Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
DOCUMENT

71 -- WIELAND SAUDER RECLINER The purpose of this Amendment is to extend the closing date of the solicitation to allow vendors more time to prepare an offer. - Attachment

Notice Date
8/13/2018
 
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
36C24718Q9453
 
Response Due
8/15/2018
 
Archive Date
9/29/2018
 
Point of Contact
Darius Crane
 
E-Mail Address
Contract Specialist
(darius.crane@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 36C24718Q9453 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 36C24718Q9453 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 Brand Name or EQUAL item(s):  ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 WIELAND SAUDER OR APPROVED EQUAL, ACCORD TRENDELENBERG RECLINER,WIDE, URETHANE ARM, FINISH: SABLE, UPHOLSTERED ARM INSERT, INTELLITRAC CASTER SYSTEM, TRANSFER ARM, LEFT FACING, URETHANE PUSHBAR LOCAL STOCK NUMBER: 65W981T 20.00 EA __________________ __________________ 0002 WIELAND SAUDER OR APPROVED EQUAL, ACCORD TRENDELENBERG RECLINER, WIDE, URETHANE ARM LOCAL STOCK NUMBER: 65W981T 63.00 EA __________________ __________________ 0003 INSTALLATION LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0003 SHIP TO: DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VAMC 109 BEE STREET Charleston, SC 29401-5799 USA ALL 45 DAYS ARO MARK FOR:                                   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.   B.5 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. The space will be made ready for the installers to install the new furniture. The space is currently occupied and the work shall be done after-hours or on a weekend. Period of Performance: The installation is to start within 85 working days (12 weeks) of award/review and agreement per all parties and be completed within 30 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 clinic hours and/or weekends so as not to disturb clinic hours and patient appointments. Installation shall be performed in four phased deliveries, (20) chairs in one day. Type of Contract: FIRM FIXED PRICE Delivery Location: Ralph H. Johnson VA Medical Center 3rd and 4th floors, Inpatient and Chemo Infusion Units 109 Bee Street, Charleston, SC 29401 POC: Suzette Poletti 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 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 shall install all furniture per specification and assemble as much as possible before delivery. 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. All deliveries shall be made to the loading dock at the rear of the Medical Center, and service elevators shall be used to transport the new chairs and remove existing chairs to the floors as required. The Contractor shall remove all debris, packaging and cardboard from the Medical Center. Contractor shall remove and dispose of all existing chairs as listed in Section J of this Statement of Work. SCHEDULE FOR DELIVERABLES The Contractor shall complete the date in section A.2 for each deliverable specified. 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 CHARACTERSITICS: Patient Recliners: Salient characteristics to apply to all recliners: 25yr Manufacturer s warranty, includes the structural frame, the laminated veneer or construction of the arms, delamination of the table tops, injected foam and all fasteners and moving parts. Fabric is warranted for 5 years. Trendelenberg recline feature for safety 500 lb. weight capacity Meet or exceed ANSI/BIFMA standards for commercial office furnishings. Meet Class A, ASTM E-84, and NFPA-101 requirements Demonstrate achievement of ISO production facility standards, satisfy at least 70% of the VA Green Initiatives, and preferred to meet BIFMA LEVEL Standards for manufacturing, sustainability, worker environments, and community involvement. 100% Manufactured in the United States of America with limited foreign components. Ensure product availability for a minimum of 10 years on mechanism and 25 years on overall chair from date of purchase Refer to VA standards of Infection Prevention for best practices to be applied to the selection of furnishings choices to include elimination of crevices, ease of cleaning surfaces, durability and resistance to scratching or chipping, and lack of exposed rough edges. Changeable components for ease of repair-all upholstery is renewable in the field, so if one piece such as a seat cushion is damaged, it can be replaced without the entire chair going to an upholstery shop. Moisture barrier for the foam is standard to help with infection control and prevent damage from body fluids. Brake pedals are accessible from both sides of the chair for ease of use for nursing staff. Release lever for reclining is on both sides of the chair, and the full length which allows for ease of use by patients and staff, particularly patients if they have limited mobility. SPECIFICATIONS: Manufacturer: Wieland or approved equal Description: Accord Patient recliner Product No: 65W981T Size: 30.75 W X 34.25 D X 45.75 H; 23.5 SW, 21 SD Features: Urethane arm cap; finish: sable Standard moisture barrier Flip Table, thermofoil; finish: chocolate 72010 Casters; finish: grey Powdercoated finish: sable Footrest included Trendelenberg recline Upholstered arm insert; finish: CF Stinson Corium; Color: TBD Smart Steer Urethane pushbar; finish: sable Intellitrac caster system Grade G fabric-two tone; CF Stinson Corium; Color: TBD; CF Stinson Juxy; Color: TBD. Transfer arm, (1) side per chair; Quantity = (20); Location: Community Living Center. Total Quantities: Recliners with all features above including the transfer arm: Quantity = (20). All other recliners shall have the features above, but without the transfer arm: Quantity = (63). Total Quantity = (83). REMOVAL OF EXISTING RECLINERS: 3RD Floor: remove (10) chairs from Inpatient Rooms 4th Floor: remove (12) recliner chairs from Chemo Infusion Clinic; remove (20) recliner chairs from Inpatient Rooms. Total existing recliner chair removal = (42). END SOW (vi)  The items for this solicitation are to be delivered to:                             DELIVER TO: DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VAMC 109 BEE STREET Charleston, SC 29401-5799 USA (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- Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3. If paragraph (j) of the provision is applicable, a written submission is required. (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 August 15, 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: RECLINER 36C24718Q9453 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9453/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9453 36C24718Q9453_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537925&FileName=36C24718Q9453-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537925&FileName=36C24718Q9453-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05034981-W 20180815/180813231617-b7f9d712ec6d12f207f386773f08f91f (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.