Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
DOCUMENT

71 -- Furniture with installation for Police Ops - Attachment

Notice Date
6/29/2017
 
Notice Type
Attachment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;708 S. Third St., Suite 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26317R0855
 
Archive Date
8/28/2017
 
Point of Contact
Daniel Reinke
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. This is not a solicitation announcement. The purpose of this announcement is to gain knowledge of current market conditions relative to NAICS 337211. The Department of Veterans Affairs (DVA), Network Contracting Office 23 (NCO 23), on behalf of Minneapolis VA Health Care System, Minneapolis, MN is seeking to identify any vendor capable of to provide new furniture along with instillation. Background: Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of providing the below services: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources): SCOPE: The VA Police will be moving into an adjacent building to the Medical Center and is in need of new furniture. This is a furniture requirement. It is essential that furniture be designed, delivered, staged/moved, and installed concurrently with the activation of the Relocate Police Ops project. Timely delivery and installation of furniture is essential for government operational use and the expected dates of occupancy must be met. Furniture will need to be installed approximately October 2017. Upon award, the VA will require that the bill of materials is tagged by area/room for ease of installation. A project manager or project designer and installation foreman must be onsite during installation. Upon completion of the project, as-built drawings in AutoCAD format must be produced for VA use. VA Minneapolis is seeking proposals from qualified technical console furniture manufacturers experienced in outfitting public safety communications centers. VA will purchase two (2) sit-stand console positions along with associated storage fixed height bridge consoles with under counter storage, rear fixed height freestanding storage cabinet and all associated design, project management, delivery and installation services for a complete project. Specifications Console furniture shall be constructed out of vented steel that allow PC and equipment heat to vent without the use of exhaust fan kits. Console shall have a 7 structural wall that will be used for PC and equipment storage, as well as mounting of source electrical and communications cabling. Consoles shall have a continuous slatwall at the back of the sit-stand or fixed height work surface that allows for monitor and accessory mounting. Monitors will be 24 wide screens (model TBD). All monitor arms shall be fully articulating and individually adjustable. At base of slatwall, a continuous wire management trough shall be provided, including surge protectors for desktop level equipment and monitors to plug in. Large, stable cable chains shall feed all cables from the work surface level into the structural wall. Console furniture system must not allow any exposed cables to hang or be loose under the work surface that could then be accidentally disconnected. Grommets shall be provided in the console base frame for foot pedal cable management. Consoles shall provide full front and rear access to all technology storage enclosure spaces with removable access panels and/or hinged doors. Work surface shall be a single, continuous, uninterrupted top. Sit-stand range shall be from 22.6 to 48.6 AFF to accommodate the 5th percentile female seated and the 95th percentile male standing per the BIFMA guidelines for sit-stand workstations. Lifting system shall have at minimum four (4) lifting legs per sit-stand console position. Sit-stand shall have redundant safety including mechanical switch and integrated resistance sensors. Work surfaces shall be finished with high-pressure laminate and shall have a heavy duty, comfort style molded urethane front edge. Sit-Stand Positions 5 6 W x 3 linear sit-stand position Three (3) fully articulating (height, focal depth, tilt, peripheral angle) monitor arms Storage capacity for up to two (2) standard desktop PCs in wall One (1) Dimmable Slatwall Mounted LED Task Light (not shown in pictorial representations) Four (4) USB Couplers with 15 Extension Cables shall be provided at center of trough Desktop level Convenience Outlets (two (2) Power Outlets, four (4) Blank Data Outlets) Fixed Height Bridge 30 W x 29 H x 36 D Overall assembly, 43 D including 7 structural wall One (1) 30 W x 24 Technology Pedestal with fixed shelf and integrated surge protector Two (2) Monitor Arms, same as above Fixed-Height Rear Storage Cabinet Position 30 W x 29 H x 18 D 2-Drawer Lateral File, Locking Matching paint, pulls, laminate work surface and construction details/quality to consoles Proposing vendors shall demonstrate with both 2D and 3D drawings as well as color renderings to show how they comply the specifications and scope of work. Any exceptions shall be stated and explained clearly in writing along with a justification for said exception. Services Vendor shall provide turnkey design, project management and installation services for a successful project. The Minneapolis VAMC delivery/install details are: Deliveries must be managed and completed in coordination with the construction schedule as well as Minneapolis VAMC hours, restrictions and regulations. Regular Business hours for the dock are 8AM-3:30PM. This includes, but is not limited to, the following: Minneapolis VAMC will not provide equipment, tools or labor to assist in furniture deliveries. All necessary equipment and manpower must be included in bid. Minneapolis VAMC will not provide on-site storage for furniture requirements. Necessary storage must be included in proposal. Any damage to the Minneapolis VAMC facility incurred through the installation process must be repaired within 30 days at the furniture vendor s expense. Vendor is responsible for registering with VA Police upon entrance and exit of the building. Vendor is responsible for notifying VA Interior Design contact in advance of arrival and departure, providing review of all product and site conditions before sign off. Work is to be performed between 8:00am and 4:30pm weekdays unless specifically coordinated otherwise. Deliveries must be scheduled & coordinated through the VA interior designer before installation.   Installation shall be by factory installers. Installation will occur over a single continuous phase and all packing materials shall be removed from the site by the vendor for recycling and or disposal. Upon installation completion, factory trained installers shall train VA PD personnel on the consoles basic operation, features, wire management pathways, monitor mounting methodologies and other matters. Proposing vendors shall provide a written outline of how you handle design, project management and installation services to successfully serve the VA Minneapolis. Warranty Warranty shall be at a minimum five (5) years on the system and all components. Proposing vendors shall provide a copy of their warranty. Exclusions Sales tax shall be excluded from proposals. VA will bring source electrical and communications cabling into the console furniture. The electrical plan is for two (2) UPS Circuits terminated in quad-outlet J-boxes for GP&L equipment, and (1) Backup Generator only Circuit terminated in a quad-outlet J-box. Extended monitor cables and monitor mounting are not included in this RFP. After contract is awarded, a meeting with vendor s designer and project manager, and VA interior designer is required. There will be revisions to the furnishings. The furniture will need to be ordered and installed in accordance with vendor s field measure. Responses to these sources sought must include the following information. 1. General Information of your company name, address, contact person name, phone number, fax number, e-mail address(s) and DUNS number and company website if available. 2. Socio-economic status of business (i.e. SDVOSB/VOSB) Responses to this market survey shall be e-mailed to the attention of Daniel Reinke, at fax number daniel.reinke@va.gov. No telephone responses will be accepted. Responses must be received no later than 3:30PM CDT July 6, 2017. No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26317R0855/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-R-0855 VA263-17-R-0855.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3625651&FileName=VA263-17-R-0855-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3625651&FileName=VA263-17-R-0855-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04562834-W 20170701/170629235449-0db1c17e9789bfd27be4d970ffeb47c7 (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.