Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2017 FBO #5563
DOCUMENT

71 -- Knoll Workstations - Attachment

Notice Date
2/13/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24717Q0214
 
Response Due
2/23/2017
 
Archive Date
6/2/2017
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
Contract Specialist
(darius.crane@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA247-17-Q-0214 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA247-17-Q-0214 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011.     Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Businesses and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1000 employees. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 KNOLL OR APPROVED EQUAL, DIVIDENDS SERIES WORKSTATION. LOCAL STOCK NUMBER: WS.01 1.00 EA __________________ __________________ 0002 KNOLL OR APPROVED EQUAL, PENCIL DRAWER LOCAL STOCK NUMBER: AC.01 3.00 EA __________________ __________________ 0003 KNOLL OR APPROVED EQUAL, LETTER TRAY LOCAL STOCK NUMBER: AC.03 3.00 EA __________________ __________________ 0004 KNOLL OR APPROVED EQUAL, TELEPHONE SHELF LOCAL STOCK NUMBER: AC.05 3.00 EA __________________ __________________ 0005 KNOLL OR APPROVED EQUAL, SAPPER DOUBLE MONITOR ARM. LOCAL STOCK NUMBER: AC.06 3.00 EA __________________ __________________ 0006 INSTALLATION LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ GRAND TOTAL __________________                                       Specific features:     Seeking Brand Name or Equal Quotes MUST be good for 60 calendar days after close of solicitation.   New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. STATEMENT OF WORK GENERAL INFORMATION Scope of Work: The Contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), under Specifications, and as illustrated on furniture plans. The work includes all furniture selections described herein and installation that will furnish new workstations in the Radiology Department, Room D201H open office area. Background: The office area will be made ready for the Contractor s installers to deliver and install furniture to the designated area. The existing space will be made ready by the Government. There will be no computers connected at the time of delivery and installation. Contractor s installer is to deliver all furniture described herein as new furniture. Period of Performance: The installation of new furniture shall start within 45 working days (6 weeks) of award/review and agreement per all parties and be completed within 1 day from onset of installation. The Contractor will submit a schedule to accomplish this work to the Contracting Officer, (CO), for approval. The Contractor s work shall not take place at the government site on Federal Holidays and weekends unless directed by the Contracting Officer Representative, (COR). Type of Contract: FIRM FIXED PRICE Delivery Location-Charleston VA Medical Center: 109 Bee Street, Charleston, SC 29414, 2nd floor; Room D201H CONTRACT AWARD MEETING A Contract Award Meeting for this acquisition is not required. GENERAL REQUIREMENTS The Contractor shall provide in writing a delivery and installation schedule. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 3 calendar days from the date of receipt. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The Contractor shall provide the specific deliverables described below within the performance period stated in Section A.3 of this SOW. The Contractor shall install all furniture per specification and assemble as much as possible before delivery. The COR is to be present onsite for guidance to installers. If there is any discrepancy during this project the VHA CO and COR must be consulted for direction prior to any advancement being taken by the Contractor. Task One: The Contractor shall provide a detailed work plan and briefing for the VA project team, which presents the Contractor's plan for completing the task order. The Contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. Deliverable One: A detailed work plan and scheduling. Task Two: Contractor shall provide in writing any plan and schedule regarding any unforeseen back order delivery Deliverable Two: Proposal to be approved in writing by CO. SCHEDULE FOR DELIVERABLES The Contractor shall complete the date in section A.3 for each deliverable specified. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. If for any reason any deliverable cannot be delivered within the scheduled time frame, the Contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. QUOTE FORMAT: The quote shall be submitted according to the following format. Any quotes not submitted accordingly will be discarded. GOVERNMENT RESPONSIBILITIES The government will provide access to the facility. The Contractor s installer will deliver to the specific rooms via elevators and/or stairs. SCHEDULE OF DELIVERABLES Winning Contractor shall provide a tentative delivery schedule within 3 working days of the project review. SALIENT CHARACTERISITICS: Submittals shall be evaluated according to adherence to the product salient characteristics. To apply to all commercial office-series items: Metal desking Lighting: LED task lighting/LED desk lam Keyboard trays Computer monitor arms, single & dual System s furniture panels Desking: Knoll Dividends (to match existing): Salient characteristics to apply to all desking: Modular, single structure desking system with 1 leveling range to be installed with ¾ modesty panel for accessibility to wall outlets. 22 gauge metal cases welded to 20 gauge steel structure Full extension pedestal drawers with following load bearing capacity Pedestal box/box/file drawer: 20lbs ea Pedestal file drawer: supports 150lbs ea Magnetic attachment overhead LED light With grommets Tackboards: fabric: TBD Finishes: paint: powder coated, textured; laminate tops: TBD with coordinating edge Lighting: LED Task Lighting/LED Desk Lamps: Salient characteristics to apply to all LED task lighting/LED desk lamps: Task Lighting: All workstations shall have LED task lights, with control switch and occupancy shut off sensor, located under over desk cabinet. Where no over desk cabinet exists a desk lamp shall be supplied. LED desk lamp shall have control switch and occupancy shut off sensor. Keyboard trays: Salient characteristics to apply to all keyboard trays: Platform: ergonomic keyboard Slide-out mouse-forward platform To accommodate right or left hand moussing without any removable device Removable gel palm support Removable mouse tray gel palm support Arm: pinnacle 2, 22 ball bearing slide track length Low profile design to maximize knee clearance Independent height and angle control Tilt range of -15 degree to +10 degrees Height range from flush to below work surface 360 degree swivel for easy positioning and out of the way storage under work top Exceed LEED requirements MR-4.2 (20% recycle content), 2 points Systems Knoll Dividends Furniture Panels: Salient characteristics to apply to all systems furniture panels: All panels shall be preconfigured so that panels arrive at the job site assembled, and installation labor is reduced. Universal panel connectors and frame style. Panel connectors shall be 13-14 gauge for strength. All panel frames and trim elements shall have powder coated paint finish. Panels shall include all panel feet, leveling glides, and all hardware associated with the assembly and installation. SPECIFICATIONS: All Desking: Knoll Dividends (to match existing): All desk sizes shall be based upon the furniture plan document. Contractor shall perform site visits to field check all dimensions and final installation and accuracy will be the responsibility of the Contractor. All file pedestals shall be locking, keyed uniquely, mobile style to fit under all worksurfaces, including built-in work counters. All file pedestals shall be equipped with B/B/F drawer arrangement. Workstations shall be freestanding and have full length tackboards, where overheads are indicated with dashed line on furniture plans. Tack board fabric shall be mid-grade. All overheads shall be locking, keyed uniquely, w/ LED tasklight/or LED Desk Lamp. All finished in Knoll paint or approved equal: powder coated textured; laminate: color: TBD. WS.01: Knoll Dividends: See attached layout for details of three cubicle assembly to include: Rectangular worksurface; 24 x 60 ; (3) File pedestal below the worksurface; (3) Overhead storage cabinets; (3) Pencil drawer; (3) Letter tray; (3) Tool rail; (3) Telephone shelf; (3) Computer Monitor Arm, Dual; (3) END SOW (vi)  The items for this solicitation are to be delivered to:                             SHIP TO: DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VA MEDICAL CENER 109 BEE ST. CHARLESTON, SC 24901 MARK FOR: SUZETTE POLETTI 843-789-6734 suzette.poletti@va.gov                                                                                                                                                     (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering;   VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2,   Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.   Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.   Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services.   Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.   If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items.   The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.  This is not applicable to offerors that are quoting EXACT MATCH items. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov   (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) n/a (xvi) Site Visit:   N/A (xviii) QUOTES/OFFERS ARE DUE February 23, 2017 at 9:00 AM EST. Only electronic offers will be accepted; submit quotes to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov.   Please place ATTENTION: WORKSTATIONS_VA247-17-Q-0214 in the subject line of your email. All offers must include the solicitation number.   Quotes/offers received after this date may not be considered for award.  (xvii)   Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone:   (843) 789-6528 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717Q0214/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-Q-0214 VA247-17-Q-0214.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3273615&FileName=VA247-17-Q-0214-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3273615&FileName=VA247-17-Q-0214-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston, SC
Zip Code: 29401-5799
 
Record
SN04400696-W 20170215/170214100721-2449b12498b52e0942400352866a92ac (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 |
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.