Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
MODIFICATION

71 -- Furniture, Bed/Nightstand/Mattress DOM Patient Room Bldg 24, Chillicothe

Notice Date
8/18/2022 10:03:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25022Q0883
 
Response Due
8/25/2022 11:00:00 AM
 
Archive Date
09/24/2022
 
Point of Contact
Tiera Sims, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
tiera.sims@va.gov
(tiera.sims@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items Last Updated: 02/01/22 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 issued as an RFQ (36C25022Q0883). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. This solicitation is a small business set aside, brand name or equal. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127. The PSC is 7195. The Network Contracting Office (NCO) 10, 3 6150 Oak Tree Blvd., Suite 300 Independence OH 44131, is seeking to purchase Ryno Furniture. All interested companies shall provide quotations for the following: Supplies: 50.00 1RYOB-FF-MG RYNO Bedside, Moonwalk Grey, incl. floor fixing kit 50.00 1RYB-MG RYNO Bed, Moonwalk Grey, incl. floor fixing kit 50.00 1TRM6-78-36 TAURUS Foam Mattress Ryno Delivery shall be made within 30 days after receipt of order (ARO). Delivery shall be destination. Place of Performance/Place of Delivery Department of Veterans Affairs Chillicothe VA Medical Center 17273 State Route 104, Bldg. 24 Chillicothe, Ohio 45601 Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. All quotes shall be sent by e-mail only to tiera.sims@va.gov no later than Thursday August 25, 2022, by 2pm local time. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to tiera.sims@va.gov no later than Tuesday August 23, 2022, 2pm local time. Questions received after the specified date and time will not be considered. Point of Contact Tiera Sims Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 Email: tiera.sims@va.gov STATEMENT OF WORK (SOW) 1. Contract Title. Building 24 DOM Replace Patient Room Furniture 2. Background. The old patient room furniture is starting to fall apart and has been repaired a few times over the years. We would like to replace the furniture with Pineapple brand which is specifically made for mental health applications. 3. Scope. Provide 50 Ryno line bedside tables color: moonwalk grey, 50 Ryno Beds color: moonwalk grey, and 50 Ryno Taurus Foam Mattresses. Remove all existing furniture in patient bedrooms (bed, mattress, nightstands) and take furniture to the warehouse Building 23. Install all new furniture in Building 24 Domiciliary 1st and 2nd floors patient bedrooms. Duty hours will be 8am- 4:30pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. 4. Specific Tasks. The contractor shall: If submitting an equal product, please make sure that all specifications match product requested. Provide 50 Ryno line bedside tables color: moonwalk grey, 50 Ryno Beds color: moonwalk grey, and 50 Ryno Taurus Foam Mattresses. Remove old nightstands, beds, and mattresses and take them to the Chillicothe VA warehouse. Install new beds, mattresses, and nightstands ( as specified) in Building 24 domiciliary on the First Floor and Second Floors in patient bedrooms at Chillicothe Ohio VA Medical Center, required in September 2022. The Chillicothe VA Interior Designer (Tia Manring) will be the point of contact for deliveries and installations. If any issues arise the Interior Designer must be notified. If any materials arrive damaged it is to be noted on final paperwork and to be replaced as needed at no cost to the Chillicothe VAMC. Provide maintenance manuals for all products specified. 4.1 Task 1 - Enterprise Management Controls. 4.1.1 Subtask 1 - Integration Management Control Planning Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Volume 1: (technical) Product literature Physical finish samples Warranty. Self-certifying statement confirming ability to meet project deadlines Nightstands - 1RYOB-FF-MG Ryno Bedside 23.4 H | 15.7 W | 13.8 D Weight: 29 lbs. Color: Moonwalk Gray Material: durable polyethylene Include floor fixing kit Beds - 1RYB-MG Ryno Bed 18.9 H | 82.7 L | 39.8 W Mattress tray: 78.7 x 36 Recommended mattress: Taurus or Alpine 78 x 36 Weight: 243 lbs. Color: Moonwalk Gray Material: durable polyethylene Include floor fixing kit Matresses - 1TRM6-78-36 Taurus Mattress 6 H | 78 L | 36 W Weight: 20.5 lbs Color: Blue Material: vinyl cover and multi-density foam Volume 2: (pricing) price quote with separate line for labor/installation Bill of Materials with subtotals and tagged per CLIN/ floorplan Submissions can be sent in multiple emails to avoid computer system email size limitation, to Tiera Sims tiera.sims@va.gov submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. 4.1.2 Subtask 2 - Contract Management. Task order will be evaluated on: Cut sheets with product detail for each line item. Labor/Services appropriate to the scope of work. (no pricing included) Project management plan appropriate to scope of work Sustainability Certification Deliverables: 4.2 Provide 50 Ryno line bedside tables color: moonwalk grey, 50 Ryno Beds color: moonwalk grey, and 50 Ryno Taurus Foam Mattresses. Remove all existing furniture in patient bedrooms (bed, mattress, nightstands) and take furniture to the warehouse Building 23. Install all new furniture in Building 24 Domiciliary 1st and 2nd floors patient bedrooms. Design Contract Tasks/Requirements 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 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 30 days free storage. [30 days standard. Edit for additional time if needed] 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. 5. Performance Monitoring The COR will be on site or available during delivery/install of products listed in this SOW. When the install is complete the COR shall sign off on paperwork from vendor confirming that everything is complete and acceptable. If anything is not complete or items were damaged that must be noted in paperwork and corrected as soon as possible. 6. Security Requirements The contract will not have access to medical or patient information. The C&A requirements do not apply and a Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. General All finished surfaces shall be free of scratches, mars, 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. e. Inspection and Acceptance Criteria. The COR/VA representative will do Inspection and Acceptance. 9. Risk Control 10. Place of Performance. Chillicothe VA Medical Center 17273 State Route 104 Chillicothe Ohio 45601 at Building 210 and Building 211. 11. Period of Performance. September 2022. 12. Delivery Schedule. September 2022. The install should only take 1-3 days total. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (May 2022) 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. The following contract clauses apply to this acquisition: 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN2020) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) 852.233-70, Protest Content/Alternative Dispute Resolution 852.233-71, Alternate Protest Procedure VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION) The following solicitation provisions apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Tiera Sims Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 Email: tiera.sims@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffd891ef99644bd79ddcda13c2571332/view)
 
Place of Performance
Address: Chillicothe VAMC 17273 State Route 104, Chillicothe, OH 45601, USA
Zip Code: 45601
Country: USA
 
Record
SN06431986-F 20220820/220818230120 (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 |
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.