SOLICITATION NOTICE
71 -- Furniture, Patio Tables/Chairs/Lounge Seating, Dayton
- Notice Date
- 8/2/2022 12:53:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0945
- Response Due
- 8/9/2022 11:00:00 AM
- Archive Date
- 08/19/2022
- Point of Contact
- Tanesha Reese, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
Tanesha.reese@va.gov
(Tanesha.reese@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS CONTRACTING OFFICE ADDRESS: Department of Veterans Affairs, Regional Procurement Office Central, Network Contracting Office (NCO) 10, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131. DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). T The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-01, effective November 4, 2021. This procurement is a 100% Service-Disabled Veteran Owned Business set-aside. This requirement will be awarded on all-or-none basis. The Government will issue a Firm-Fixed Price, brand name only purchase order resulting from this solicitation.The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, Patio furniture Manufacturing with a large business size standard of 1000 employees. Dayton VA Medical Center 4100 W. Third St. Dayton Ohio 45428 Whole Health Outdoor Space All interested companies shall provide quotations for the following: LINE ITEMS: Furniture delivery and installation shall be required in B330 Back Outdoor Patio Space, 1 Phase (see attached plan). Receiving dock is available. Requirements of Space: (MFR: Lanscape Forms Or Equal ) UPFIT STRUCTURE 21'-4"" X 16'-0"" X 10' HIGH STRUCTURE WITH LOUVERED ROOF, POWDERCOAT FINISH TO BE DETERMINED INCLUDES (2) 72"" HIGH GREEN GLASS PANELS (10) 72"" HIGH HORIZONTAL SLATTED PANELS (2) 108"" HORIZONTAL SLATTED SLIDING PANELS. *** INCLUDES INSTALLATION HOWEVER DOES NOT INCLUDE THE FOOTINGS REQUIRED FOR THE STRUCTURE*** LANDSCAPE FORMS,INC. 1 HCJC-FO-SN - HC,JANUS et Cie,Forest,Side Chair 9 HCJC-FO-S3L - HC,JANUS et Cie,Forest,Barstool,Low Back 9 HCJC-JC-DGS 1-N3636NC - HC,JANUS et Cie,JANUScafe,Table,Demi-Sec Grande Stainless Steel Base,Std Height,36 Round CHPL Top 3 HCJC-JC-DGS 3-N3636NC - HC,JANUS et Cie,JANUScafe,Table,Demi-Sec Grande Stainless Steel Base,Bar Height,36 Round CHPL Top 3 HCJC-GG-Ll ,JW9-1200 HC,JANUS et Cie,Gigi II,Cocoon Chair VELLUM, POLISHED STAINLESS GRD B 6 HCJC-GG-CTL1-R HC,JANUS et Cie,Gigi II, Cocoon Chair, Seat Cushion,Standard, Reticulated Foam (ATHENA_-.EC) ATHENA GRD D , JEC-116 FALCON GRD D 6 HCJC-GG-CBL 1-M HC, JANUS et Cie, Gigi II, Cocoon Chair, Back Pillows (2), Standard Foam, Water Resistant Muslin Wrap (ATHENA .,EC) ATHENA GRD D, JEC-116, FALCON GRD D 6 734-01-533- 71-00 GINA SERIES DINING TABLE, RECT 320 - DRIFTWOOD, PREMIUM TEAK WITH PAINTED FINISH, 126"" LONG X 39.25"" WIDE *REFERENCE QUOTE #1449590A * JANUS ET CIE 1 732-01-308- 00-00 TITAN UMBRELLA, TILT CANTILEVER, 300X400 RECT FRAME, 13'-l""W X 11'-2"" D, INCLUDES UMBRELLA CANOPY #832-01-308-01-99 STORAGE SLEEVE #732-94-406-00-00 GRANITE BASE, 42""SQUARE #732-96-711-24-01 (2) GRANITE BASE (SET OF 2) #PARTS 732-60-080 JANUS ET CIE 3 736-94-585- 03-00 VINO OTTOMAN/TABLE, 34.5"" DIAMETER, PAINTED GLASS TOP, FIBER BASE WITH TOP #936-94-585-91-01 JANUS ET CIE 2 DESIGN 1 DELIVERY OF FURNITURE AND UMBRELLAS 1 Statement of work Background The Veterans Health Administration (VHA) has a requirement for healthcare furniture for the Whole Health Outdoor Space, located at Dayton VA Medical Center, that meets the VHA IDIQ specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes healthcare furniture and professional installation, to include receive, delivery, and installation. Service required is detailed in SV1, Healthcare Furniture technical requirements per VHA Healthcare Furniture multiple award IDIQ. Healthcare furnishings include Lanscape Form Upfit outdoor structure consisting of horizontal slatted panels, louvered roof and glass marker board panels. Patio furniture consisting of tables, chairs, bar height tables and chairs and outdoor lounge seating. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. TECHNICNAL REQUIREMENTS: PRODUCT All finished surfaces shall be free of scratches, marks, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. Complete manufacturer s product specifications Physical finish samples PART OF FINAL SUBMISSION FOR VA APPROVAL Quantity of man hours for labor/installation Product literature Warranty Self-certifying statement confirming ability to meet project deadlines Volume 2: (pricing) Price quote with separate line for labor/installation Bill of Materials with subtotals and tagged per CLIN/ floorplan SERVICES Service required is detailed in SV1 Receive/Delivery/Installation 1 Phase Outdoor Space Behind Building 330 Delivery Location B330 Dock, elevator access and dock access Design Contract Tasks/Requirements The contractor may be requested to attend a minimum of three (3) in-person meetings at the Dayton VA Medical Center to review final award with VA Interior Designer and End Users, and to make necessary revisions. During first meeting the contractor shall provide the Interior Designer with the Auto-Cad drawings to [1/4 1/8 ] scale drawings showing layouts of awarded product. The contractor shall allow for three (3) revisions per line item included in design services including updating Auto-Cad Drawings and PDFs as request by VA Interior Designer. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order. The contractor shall be responsible for providing all sample materials for awarded product (2-Day Delivery) as requested by VA Interior Designer. The product must not be placed into production without clearance from the VA COR. The contractor shall provide final, clean [1/4 1/8 ] scaled drawings of product layout for sign-off prior to scheduling manufacturing. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email. The contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA Interior Designer a remediation plan within 5 business days. The contractor shall provide 90 days free storage. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. Work Required by Others All work required by other trades shall be identified under this section by the Bidder. SECURITY REQUIREMENTS: There are no areas of vulnerabilities or patient identifiable information affected by this project. HOURS OF WORK: Work shall be performed during normal hours, between the hours of 8:00am 4:30pm, Monday through Friday, and shall be completed within one (1) week of starting. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a National Holiday by the U.S. Government agencies. Also included shall be any day specifically declared by the President of the United States of America as a National Holiday. PLACE OF PERFORMANCE: Dayton VA Medical Center 4100 W. Third St. Dayton Ohio 45428 Whole Health Outdoor Space. The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items; 852.203-70; 852.219-10; 852.232-72; 852.246-71; FAR 52.252-2; 52.232-40; http://www.acquisition.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp (end of addendum 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.232-38, and http://www.va.gov/oal/library/vaar/index.asp (end of addendum 52.212-1) 52.212-2 evaluation factors: Technical; Delivery; Past Performance; and Price. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offer and evaluation of award: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: A price comparison along with Technical Acceptability, Delivery, and Warranty. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. All offerors should submit the following: 6. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: Tanesha.reese@va.gov 7. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on an FSS/GSA schedule awarded to the Contractor include the schedule information on your quote. Quotes are to be broken out to include line-item pricing for each line item RESPONSES ARE DUE: Tuesday August 9, 2022 4pm est. Offers will only be accepted electronically via e-mail to Tanesha.reese@va.gov. Enter RFQ 36C25022Q0945 Patio space and furniture in the email subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/27576180b26148c6b6ee1b4f01076084/view)
- Place of Performance
- Address: Dayton VA Medical Center 4100 W. Third St., Dayton 45428
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN06411493-F 20220804/220802230124 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |