DOCUMENT
65 -- SUPPLIES for patient rooms for Women's Clinic* - Attachment
- Notice Date
- 9/25/2014
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- VA Connecticut;950 Campbell Avenue;West Haven CT 06516
- ZIP Code
- 06516
- Solicitation Number
- VA24114Q1109
- Response Due
- 9/27/2014
- Archive Date
- 10/27/2014
- Point of Contact
- SEAN POWERS 203-937-4757
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK 3rd STEP DOWN/SICU Procurement Add-On Items for Activation 689-14-4-7042-0281 September 15, 2014 Department of Veterans Affairs VAMC WEST HAVEN 950 Campbell Avenue Building 1/3rd Floor West Haven, CT 06516 Table of Contents 1.Justification 2.Scope of Work 3.Bid Requirements a.Formatting Requirements b.ANSI/BIFMA Standards c.Brand Name or Equal Bid Requirements d.Installation Contact e.Installer/Installation Requirements f.Safety Plan g.Experience and References h.VA Preferred Vendor List 4.Contractor Requirements 5.Period of Performance 6.Place of Performance 7.Other Considerations for Proposal 8.Payment Schedule 9.Non-Personal Services Statement 10.Furniture Requirements 11.Attachment - Procurement Data Sheet 1. JUSTIFICATION The West Haven VAMC is completing a renovation project to add several products to the newly renovated SICU/STEP DOWN space within VACT. Appropriate furniture, as specified below, will help to create the "home-like, non-institutional, and patient centered environments that imbue healing familiarity and a sense of being valued" as required by the Department of Veterans Affairs Office of Construction & Facilities Management. Implementation of a Veteran centered healing environment. This procurement will promote optimal ergonomic working conditions. The importance of this project cannot be understated as it improves the environment for the veterans, creates a veteran-centered approach to healing and improves the image of the New England Healthcare system. 2. SCOPE OF WORK The selected contractor will be required to furnish, deliver and install all items to 950 Campbell Avenue; Building 1/3rd Floor, West Haven, CT 06516. A loading dock and freight elevators are available through Building 1. Please understand that VA staff and patients will have priority access over these elevators and the vendor's time shall accommodate for this. As well, no product for this solicitation shall be drop shipped directly to the project site. All deliveries must be made by the winning bidder to their warehouse and delivered to the facility (project site) at the time of installation. The timeframe for delivery receipt shall be no later than 45 business days following award of contract, with coordination of specific dates mutually agreed upon by the West Haven VA Medical Center and the selected contractor. 3.BID REQUIREMENTS a.FORMATTING REQUIREMENTS All bids are to be formatted appropriately to ensure a consistent basis for comparison: Item # Description Quantity Cost Extended Cost Xyzq Patient Room 5 $100 $500 Guest Chair Pieces Parts Fabric @ $60/yd Etc. Cost of item (i.e. Wall Mounted Bedside Charting Stations) to be wholly inclusive of all required components. DO NOT break out costs for any parts, pieces, or finishes in either the cost or extended cost columns. "All upholstered items to be bid as COM with an allowance as indicated in the 'Furniture Requirements.' A basis for the COM specification is included with each item to provide guidance on scale and necessary repeat of pattern to assist figuring required yardage. COM procurement to be the responsibility of the Contractor following coordination/approval from the VA Interior Designer. "Comprehensive freight and installation of all items to be indicated as a separated total amount or included within the individual furniture item and noted as such. b.ANSI/BIFMA STANDARDS "All items sold to the Government must meet or exceed ANSI/BIFMA performance standards for furnishings and ergonomic tools. c.BRAND NAME OR EQUAL BID REQUIREMENTS "If submitting a BRAND NAME OR EQUAL bid, the vendor must supply a demo sample to the West Haven VA Medical Center on the same day as bid submission; demo to remain onsite for up to three weeks to undergo a determination of parity for construction quality and end user comfort. Items that require demo sample are noted in the Furniture Requirements. d.INSTALLATION CONTACT "Point of Contact (POC) for Delivery and Installation is Alison Roan (VA Interior Designer), (mobile) 989-698-6824 (direct) 203-932-5711 x5610. "The Contractor shall contact the POC at least 5 business days prior to the date that services are to begin. Pick-up, delivery and installation services are expected to be performed per future information. The Contractor shall coordinate installation times with the POC to confirm that the building is ready for furniture. "In the event there is a delay in installation, Contractor must notify the Government POC immediately. e.INSTALLER/INSTALLATION REQUIREMENTS Installer Requirements: "Furnish proof of familiarity with equipment to be installed. All products will be installed by manufacturer certified installers. Contract shall employ their own installation teams to ensure expectations are met in every aspect of the project. The installation teams shall be comprised of people familiar and well-trained with the products being supplied. "Provide list of at least three previous projects, giving names of projects, scope, and name and telephone number of individual at facility to contact. "Furnish proof of financial and technical resources to assure prompt performance in delivery and installation and in-service training of hospital personnel. "Provide competent installation supervision and installation personnel. "An Installation Supervisor/Foreman must be onsite during entire installation. "Provide product Manufacturer Representation for duration of installation to provide for coaching and training of VA IT staff on product cabling understanding and adjustments. Installation Requirements: "DELIVER AND INSTALL IN BUILDING 1: The Contractor shall coordinate pick up of furniture from company storage warehouses and deliver and install at the VA West Haven Campus Building 1. There will be no direct shipments received at the West Haven Medical Center. Contractor shall provide all necessary materials, equipment, labor, supervision, management and manufacturer's representation to: (1) coordinate pick/up at vendor warehouses; (2) load and unload; (3) place/install in designated areas; (4) assemble items as required; (5) work directly with the VA IT Staff for installation coordination of hardware components; (6) secure and store, as designated; and (7) properly dispose of all associated packing/crating materials. "Installation team shall include teaming the installation with internal VA IT staff for installation of all hardware and peripheral equipment installation to promote appropriate cable management techniques, adjustment of arms, and gain comfort level in supporting post installation. "Post award, attend a project kick-off meeting at the VA West Haven office. "Complete proposal requirements through producing complete installation plans, specifications and pricing based on space plan/typical and specifications provided by the VA. All specifications are to be coordinated with the VA's Interior Designer for design intent, but quantities will be the responsibility of the Bidder/Dealer. "Create procurement sheets (sample attachment example) with approval by the VA Interior Designer. "The contractor shall ensure that all owner's manuals, warranty information, assembly instructions, maintenance and care instructions, operating instructions and any other information is provided to the VA Interior Designer upon completion of the installation. "The VA Interior Designer will coordinate all finish selections with building finishes; provide samples for use in selection. "Coordinate order entry, production schedule and shipping with Manufacturer. "Conduct site visit(s) prior to installation to become familiar with site for the accurate order of the product and to check for potential installation problems. Hours of installation are from 8:00am - 4:30pm, Monday through Friday. Site visits are to be schedule through VA Interior Designer and coordinated with VA Project Manager, VA Activation Coordinator, VA IT Staff and VA Contracting Officer. "Sign off on the condition of the space at the start of the installation and be responsible for any damages incurred during installation. Provide proper protection for the building during installation. "Provide all labor, materials and equipment needed to receive, unload, stage and install wall mounted charting stations in accordance with approved plan. "Remove debris and packing materials from the site in accordance with LEED guidelines at the end of each work day. No debris to be left in work area overnight. Provide freight all furniture in an environmentally responsible manner, i.e. blanket wrapped or equal. Remove and recycle or discard all packaging materials in an environmentally responsible manner. "Coordinate connection of any electrical system with the VA. "Coordinate with VA IRM personnel for running of data cabling by others. "At completion of installation, inspect all products for proper operation/ defects and perform a final cleaning. "Conduct walk-thru with VA Interior Designer, VA Project Manager, VA Activation Coordinator, VA IT Staff, VA Contracting Officer, and Service Line End User to address any discrepancies or damages. Have any replacements parts ready to be ordered with lead-time report within 5 days of walk through completion. "After occupancy, instruct Service Line End User's staff in proper use and adjustment of product, correct deficiencies in installation and coordinate replacement of defective product with Manufacturer. "Installation will occur on Government property. Vendor representatives and installers must comply with VA guidelines for security, safety, and health requirements while on Government property. f.SAFETY PLAN "Vendors and bidders who are awarded contracts to provide products and services to the West Haven, Connecticut Veterans Hospital shall provide to the Contract Officer the following information with the bid to be approved by the West Haven VA Facility Safety Manager. An electronic version may also be requested. "The Contractor shall provide a safety plan that meets OSHA standards and is approved by the VA Facility Safety Manager prior to installation. Installers required to have 10 Construction OSHA training and installer Supervisor required having 30 hours Construction OSHA training. "Safety Plan shall include following: 1. Company Health and Safety Process Guidelines 2. Written Policies and Procedures 3. Safety Committee 4. Routine Safety and Health Audits 5. Safety Meetings 6. Accidents and Incident Reporting 7. Accident Investigation 8. Job Safety Analysis 9. Emergency Action Plans 10. Hazard Communication Process 11. Personal Protective Equipment 12. Electrical Safety Process 13. Ladder Safety Process 14. Driver/Vehicle Safety Process 15. General Safety Rules for all Departments 16. Installations Job Site Daily Safety Checklist g.EXPERIENCE AND REFERENCES "If bidder is not the manufacturer of all major components, such as core, surfaces, modular walls, and lift solutions, then the bidder must specify which manufacturer is being used and include their reference information and past experience to determine qualified status. h.VA PREFERRED VENDOR LIST "Vendors and bidders who are awarded contracts to provide products and services to the West Haven, Connecticut Veterans Hospital shall provide to the Contract Officer the following information with the bid: 1.Tax ID Number 2.Duns & Bradstreet Number 3.Physical Address 4.Payment Address 5.Vendor shall be registered in SAM (replacement for CCR) www.sam.gov ? 4.CONTRACTOR REQUIREMENTS "The contractor shall perform all work under this contract in strict accordance with all safety codes to eliminate the possibility of damage or injury to patients, personnel and equipment or building structures. "The scope of work to include, but not limited to, provision of furniture, delivery and installation. The contractor shall not be alone in the designated installation space and shall be escorted by a VA employee at all times unless all VA badging procedures have been met. "All furnishings shall be similar in material and appearance and from the same manufacturer as to create a cohesive aesthetic. "Provide final cleaning of products and installation space prior to project completion. "Vendor shall leave 1 key in lock on each unit and submit each duplicate key to the VA Interior Design upon completion of installation. "Furniture layout shall meet the requirements and design intent of ABA, NFPA, OSHA, BIFMA, CAL 117, VA, for all accessibility, life safety, occupational safety, VA, and federal requirements for a business, healthcare, or residential occupancy, as applicable. "The contractor must plan and conduct their activities in an environmentally, economically, and fiscally sound, integrated, continuously improving, efficient, sustainable, manner. The contractor shall make product and material acquisitions using EPA's Environmentally Preferable Purchasing guidance (http://www.epa.gov/epp/index.htm) and incorporate the use of environmentally preferable products using EPA's Final Guidance on Environmentally Preferable Purchasing (http://www.epa.gov/epp/pubs/guidance/finalguidance.htm). The contractor shall also use pollution prevention strategies, and appropriately manage the waste streams associated with their activities (e.g. waste minimization, waste material recycling, etc. ? 5.PERIOD OF PERFORMANCE Vendor is on notice that time is of the essence in the performance of this contract. The timeframe for delivery receipt shall be no later than 40 business days following award of contract, with coordination of specific dates mutually agreed upon by the West Haven VA Medical Center and the selected contractor. 6.PLACE OF PERFORMANCE Work will be accomplished at 950 Campbell Avenue; Building 1/3rd Floor, West Haven, CT 06516. 7.OTHER CONSIDERATIONS FOR PROPOSAL "Delivery not to interfere with patient care or the operation of the facility. The contractor will coordinate the work of the project with the VA Interior Designer to ensure minimal disruption of the Medical Center operations. "Patient rooms and other sensitive patient care areas located in the Medical Center must be accessed during normal working hours. These areas may not always be readily available to the contractor. "Final layout to be determined by the VA Interior Designer. "Contractor will be responsible for containing any rubbish/waste generated by the work force or material delivery at the end of each day. 8.PAYMENT SCHEDULE "The contractor will bill on completion and acceptance of the work. 9.NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and with occasional supervision of VA Interior Designer. The tasks, duties, and responsibilities set forth in the SOW may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations. ? 10.FURNITURE REQUIREMENTS: PRESENTATION CASE Peter Pepper Products Model: WB-CW-GL-7236L - QTY 1 Model: WB-CW-GL-3636L - QTY 1 "BRAND NAME OR EQUAL: "Size: 72"w and 36"w x 36"h x 2.5"d "Frame Depth: 2-1/2" OD,1-1/16" ID. "Panel Types and Finishes: Tackable Panel "Tackable Fabric Panel: Fabric laminated to a lightweight tackable core. Guilford of Maine: Sprite Style 2671 - 010 Linen "Doors: Sliding, lockable tempered glass doors. Door locks included. "Frame: Wood Frame in Light Cherry (LC) "Frame Profile: Linear 9 "Warranty: 5 years LABWARE MODULAR DRYING RACK with 50 PEGS - QTY 2 Cole-Parmer/(800) 323-4340 http://www.coleparmer.com/Product/Modular_stainless_steel_drying_rack_50_white_pegs/EW-67035-10 Model: T67035-12 "BRAND NAME OR EQUAL: "Size: 30"w x 30"h x 4"d "Removable "snap-in" pegs and add-on accessories for customized workstations "Rack shall be corrosion-resistant 304 stainless steel (SS) rack. "Pegs shall be polypropylene pegs for easy cleaning. "Pegs shall have the ability to be autoclavable. "Pegs shall be in assorted peg colors to include yellow, orange, pink, red, green, light blue, dark blue, lilac, and purple. "Drying rack shall contain an integral catch drain directs all drainage into the drip trough to prevents accidental drainage to the back of the rack. "Rack shall come with 6"L pegs (50 pegs to be included), SS drain tube, and wall mounting bracket and hardware. "Drying rack shall include the following add-on accessories: oT-67035-70 Drain Basket (6"w x 2.5"h) - shall include 2; one per unit oT-67035-71 Drain Shelf (14"W) - shall include 2; one per unit ? MAIL CABINET- QTY 2 Eaton/Wrightline - Optimedia Storage System File Sorter Divided Forms Shelf "BRAND NAME OR EQUAL: "Size: 39"w x 72"h x 18.5"d "All welded steel cabinet construction. "Unit shall be locking. "Shelf/Drawer load capacities of 200 lbs. "72" Height cabinet shall have a minimum of 50 sorting pockets utilizing either the file sorter or divided forms shelf for or. "Storage unit shall feature the sidewinder door design that open to the left and right. Tambour Side winder door system. "Shall offer a textured epoxy painted finish in 16 color offerings. FREESTANDING HEIGHT ADJUSTABLE TABLE - QTY 2 Humanscale Float Table Model #: FNSM42 base; 2448 top with flat edgeband edge "BRAND NAME OR EQUAL: "Size: 48"w x 24"d x sit to stand height "Depth and width dimension is nominal. Depths are 1" less than stated to provide a 1" gap between the work surface and panel. Widths are 1" less than stated to provide a 1/2" gap on each side of the work surface. The gaps are to facilitate cable management, monitor arms and pinch points in either a panel or open plan work station environment. "HGT adjustable table shall offer a counterbalance mechanism and weight indicator, easy one-hand counterbalance weight adjustment, and near-effortless height adjustment for ergonomic sit-stand usage. "Shall provides 20" of near-effortless adjustment (from 27" to 47" high) for ergonomic use "Unique adjustable counterbalance mechanism handles up to 130 lbs of desktop weight "Accommodates other manufacturers' work tops "Five-year warranty "Sturdy construction meets BIFMA requirements for load and capacity "Construction of steel and aluminum "Table shall have Humanscale Monitor arm, keyboard and CPU holder attached to the surface. ? FREESTANDING C-LEG TABLE - QTY 1 Teknion Freestanding Tables "BRAND NAME OR EQUAL: "Size: 36"w x 24"d x 29"H "Surface shall be laminate with edgeband. "C-Leg style Table Base in Metallic Chrome Finish "Base is smooth finish over cast iron with 3" 13 gauge tubular steel column "1.5" overall thick top; core is high density particle board with no urea formaldehyde "100% water soluble, nontoxic and environmentally friendly "Bases connect to table tops with metal inserts. Steel machine screws are then inserted into metal inserts, for a metal to metal connection "Table base to offer self-leveling adjustable steel glides to allow for leveling on uneven floors "Adjustable zinc rubber cushion glides installed "Table base to offer over 25 epoxy powdercoat finishes "Warranty, 10 year ? KEYBOARD TRAY - QTY. 3 Keyboard Platform Human Scale 6G90090HG keyboard/mouse tray or equivalent. "Height Adjustments: "Individual adjustments for monitor and keyboard surface must be available. "1.5" Minimum safety clearance is required between all moving surfaces. "All adjustments must be made from single point interface. Software for console lift control deemed to be unacceptable due to potential computer issues which could indirectly affect the use of the ergonomic lifts. "Keyboard platform must have lowering switch available to be reached from a seated position for ADA compliance. "Design must accept uneven load distribution. "All moveable components of the ergonomic solution must be designed and tested to at least 40,000 cycle full range adjustments. "Height adjustment range: 7" "Tilt adjustment range: 0o to -15o "Exceeds all BIFMA standards "Made primarily of powder-coated steel "15-year 24/7 warranty "900 Standard Keyboard Platform "8.5" Clip Mouse Option "Gel Palm Rest "Installation Consideration: All keyboards will be mounted to the underside of custom millwork cabinetry and require blocking to be secured to surface for keyboard attachment. "Lifetime Warranty for Manufactured Products ? SINGLE MONITOR ARM - QTY 2 Human Scale M8BS1S (Clamp) or equivalent. "Human Scale Surface mounted monitor arm with grommet mounting option - Style M8 or equivalent. "Effortless height and depth adjustment "Grommet Mount "Silver Finish "Supports up to 40 lbs. "Warranty: 10 year - 24/7 ? DUAL MONITOR ARM - QTY 1 Human Scale M8BS1C (Clamp) or equivalent. "Human Scale Surface mounted monitor arm with grommet mounting option - Style M8 or equivalent. "Effortless height and depth adjustment "Grommet Mount "Silver Finish "Supports up to 40 lbs. "Warranty: 10 year - 24/7 ? CPU CADDY - QTY. 3 CPU Holder Human Scale CPU 600 or equivalent. "Made of 14-Gauge and 16-Gauge steel. Is recessed under the work surface and mount and retract into the core to afford uninhibited leg swing. "Locking door shall swing open up to 90 degrees on a two-point hinge assembly. "Designed with a loop style, easy-pull handle (left and right options). "CPU Storage capacity is 20" H x 7.5" W x 17.5" D. "Installation Consideration: All CPU Holders will be mounted to the underside of custom millwork cabinetry and require blocking to be secured to surface for CPU Holder attachment. "Warranty: Lifetime Warranty for Manufactured Products
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80220/VA24114Q1109/listing.html)
- Document(s)
- Attachment
- File Name: VA241-14-Q-1109 VA241-14-Q-1109.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1652343&FileName=VA241-14-Q-1109-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1652343&FileName=VA241-14-Q-1109-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-14-Q-1109 VA241-14-Q-1109.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1652343&FileName=VA241-14-Q-1109-000.docx)
- Place of Performance
- Address: VAMC WEST HAVEN;950 CAMPBELL AVENUE;BUILDING 1;WEST HAVEN, CT
- Zip Code: 06516
- Zip Code: 06516
- Record
- SN03529077-W 20140927/140926000333-1b5a8ac2a28653a3946d514405f3fb45 (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 |