Ergonomics but to also to replace those that area worn, broken and beyond warranty and repair, as well as additional ordered to keep in stock. SCOPE OF WORK: This project consists primarily of the following: (a) 30 Planes Tables, 30 x60 (b) 15 Planes Tables, 30 x48 (c) 30 Planes Tables, 24 x60 (d) 15 Planes Tables, 24 x48 (e) 10 Planes Tables, 24 x40 including Modesty Screens for all the adjustable tables to be delivered to the above address. Do not use VA dumpsters for disposal of scrap/waste without prior VA approval. OVERVIEW VA Greater Los Angeles Healthcare campus will have adjustable tables provided in multiple locations. Delivery is to occur between the hours of 8:30 am and 12:00 pm, during normal working hours. SPECIFICATION 1 3/16 thick Top Electric Adjustable Height table with modesty/tackboard screen combination (27 H min.) and C-leg for knee clearance and room for lower storage Includes power/data, power cords and glides Weight Capacity: 250 lbs. Finish: Top: Absolute Acajou (WY160SD) Trim/Frame: Smoke Design Intent: QUANTITIES The quantities of each item are listed as noted below. Awarded vendor shall include purchase order number on all shipping labels to include contents. ITEM DESCRIPTION UNIT QUANTITY 0001 Hayworth, Planes Height Adjustable Table EA 30 TARA-2958-LJSNCS GRADE A 0002 Hayworth, Planes Height Adjustable Table EA 30 SUFB-2754-FU Modesty Screen and Tack Board 0003 Hayworth, Planes Height Adjustable Table EA 15 TARA-2946-LJSNCS GRADE A 0004 Hayworth, Planes Height Adjustable Table EA 15 SUFB-2742-FU Modesty Screen and Tack Board 0005 Hayworth, Planes Height Adjustable Table EA 30 TARA-2358-LJSNCS GRADE A 0006 Hayworth, Planes Height Adjustable Table EA 30 SUFB-2754-FU Modesty Screen and Tack Board 0007 Hayworth, Planes Height Adjustable Table EA 15 TARA-2346-LJSNCS GRADE A 0008 Hayworth, Planes Height Adjustable Table EA 15 SUFB-2742-FU Modesty Screen and Tack Board 0009 Hayworth, Planes Height Adjustable Table EA 10 TARA-2340-LJSNCS GRADE A 0010 Hayworth, Planes Height Adjustable Table EA 10 SUFB-2736-FU Modesty Screen and Tack Board SUBSTITUTION REQUESTS No substitution requests will be accepted. All bids must include exact specifications as indicated in section 2.2.1 Sections. WARRANTY All workmanship and furniture quality shall be covered under warranty by the selected vendor for lifetime (limited). VENDOR FURNISHED ITEMS AND RESPONSIBILITIES The selected vendor shall furnish all items as described in the statement of work. DELIVERY DELIVERY GLA Interior Designer will coordinate the delivery date and time with the selected vendor. INSTALLATION GLA Interior Designer will coordinate the installation date and time with the selected vendor. Installation to include putting together only two (2) of the 30x60 adjustable desk with modesty/tackable screen. All other items to be drop shipped. EVALUATION OF PROPOSALS Proposals shall be evaluated based on in order of importance Price, Quality, Time of Delivery. INSPECTION AND ACCEPTANCE The Interior Designer shall inspect the delivery and sign off of any and all missing or damaged products in the form of a delivery manifest, vendor provided. The Interior Designer shall ensure all delivery of merchandise is completed and received satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTS Vendor shall deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Vendor shall package to prevent damage or deterioration during shipment, handling, storage and installation. Vendor shall store products in dry condition inside enclosed facilities. All prices quoted at the placement and acceptance of order shall be firm fixed price. All delayed delivery arrangements, within 60 days, shall be at no additional cost to the Government. Interference to Normal Function: The selected vendor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, work performance may be stopped and rescheduled at no additional cost to the government. The selected vendor s personnel shall inform the Interior Designer or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with Interior Designer or designee. ATTACHMENT 1 Salient Characteristics & Specifications for Haworth Planes Height Adjustable Tables Department of Veterans Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Project: VAGLAHCS Height Adjustable Tables Project - Stock Transaction Number: 691-18-3-5064-0126 GENERAL VA Greater Los Angeles Healthcare System is in need of Adjustable Height Tables to accommodate not only Ergonomics but to also to replace those that area worn, broken and beyond warranty and repair, as well as additional ordered to keep in stock. 2. STATEMENT OF LINE REQUIREMENTS Planes Height Adjustable Table Adjustable height allows universal comfort that encourages productivity C-leg base allows for knee clearance and room for lower storage Electric adjustment provides several ranges of height Optional wire management storage under the work surface that can keep wires organized Optional privacy screens that attach to the table 3. PRODUCT SPECIFICATION AND MEASUREMENTS Planes Height Adjustable Table Single Sided Bench, Freestanding, Electrical Adjustment QTY: (30) Planes Tables, 30x60 w/ attached Modesty Screens & Tack board Combo (15) Planes Tables, 30x48 w/ attached Modesty Screens & Tack board Combo (30) Planes Tables, 24x60 w/ attached Modesty Screens & Tack board Combo (15) Planes Tables, 24x48 w/ attached Modesty Screens & Tack board Combo (10) Planes Tables, 24x40 w/ attached Modesty Screens & Tack board Combo Finishes: Laminate top Absolute Acajou (WY160SD) Trim/Frame Smoke 1 3/16 thick top C-leg base with two telescoping posts Power and data included Electric height adjustable controls Height adjustment: 1.4 per second Includes a power cord that connects to the electric height adjustment mechanism Glides included Weight capacity: 250 lbs 5. ENVIRONMENTAL REQUIREMENTS/Sustainability: Planes Height Adjustable Table BIFMA level 3 GREENGUARD FSC Contributes to LEED ETL Listed to US 962 Manufactured in the USA 88% recyclable materials 63% recycled content 6. WARRANTY Limited Lifetime Warranty The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) 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? (4) 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? (5) 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. (6) 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? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, August 14, 2018 at 2:00 PM PDT. 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. Please reference 36C26218Q9924, HAYWORTH ADJUSTABLE TABLES.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9924/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9924 36C26218Q9924.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4531379&FileName=36C26218Q9924-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4531379&FileName=36C26218Q9924-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9924 36C26218Q9924.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4531379&FileName=36C26218Q9924-000.docx)
- Place of Performance
- Address: VA WEST LOS ANGELES HEALTHCARE SYSTEM;11301 Wilshire Blvd.;Warehouse Bldg. 297;Los Angeles, CA
- Zip Code: 90037
- Zip Code: 90037
- Record
- SN05027885-W 20180810/180808231638-8c948d67a406ecc892b2e0a2bc3d5c34 (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 |