MODIFICATION
71 -- Furniture for the Miami VA Medical Center
- Notice Date
- 8/3/2013
- Notice Type
- Modification/Amendment
- Contracting Office
- 1201 NW 16th Street, Miami, FL 33125
- ZIP Code
- 33125
- Solicitation Number
- VA248-13-Q-1911_
- Response Due
- 8/9/2013
- Archive Date
- 2/5/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA248-13-Q-1911_ and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 423210 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-08-09 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The VHA NCO 08 - 546 - Miami, FL requires the following items, Brand Name or Equal, to the following: LI 001: COMPASS MODULAR MEDICAL SYSTEM TO BE SUPPLIED, SHIPPED, DESIGNED, AND INSTALLED IN THE GOLD TEAM AREA. EXAM ROOM TYPICAL WITH ROTATING WORKSTATION INCLUDING THE FOLLWOING COMPONENETS: UPPER AND LOWER CABINETS SINK TWO BARS FOR ETHOSCOPE AND PRESSURE METER COMPUTER MONITOR ERGONOMIC BRACKET INTEGRATED AND IMPERVIOUS SURFACE, ANTIMICROBIAL, ANTIMILDEW MADE OF RECYCLE MATERIALS COMPLIANCE WITH ADA REQUIREMENTS ALL COMPONENTS INTERGRATED, (TRASH CAN,TOWEL DISPENSER, SOAP DISPENSER ETC) ENERGY AND WATER EFFICIENT, 3, EA; LI 002: SEATING +Wk Chr,Aeron,Std-Ht Pneu.,Tlt Lim/Ang,Adj Arms,NonuphstPds/B PJ +adjustable PostureFit support G1 +graphite C7 +2 1/2" caster, black yoke, hard floors or carpet BK +black 3D +pellicle-Pr Cat 1 01 +pellicle classic carbon HGC AE113AWC +Wk Chr,Aeron,Std-Ht Pneu.,Tlt Lim/Ang,Adj Arms,NonuphstPds/C, 15, EA; LI 003: +Wk Chr,Aeron,Std-Ht Pneu.,Tlt Lim/Ang,Adj Arms,NonuphstPds/C PJ +adjustable PostureFit support G1 +graphite C7 +2 1/2" caster, black yoke, hard floors or carpet BK +black 3D +pellicle-Pr Cat 1 Unkno, 5, EA; LI 004: A-EXAM ROOM Paper Tray 10W WN +warm grey neutral TAG: SPINAL CORD INJURY - CLINICAL STATIONS., 10, EA; LI 005: Diagonal Tray WN +warm grey neutral, 5, EA; LI 006: +LT Series Keyboard Solutions,Fully Adj,20" aluminum tray w/swivel mouse Tray 19In Trk, 5, EA; LI 007: +Tile Adapter 16H, 40, EA; LI 008: +Tile Adapter 8H, 10, EA; LI 009: +Wall Strip,No Wall Fastener 40H, 10, EA; LI 010: +Wall Strip,No Wall Fastener 64H, 15, EA; LI 011: +Trim Strip 48H CN +metallic champagne, 10, EA; LI 012: +Trim Strip 64H CN +metallic champagne, 10, EA; LI 013: +Tile,Face Pntd 16H 24W WN +warm grey neutral, 15, EA; LI 014: +Tile,Face Pntd 08H 24W WN +warm grey neutra, 5, EA; LI 015: Tile,Tackable 16H 24W 1V +violetta-Pr Cat 4 03 +violetta alfredo, 10, EA; LI 016: +Tile,Rail 16H 24W CN +metallic champagne, 5, EA; LI 017: +Tile,Vert Storage 16H 24W CN +metallic champagne BU +black umber, 10, EA; LI 018: +Rect Surf,Sq-Edge,Lam top/thermo edge,Surf attach bracket 24D 48W LA +light ash, 5, EA; LI 019: +Work Surf Support Bracket,R WL +sandstone, 5, EA; LI 020: +Work Surf Support Bracket,Lft WL +sandstone, 5, EA; LI 021: +Support Panel,Wk Surf Lam,End,Glides 24D WN +warm grey neutral, 5, EA; LI 022: Task Light,E.E.,No Dim,C-Style/E3234,Canada 24W WN +warm grey neutral, 5, EA; LI 023: +Flip Door Unit,C-Style,Std Mech,Pntd,No Lift Hndle 24W KA +keyed alike E1 +for Ethospace System CN +metallic champagne CN +metallic champagne, 5, EA; LI 024: +Flip Door Unit,C-Style,Std Mech,Pntd,No Lift Hndle 24W KA +keyed alike E1 +for Ethospace System CN +metallic champagne CN +metallic champagne NH +brushed nickel 3M +drawer divider in one box drawer,, 5, EA; LI 025: +Lock Plug and Key,Chrome UM Series #230, 15, EA; LI 026: +Side Chr,Aside,Nonuphst Outer Back MA +metal arms HG +glide with insert, carpet or hard floors MT +medium tone 3P +colorguard vinyl-Pr Cat 1 B2 +colorguard vinyl sea grass, 10, EA; LI 027: +Wk Chr,Mirra,Std-Ht,Tlt Lim,Adj Arms/Fixed Seat,TriFlex Back AJ +adjustable lumbar support G1 +graphite C7 +2 1/2" caster, black yoke, hard floors or carpet G1 +graphite BK +black 3Q +aireweave-Pr C, 5, EA; LI 028: ERGONOMIC SEATING CONSISTING OF AERON CHAIRS SIZES A,B,C MIRRA CHAIRS COLOR: GRAPHITE LUMBAR SUPPORT, 100, EA; LI 029: +Wall Rail 36W, 100, EA; LI 030: WALL ANCHORS 100 PKG, 50, EA; LI 031: RAIL ATTACHED S TILE 64H, 100, EA; LI 032: +Stile Lockdown, 100, EA; LI 033: +Rotating Work Surface Tile,durawrap, 50, EA; LI 034: +Utility Tile,durawrap,electric prtl-hght upper,middle tile position,2 single cutouts center row 1, 36W HM +natural maple, 50, EA; LI 035: +Utility Support Rail,36W, 50, EA; LI 036: +Conduit Electrical Junction Box, pkg for 1 junction box, 100, EA; LI 037: +Rotating Work Surface Arm, 50, EA; LI 038: +Rotating Work Surface Top,corian QB BISQUE, 50, EA; LI 039: +Rotating Work Surface Support Bracket, 50, EA; LI 040: +Storage Cabinet,durawrap 3D lam,double doors, 06H 36W HM +natural maple HM +natural maple, 50, EA; LI 041: +Close-out Side,Lft,no cutout(s)for wall rail, 89H, 50, EA; LI 042: +Close-out Side,Rt,no cutout(s)for wall rail, 89H, 50, EA; LI 043: +Close-out Bottom,not for use next to bed tile, 36W, 50, EA; LI 044: +Close-out Sloped Cabinet Top, 6D 36W, 50, EA; LI 045: +Flo Sngle-Screen Monitor Arm Support,Rail Tile Mount(Etho/Canvas) Clamp(Y91171.T2), 50, EA; LI 046: +Flo Sngle-Screen Monitor Arm Support,Thro-Surf Mnt, up to 2 3/4" thick 01 silver, 50, EA; LI 047: +Track Mount Small Cradle CPU Support, 50, EA; LI 048: +Wall Rail 48W, 100, EA; LI 049: +Wall Rail End Cap, 2/Pkg, 100, EA; LI 050: +Wall Anchors, 100/Pkg, 50, EA; LI 051: +Rail-Attached Stile 64H, 200, EA; LI 052: +Stile Lockdown, 200, EA; LI 053: +Stile Connector Kit, 50, EA; LI 054: +Face Tile,durawrap 3D lam 20H 36W HM +natural maple, 50, EA; LI 055: +Above-Sink Tile,corian 20H, 50, EA; LI 056: +Utility Tile,durawrap,electric prtl-hght upper,middle tile position,2 single cutouts center row 1, 24W, 50, EA; LI 057: +Utility Support Rail,24W, 50, EA; LI 058: +Conduit Electrical Junction Box, pkg for 1 junction box, 100, EA; LI 059: +Work Surface w/backsplash,corian 13D 24W, 50, EA; LI 060: SINK FAWCET HOLES 13D QB BISQUE, 50, EA; LI 061: +Sink Enclosure,durawrap 13D 24W, 50, EA; LI 062: +Faucet,ac powered faucet sensor, 50, EA; LI 063: +Drawer Module,durawrap,3-6"-high drawers,flex pull,lock,13D HM +natural maple HM +natural maple 5B +java DRL +drawer liner, 50, EA; LI 064: +Glove Cabinet,durawrap 3D lam,Lft-hinged door, 24W, 50, EA; LI 065: +Paper Towel Cabinet,durawrap 3D lam,Rt-hinged door, 24W HM NATURAL MAPLE HM NATURAL MAPLE, 50, EA; LI 066: +Close-out Side,Lft,no cutout(s)for wall rail, 89H, 50, EA; LI 067: +Close-out Side,Lft,no cutout(s)for wall rail, 89H, 50, EA; LI 068: +Close-out Bottom,not for use next to bed tile, 48W, 50, EA; LI 069: +Close-out Sloped Cabinet Top, 6D 48W, 50, EA; LI 070: +Accessory Rail 24W, 50, EA; LI 071: UNIVERSAL RAIL CLAMP, 100, EA; LI 072: +Wk Chr,Mirra,Std-Ht,Tlt Lim,Adj Arms/Seat,TriFlex Back AJ +adjustable lumbar support G1 +graphite C7 +2 1/2" caster, black yoke, hard floors or carpet G1 +graphite BK +black 3Q +aireweave-Pr Cat 1 1, 50, EA; LI 073: +Side Chr,Aside,Nonuphst Outer Back MA +metal arms HG +glide with insert, carpet or hard floors MS +metallic silver 7Y @bingo-Pr Cat 4 23 +bingo seaport, 100, EA; LI 074: Panel,Hard Npwr 67H 18W WN @warm grey neutral WN @warm grey neutral MT @medium tone TAG: RESEARCH PHARMACY, 6, EA; LI 075: Panel,Hard Npwr 67H 24W WN @warm grey neutral WN @warm grey neutral MT @medium tone TAG: RESEARCH PHARMACY, 1, EA; LI 076: Panel,Hard Npwr 67H 30W WN @warm grey neutral WN @warm grey neutral MT @medium tone TAG: RESEARCH PHARMACY, 2, EA; LI 077: +Conn,2-Way 90 Deg Hard 85H WN +warm grey neutral MT +medium tone TAG: RESEARCH PHARMACY, 11, EA; LI 078: Fin End 67H WN +warm grey neutral MT +medium tone TAG: Research Pharmacy, 8, EA; LI 079: +Work Surf,Sq-Edge Rect Lam 24D 30W HX +aged cherry WN +warm grey neutral TAG: RESEARCH PHARMACY, 3, EA; LI 080: +Work Surf,Sq-Edge Rect Lam 24D 60W HX +aged cherry WN +warm grey neutral TAG: RESEARCH PHARMACY, 1, EA; LI 081: +Flip Dr,B-Style Paint,W/Lock 16D 30W 15-1/2H KA +keyed alike WN +warm grey neutral TAG: RESEARCH PHARMACY, 2, EA; LI 082: A3390.30 +B-Style Flipper Dr Back Panel 30W WN +warm grey neutral TAG: RESEARCH PHAMACY, 2, EA; LI 083: +Wall Start 62H WN +warm grey neutral TAG: RESEARCH PHARMACY, 1, EA; LI 084: +Wall Strip 60H WN +warm grey neutral, 4, EA; LI 085: +Draw Rod 62H, 2, EA; LI 086: +Draw Rod 80H, 14, EA; LI 087: +Lateral File Bev Pull 3-High 42W 20D SS +smooth paint on smooth steel CN +metallic champagne T1 +1"-high painted metal top with squared edge F +Fixed 2-Half Ht. 13-1/8 9T +Movable Partitions KC +keyed differently, chrome N +fixed front 11-3/4 9P +Front to Back Hanging N +fixed front 11-3/4 9P +Front to Back Hanging CB +counterweight B2 +Base 1-1/2 in H, 2, EA; LI 088: +Lat File,W-Pull Freestd 3 Dwr 30W SS +smooth paint on smooth steel CN +metallic champagne KA +keyed alike CB +counterweight (recommended) 1R +front-to-back filing rail, 2, EA; LI 089: +Lat File,W-Pull Freestd 3 Dwr 36W SS +smooth paint on smooth steel CN +metallic champagne KA +keyed alike CB +counterweight (recommended) 1R +front-to-back filing rail, 2, EA; LI 090: +Lat File,W-Pull Freestd 3 Dwr 42W SS +smooth paint on smooth steel CN +metallic champagne KA +keyed alike CB +counterweight (recommended) 1R +front-to-back filing rail, 3, EA; LI 091: +Lock Plug and Key,Chrome UM Series #301, 2, EA; LI 092: +Lock Plug and Key,Chrome UM Series #302, 1, EA; LI 093: +Lock Plug and Key,Chrome UM Series #303, 1, EA; LI 094: +Lock Plug and Key,Chrome UM Series #304, 1, EA; LI 095: +Lock Plug and Key,Chrome UM Series #305, 1, EA; LI 096: +Lock Plug and Key,Chrome UM Series #306, 1, EA; LI 097: +Lock Plug and Key,Chrome UM Series #307, 1, EA; LI 098: +Lock Plug and Key,Chrome UM Series #308, 1, EA; LI 099: Table,Process w/Casters Adj Ht 30D 72W WN +warm grey neutral, 1, EA; LI 100: +Drawer,B-Size,No Lock 3B +beachglass, 3, EA; LI 101: +Shelf Unit,5 Shlvs and 34H, 16D 30W WN +warm grey neutral, 12, EA; LI 102: +Shelf Unit,5 Shlvs and 34H, 16D 36W WN +warm grey neutral, 8, EA; LI 103: P64572 244079-WN SIDE PANELS FOR SHELF UNIT 5 SHELVES WN +warm grey neutral * 4 FOR 24" SHELF UNIT * 12 FOR 36" SHELF UNIT, 16, EA; LI 104: @Common Size File Top,Laminate,Sq-Edge (A) 2 @two units deep 20 @20" deep - first row 20 @20" deep - second row 1 @one unit wide 42 @42" wide 0 @no overhang(depth) EZ @standard HMI laminates HX @aged, 1, EA; LI 105: @Sq-Edge Vinyl Oval Table,Lam Top S @segmented base 54 @54" deep 090 @90" wide HX @aged cherry HX @aged cherry MT +medium tone PA @polished aluminum, 1, EA; LI 106: @Twist LED Task Light,Starter unit,Brkt Att, 1, EA; LI 107: @Twist LED Task Light,Add-on unit,Brkt Att, 1, EA; LI 108: @Clam Adj CPU Holder,Small 0I @silver, 1, EA; LI 109: @Clam CPU Holder Lock Kit 0I @silver, 1, EA; LI 110: +Universal CPU Holder Slide & Kit, 13 3/4" long 0H +black, 1, EA; LI 111: Delivery, Installation, and any services related to the proper intended performance of all items to include any necessary removal and disposal of old items. Any and all deliverables, installation, and services shall be coordinated with the Government prior to the beginning of any performance of all aforementioned items. All performance shall adhere to any and all Federal, State, Industry, and Local: Laws, Policies, Procedures, Standards, Codes, and any other applicable doctrine for proper intended use of aforementioned items., 1, JB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 08 - 546 - Miami, FL intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 08 - 546 - Miami, FL is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Supplies and services from or through the sources and publications listed below in descending order of priority -- (1) Supplies. (i) Agency inventories; (ii) Excess from other agencies (see Subpart 8.1); (iii) Federal Prison Industries, Inc. (see Subpart 8.6); (iv) Supplies which are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see Subpart 8.7); (v) Wholesale supply sources, such as stock programs of the General Services Administration (GSA) (see 41 CFR 101-26.3), the Defense Logistics Agency (see 41 CFR 101-26.6), the Department of Veterans Affairs (see 41 CFR 101-26.704), and military inventory control points; (vi) Mandatory Federal Supply Schedules (see Subpart 8.4); (vii) Optional use Federal Supply Schedules (see Subpart 8.4); and (viii) Commercial sources (including educational and nonprofit institutions). (b) Sources other than those listed in paragraph (a) of this section may be used as prescribed in 41 CFR 101-26.301 and in an unusual and compelling urgency as prescribed in 6.302-2 and in 41 CFR 101-25.101-5. (c) The statutory obligation for Government agencies to satisfy their requirements for supplies or services available from the Committee for Purchase From People Who Are Blind or Severely Disabled also applies when contractors purchase the supplies or services for Government use. 808.002 Priorities for use of Government supply sources. (a) Supplies. (1) As used in FAR 8.002(a)(1)(i), the term agency inventories includes Supply Fund Stock and VA Excess. (2) A national committed use contract awarded by the VA National Acquisition Center has a priority between wholesale supply sources (FAR 8.002(a)(1)(v)) and mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). (3) Federal Supply Schedule contracts awarded by the VA National Acquisition Center in Federal Supply Classification (FSC) Groups 65 and 66 shall be mandatory for use by VA and shall have the same order of priority as mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). VA contracting officers must place orders against Federal Supply Schedules contracts awarded by the VA National Acquisition Center in FSC Groups 65 and 66 in the following descending order of priority: (i) Nationally awarded Blanket Purchase Agreements (BPAs), issued by the VA National Acquisition Center against Federal Supply Schedules. (ii) Multi-VISN, single-VISN, or locally awarded BPAs, issued by VISN, regional, or local VA contracting officers against Federal Supply Schedules. (iii) Federal Supply Schedules without BPAs. (4) Indefinite delivery indefinite quantity (IDIQ) contracts, awarded by VISN, regional, or local facility VA contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts shall have an order of priority between optional use Federal Supply Schedules (FAR 8.002(1)(a) (vii)) and commercial sources (including educational and nonprofit institutions) (FAR 8.002(1) (a)(viii)). VA contracting officers must place delivery orders against IDIQ contracts, awarded by VISN, regional, or a local facility contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts in the following descending order of priority: (i) VISN or regionally awarded contracts. (ii) Locally awarded contracts. In addition to utilizing the 8.002 and VAAR 808.002 priority, 819.7004 Contracting Order of Priority: The contracting officer may consider, in the following order of priority, contracting preferences that ensure contracts will be awarded: (a) To SDVOSBs; (b) To VOSB, including but not limited to SDVOSBs; (c) Pursuant to (1) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (2) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and (d) Pursuant to any other small business contracting preference. The prices quoted for this solicitation/bid are good through possible contract award. Offerors shall be flexible to the possible date of award for all pricing. The attached RFQ Document shall be completed, signed, and submitted to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA248-13-Q-1911_/listing.html)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN03137012-W 20130805/130803233020-75a11960d694cef175ae1f3965c88669 (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 |