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-1912
- 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-1912 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: Overbed Table OG HONEY MAPLE STANDARD OVERBED TABLE WITH EDGE COLOR: TBD STANDARD OVERBED TABLE BASE COLOR: TBD INCLUDE VANITY TAG: 12CD WARD, 24, EA; LI 002: Bedford Bedside Cabinet BEDSIDE CABINET, 1 DRAWER WITH DOOR YES- RPLACEMENT FEET WITH OP/13LK BLACK CASTERS THAT INCLUDE 2 LOCKING STANDARD PULL OPTION, 24, EA; LI 003: Non-Standard Product NEMSCHOFF CG Nemschoff Non-standard Casegoods Product 2658.18 95694.48 NSP CODE: 410019.500 MODEL C7116800 SPECIAL BEDFORD BFFT55 TV WARDROBE. STANDARD EXCEPT: A.) STANDARD BOTTOM PANEL IS REPLACED WITH 1-1/4 THICK BOTTOM PANEL THAT INCLUDES PVC BUMPER EDGES AROUND THE PERIMETER. THIS PERIMETER OF THIS BUMPER BOTTOM PANEL EXTENDS BEYOND THE OUTSIDE OF THE CABINET AND PULLS ABOVE. B.) WOOD FEET ARE REPLACED WITH BEDFORD 3 INCH TWIN WHEEL RUBBER-TIRED CASTERS. FRONT CASTERS INCLUDE BRAKES. C.) ON THE LEFT SIDE: THE 3 DRAWERS AND TV AREA ABOVE ARE REPLACED WITH 4 DRAWERS THAT ARE 6 INCHES NARROWER THAN STANDARD FOR THIS UNIT. (INSIDE WIDTH OF WOOD DRAWER BOXES SHALL BE NOMINALLY 21 INCHES). C.) ON THE RIGHT: THE WARDROBE IS REDUCED TO A NOMINAL 17 INCH INSIDE WIDTH. D.) ABOVE THE 4 DRAWERS AND WARDROBE IS A SINGLE BEDFORD-STYLE TOP PANEL. E.) INCLUDES GALLERY SIMILAR TO THAT OFFERED WITH THE BEDFORD BEDSIDE CABINETS. F.) THE OVERALL HEIGHT OF UNIT TO THE BEDFORDSTYLE TOP PANEL IS NOMINALLY 37-1/2 INCHES. (THIS HEIGHT DIMENSION DOES NOT INCLUDE THE GALLERY.) FINISH TO BE MAHOGANY. TAG: SPINAL CORD INJURY - PATIENT ROOMS, 36, EA; LI 004: EZ-123 Overbed Tables EZ-123 Overbed Table 557.17 16715.10 0G - HONEY MAPLE STANDARD OVERBED TABLE EDGE COLOR NOT SPECIFIED STANDARD OVERBED TABLE BASE COLOR NOT SPECIFIED INCLUDE VANITY TAG: SICU, MICU, CCU, 30, EA; LI 005: Bedford BFFA01 Bedside Cabinet, 1 drawer with door 768.02 23040.60 REPLACE FEET WTH OP/13LK BLACK CASTERS THAT INCLUDE 2 LOCKING STANDARD PULL TAG: SICU, MICU, CCU, 30, EA; LI 006: EZ-123 Overbed Tables EZ-123 Overbed Table 557.17 16715.10 0G - HONEY MAPLE STANDARD OVERBED TABLE EDGE COLOR NOT SPECIFIED STANDARD OVERBED TABLE BASE COLOR NOT SPECIFIED INCLUDE VANITY TAG: 11AB WARD - PATIENTS' ROOMS, 30, EA; LI 007: Bedford BFFA01 Bedside Cabinet, 1 drawer with door 768.02 23040.60 - REPLACE FEET WTH OP/13LK BLACK CASTERS THAT INCLUDE 2 LOCKING STANDARD PULL OPTION NOT SPECIFIED INCLUDE GALLERY TAG: 11AB WARD - PATIENTS' ROOMS, 30, EA; LI 008: EZ-123 Overbed Tables - HONEY MAPLE STANDARD OVERBED TABLE EDGE COLOR NOT SPECIFIED STANDARD OVERBED TABLE BASE COLOR NOT SPECIFIED INCLUDE VANITY, 64, EA; LI 009: Bedford BFFA01 Bedside Cabinet, 1 drawer with door- REPLACE FEET WTH OP/13LK BLACK CASTERS THAT INCLUDE 2 LOCKING STANDARD PULL OPTION NOT SPECIFIED INCLUDE GALLERY STANDARD BEDFORD FINISH NOT SPECIFIED. YES - INCLUDE LOCK ON DRAWER AND DOOR. YES - INCLUDE PLASTIC DRAWER LINER. (OP/17), 64, EA; LI 010: Non-Standard Product NEMSCHOFF CG Nemschoff Non-standard Casegoods Product NSP CODE: 410019.500 MODEL C7116800 SPECIAL BEDFORD BFFT55 TV WARDROBE. STANDARD EXCEPT: A.) STANDARD BOTTOM PANEL IS REPLACED WITH 1-1/4 THICK BOTTOM PANEL THAT INCLUDES PVC BUMPER EDGES AROUND THE PERIMETER. THIS PERIMETER OF THIS BUMPER BOTTOM PANEL EXTENDS BEYOND THE OUTSIDE OF THE CABINET AND PULLS ABOVE. B.) WOOD FEET ARE REPLACED WITH BEDFORD 3 INCH TWIN WHEEL RUBBER-TIRED CASTERS. FRONT CASTERS INCLUDE BRAKES. C.) ON THE LEFT SIDE: THE 3 DRAWERS AND TV AREA ABOVE ARE REPLACED WITH 4 DRAWERS THAT ARE 6 INCHES NARROWER THAN STANDARD FOR THIS UNIT. (INSIDE WIDTH OF WOOD DRAWER BOXES SHALL BE NOMINALLY 21 INCHES). C.) ON THE RIGHT: THE WARDROBE IS REDUCED TO A NOMINAL 17 INCH INSIDE WIDTH. D.) ABOVE THE 4 DRAWERS AND WARDROBE IS A SINGLE BEDFORD-STYLE TOP PANEL. E. INCLUDES GALLERY SIMILAR TO THAT OFFERED WITH THE BEDFORD BEDSIDE CABINETS. F.) THE OVERALL HEIGHT OF UNIT TO THE BEDFORDSTYLE TOP PANEL IS NOMINALLY 37-1/2 INCHES. (THIS HEIGHT DIMENSION DOES NOT INCLUDE THE GALLERY.) FINISH NOT SPECIFIED TAG: CLC1, 1, EA; LI 011: High Use 360-94 Arm Chair SERIES ONLY PRICING FABRIC SERIES: 4 NO- DO NOT ADD MOISTURE BARRIER. NO - CTB133 (M) MAPLE MODEL. STANDARD MAPLE FINISH NOT SPECIFIED, 58, EA; LI 012: High Use MHBA/3W Bedside Cabinet - 11-49 (M) MAPLE MODEL. STANDARD MAPLE FINISH NOT SPECIFIED. NO- DO NOT INCLUDE LOCKS YES- INCLUDE DRAWER LINERS IN ALL DRAWERS (OP/17) NO- DO NOT INCLUDE CASTERS NO- DO NOT INCLUDE FLOOR FREE SYSTEM, 34, EA; LI 013: 2750 Series 2750-51 S Patient Chair WAIITNG AREA - MULTIPLE FABRICS SEAT FABRIC: FABRIC SERIES: 4 DESIGNER SERIES: MAHARAM PATTERN NAME: LARIAT* COLOR: TBD EMS_FABRIC: MAH LARIAT REMAINDER FABRIC: FABRIC SERIES: 6 DESIGNER SERIES: MAHARAM PATTERN NAME: TBD COLOR: TBD EMS_FABRIC: MAH TBD NO - CTB133 NO- DO NOT ADD MOISTURE BARRIER. ED - AGED CHERRY FINISH B-BLACK URETHANE ARM CAP (STANDARD, 4, EA; LI 014: Cubes & Cylinders 195-CY24 Cylinder, Laminate -B-18 IN HEIGHT HX - AGED CHERRY LAMINATE DO NOT INCLUDE PLINTH BASE, 1, EA; LI 015: 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-1912/listing.html)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN03137013-W 20130805/130803233021-237b044e2e55a0430cd347f4d794aba4 (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 |