DOCUMENT
71 -- Podiatry Cabinets including installation. Equivalent to Distribution Systems International Inc. Set Aside to Service Disabled Veteran Own Small Business and Veteran Owned Small Business Catagories 14 and 13. - Attachment
- Notice Date
- 2/24/2017
- Notice Type
- Attachment
- NAICS
- 337124
— Metal Household Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
- ZIP Code
- 70114
- Solicitation Number
- VA25617N0357
- Response Due
- 2/28/2017
- Archive Date
- 5/29/2017
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 1 Podiatry Cabinets and Installation Southeast Louisiana Veterans Health Care System New Orleans, LA 02/03/2017 1. PURPOSE 1.1 Department of Veterans Affairs, Southeast Louisiana Veterans Healthcare System is seeking a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business to supply 3 Podiatry Cabinets and installation. This includes transportation, and testing of all listed equipment stated below. The equivalency: Distribution Systems International Inc/Part No. Modu-Cell KIT-D1-MC-71B/ROLL/8BSK-C OR. This is Sources Sought Notice is for planning purposes only and is intended to identify a Service Disable Veteran Own Small Business or Veteran Own Small Business who can support this requirement. Responses are due by 2/28/2017 at 4:00pm Central Standard time. INSTRUCTIONS TO SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email debra.james3@va.gov. Responses are due no later than 2/28/2017 4:00pm Central Standard Time. Within your email please indicate if you can provide all items listed within the Scope and all instructions listed along with delivery and installation, inspections, deliverables and warranty. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Podiatry Cabinets EQUIVALENT TO: Distribution Systems International Inc. / Part No. Modu-Cell KIT-D1-MC-71B/ROLL/8BSK-C OR Specifications/Salient Characteristics: Height Minimum 70 Height Maximum 71.5 Width Minimum 26 Width Maximum 27 Depth Minimum 21 Depth Maximum 22 Eight- Nine baskets/drawers Key locking system Dual anodized aluminum handles 5 casters Roll down door 2.5.2 Installation Specifications/Salient Characteristics: Vendor shall install/ assemble equipment in the Outpatient Podiatry Clinic Install/ Assembly will require vendor to move equipment from warehouse to clinic location Vendor will be responsible for providing required equipment such as fork lifts, pallet jacks, and manpower to move and assemble equipment After installation vendor shall remove all garbage and rubbish from facility 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 on April 10, 2017. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 INSTALLATION 2.6.2.1 All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed by April 14, 2017. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (2) each for items 2.5.1 4.1.2 Digital Copies- Quantity (1) each for items 2.5.1 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5. PROTECTION OF PROPERTY 5.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 5.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 5.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 5.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 6. SECURITY REQUIREMENTS In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "A&A requirements do not apply--Security Accreditation Package is not required". 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 7. WARRANTY 7.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 7.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0357/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0357 VA256-17-N-0357.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3297414&FileName=VA256-17-N-0357-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3297414&FileName=VA256-17-N-0357-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0357 VA256-17-N-0357.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3297414&FileName=VA256-17-N-0357-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;Southeast Louisiana Veterans HCS;Energy Plant Building;2400 Canal Street;New Orleans, La
- Zip Code: 70119
- Zip Code: 70119
- Record
- SN04414277-W 20170226/170224234657-54e0065814a820ab2031db42c94ec482 (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 |