DOCUMENT
71 -- 544-18-1-5086-0003 SICU FURNITURE (VA-17-914375) - Attachment
- Notice Date
- 12/11/2017
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24718Q0125
- Response Due
- 12/22/2017
- Archive Date
- 2/20/2018
- Point of Contact
- Joseph Locke
- E-Mail Address
-
6-4000
- Small Business Set-Aside
- N/A
- Description
- The Department of Veteran Affairs, Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 has a requirement to provide all labor, supplies, tools, materials, transportation and warehousing necessary for Office Furniture required for the William Jennings Bryan (WJB) Dorn, Veterans Affairs Medical Center, 6439 Garners Ferry Road, Columbia, South Carolina 29209. The Government expects to award to a single contractor a contract which shall be Firm Fixed Price with a firm quantity. This requirement is being set-aside for Service Disabled Veteran Owned Small Business participation only. NAICS code for this requirement is 337214 with a small business size of 1000 employees. All responsible sources may submit a quotation, which shall be considered. Any and all questions regarding this solicitation must be in writing and must include telephone number, fax number and point of contact to Attn: Joseph Locke, Contract Specialist, joseph.locke@va.gov. Please see solicitation for additional information regarding this requirement. STATEMENT OF WORK SICU FURNITURE REQUIREMENTS WITH DELIVERY/INSTALLATION 1. Requirement: The requirement is for a firm-fixed price contract to provide the WJB Dorn VA Medical Center with SICU furniture requirements. Delivery and installation is also required to be included. 2. Background: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. 3. Period of Performance: Period of performance is 3 January 2018 to 31 January 2018 unless a determination by the Contracting Officer is made to extend the period of performance. During normal working hours of 8:00 a.m. through 4:30 p.m. from Monday through Friday. Excludes weekends and holidays. No overtime is authorized at this time. There is a possibility that this project would have to be scheduled on the weekend or after normal business hours if deemed necessary for patient / employee safety, or patient convenience. Any off hour working shall be at the Contractor s discretion. Installation shall be completed within three (3) days of beginning of work performed on-site. 4. Place of Performance: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. Performance Requirements: The Contractor shall provide and install all SICU furniture requirements in the scope of the contract. The Contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. All furniture installation shall be completed by a local Certified Dealer for the particular type of furniture. The Contractor must field verify existing building conditions to ensure all furniture item will fit as planned within the space required, prior to ordering, with ample time for modification to the order to meet performance date. The healthcare furniture received, delivered and installed to include: · Project Management · Professional Certified Installation · Maintenance/Warranty Services The Contractor shall report immediately all damaged furniture to the Interior Designer and replacement product ordered immediately, at no cost to the Government. Deliverables and Delivery Schedule: The Contractor shall schedule installation with Interior Designer, with a minimum of three weeks, prior to the delivery of the shipment/installation. The Contractor shall provide a detailed installation schedule to the Interior Designer assigned to this procurement. · All delivery and installation shall be coordinated with other operations and trades, in order to avoid conflict. The Contractor shall assure that the walls, floors and doors are not damaged during the delivery and installation process, by providing protection as needed. The Contractor shall be responsible for all damage that occurs and shall ensure repairs to all damaged areas are restored to pre-delivery conditions in a swift manner. The Contractor shall be willing to store any of the furniture products for up to 120 days, in the event of construction delays. · Storage shall be at no additional cost to the Government during this process. · All items received prior to the scheduled installation shall be stored at the Contractors location. · The VA shall not take responsibility for any product that is delivered prior to the scheduled delivery and installation date. The Contractor shall ensure once the furniture delivery and installation begins, it shall continue daily until the work is completed. · Missed days, other than weekends, must be approved beforehand by the VA Interior Designer. · Three days maximum is set aside for a complete installation, ready for use. · The furniture installation shall begin immediate of delivery to the site. Safety: Contractor shall ensure all tools and equipment are secured at all times. · Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. · All debris, cardboard, refuse must be removed from the facility upon completion of service each day. · The installation site shall be left in a clean state daily. At the end of installation the area shall be vacuumed by the Contractor with Contractor owned equipment. Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking will be conducted in designated smoking areas only. 6. Invoices: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: ΓΌ Invoice Number and Date ΓΌ Contractor s Name and Address ΓΌ Accurate Purchase Order Number ΓΌ Supply or Service provided ΓΌ Period Supply or Service Provided ΓΌ Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: · Tungsten e-Invoice Setup Information: 1-877-489-6135 · Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com · FSC e-Invoice Contact Information: 1-877-353-9791 · FSC e-invoice email: vafsccshd@va.gov d. Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP ITEM B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY SHIP TO: W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 USA ITEM NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. ----------------------------------------------------------------------------- EZ123 1 OVERBED TABLE-NEMSCHOFF EZ123 OVERBED TABLE, 34.5" WIDE, NO VANITY, LAMINATE TOP FINISH PX LIGHT BROWN CHERRY, EDGE FINISH IS UEP PEWTER, BASE FINISH IS PW PEWTER W/O MICROBECARE. TAG ONE PER PATIENT BEDROOM- 2A108,2A110,2A112,2A118,2A120,2A122 6 EA eCMS Item Line ID 12756430 EZ123K 2 OVERBED TABLE-NEMSCHOFF EZ123 OVERBED TABLE WITH KIDNEY SHAPED TOP, 34.5" WIDE, NO VANITY, LAMINATE TOP FINISH PX LIGHT BROWN CHERRY, EDGE FINISH IS UEP PEWTER, BASE FINISH IS PW PEWTER W/O MICROBECARE. TAG ONE PER PATIENT BEDROOM- 2A108,2A110,2A112,2A118,2A120,2A122 6 EA eCMS Item Line ID 12756431 PRST-3N 3 NEMSCHOFF PRISTO II BEDSIDE CABINET, THREE DRAWERS, NO DRAWER LOCKS, 21" WIDE, INTEGRATED PULL (U), WITH DRAWER LINERS FOR ALL DRAWERS (DL3), DURAWRAP TOP/EDGE FINISH TO BE LIGHT BROWN CHERRY (PX) AND LAMINATE DURAWRAP CASE FINISH TO BE LIGHT BROWN CHERRY (PX). TAG ONE PER PATIENT BEDROOM- 2A108,2A110,2A112,2A118,2A120,2A122 6 EA eCMS Item Line ID 12756432 SNAP MESH 4 SIMPLY 66 CUBICLE CURTAIN MESH, 246"W X 30"L SNAP STYLE WHITE MESH (SNAPS TO 4 PANELS), FOR USE IN AREAS WITH 9FT. CEILING HEIGHTS, TO MATCH EXISTING STANDARD SNAP SYSTEM. TAG ONE PER PATIENT BEDROOM- 2A108,2A110,2A112,2A118,2A120,2A122 6 EA eCMS Item Line ID 12756433 SNAP MESH 5 SIMPLY 66 CUBICLE CURTAIN MESH, 66"W X 30"L SNAP SYTLE, WHITE, TO MATCH EXISTING STANDARD SNAP SYSTEM. (SNAPS TO 1 PANEL) FOR USE IN AREAS WITH 9FT CEILING HEIGHTS. TAG 1 FOR ROOMS 2A110, 2A120 2 EA eCMS Item Line ID 12756434 CAP101 6 ERG CAPRI OCCASIONAL TABLE, 12.5"D X 16"W, X 26" H. STANDARD SOLID SURFACE TOP MOUNTED TO SOLID STEEL BASE WITH 1.25"DIA STEEL TUBING. FACTORY INSTALLED ADJUSTABLE STEEL GLIDES. TOP SHAPE C. STANDARD POWER COAT BASE- BRUSHD ALUMINUM. SOLID SURFACE CORIAN BRONZITE FOR THE 6 PATIENT BEDROOMS 2A108,2A110,2A112,2A118,2A120,2A122; SOLID SURFACE WILSONART COCONUT FOR CONSULT ROOM-2A121, WAITING/LOUNGE- 2A127(2) 9 EA eCMS Item Line ID 12756435 AME6SL78SALS 7 KRUG AMELIO SOFA SLEEPER, OVERALL OUTSIDE SIZE IS 78", ARMLESS, OVERALL DEPTH 34.5", SLEEP SURFACE IS 76", WITH STORAGE, STANDARD METALLIC SILVER PLINTH BASE, COMBO UPHOLSTERY OPTION, LOAD TESTED TO 525 LBS. C.O.M. FABRIS AS FOLLOWS: KICKPLATE FABRIC, INSIDE BACK FABRIC (BEHIND THE BACK CUSHION),AND REAR SEAT (UNDER BACK CUSHION) FABRIC TO BE ARCCOM SILVERADO AC-67665 PENNY #16. SEATS AND BACK CUSHION FABRIC TO BE ARCCOM VELOCITY AC-61997 FOG #18. TAG ONE FOR 2A108, 2A110, 2A122 3 EA eCMS Item Line ID 12756436 AME6SL74SALS 8 KRUG AMELIO SOFA SLEEPER, OVERALL OUTSIDE SIZE IS 74", ARMLESS, OVERALL DEPTH 34.5", SLEEP SURFACE IS 72", WITH STORAGE, STANDARD METALLIC SILVER PLINTH BASE, COMBO UPHOLSTERY OPTION, LOAD TESTED TO 525 LBS. C.O.M. FABRIS AS FOLLOWS: KICKPLATE FABRIC, INSIDE BACK FABRIC (BEHIND THE BACK CUSHION),AND REAR SEAT (UNDER BACK CUSHION) FABRIC TO BE ARCCOM SILVERADO AC-67665 PENNY #16. SEATS AND BACK CUSHION FABRIC TO BE ARCCOM VELOCITY AC-61997 FOG #18. TAG ONE FOR 2A120 1 EA eCMS Item Line ID 12756437 SOL2-PU24OPU 9 KRUG SOLIS PATIENT CHAIR, 24" OPEN ARM, STANDARD SILVER METALLIC FINISH, UPHOLSTERED BACK AND SEAT WITH URETHANE ARMS. C.O.M. FABRIC AS FOLLOWS; ARCCOM SILVERADO AC-67665 PENNY #16. TAG ONE FOR EACH PAT. BEDROOM- 2A108,2A110,2A112,2A118,2A120,2A122 6 EA eCMS Item Line ID 12756438 AME6SL86SURE4 4 10 KRUG AMELIO SOFA SLEEPER, OVERALL Press return to continue, uparrow (^) to exit: OUTSIDE SIZE IS 86",WITH ARMS, OVERALL DEPTH 34.5", SLEEP SURFACE IS 80", WITH STORAGE, STANDARD METALLIC SILVER PLINTH BASE, COMBO UPHOLSTERY OPTION, LOAD TESTED TO 525 LBS. C.O.M. FABRIS AS FOLLOWS: KICKPLATE FABRIC, INSIDE BACK FABRIC (BEHIND THE BACK CUSHION),AND REAR SEAT (UNDER BACK CUSHION) FABRIC TO BE ARCCOM INTAGLIO AC-69416 RAINSTORM #17. SEATS AND BACK CUSHION FABRIC TO BE ARCCOM SEA WILLOW AC-62350 MIST #1. TAG ONE FOR 2A121 CONSULT ROOM. 1 EA eCMS Item Line ID 12756439 JOR7-SL2FUR3 11 KRUG JORDAN TWO SEAT LOUNGE SLEEPER, 54" X 38", FULL URETHANE ARMS, GREY URETHANE LEGS. C.O.M. FABRICS AS FOLLOWS: KICKPLATE FABRIC AND ARMS FABRIC TO BE ARCCOM SILVERADO AC-67665 PENNY #16. SEAT CUSIONS AND BACK CUSHIONS TO BE ARCCOM VELOCITY AC-61887 FOG #18. TAG ONE FOR EACH PATIENT BEDROOM 2A112, 2A118. 2 EA eCMS Item Line ID 12756440 JOR6GL21URE 12 KRUG JORDAN GLIDER CHAIR, 21" WIDE, WOOD WITH URETHANE ARM CAPS, WALLSAVER DESIGN, WEIGHT CAP TESTED TO 350 LBS. C.O.M. FABRIC TO BE : ARCCOM INTAGLIO AC-69416 RAINSTORM #17. TAG FOR 2A121 CONSULT ROOM. 1 EA eCMS Item Line ID 12756441 BR3072 13 ERG BRANDON RECTANGLE LAMINATE TOP, 30" X 72", 2-22" STATIONARY T BASE SPREAD, EDGE 1A GROUP. CHROME BASE. TAG FOR 2A131 CONFERENCE ROOM. 1 EA eCMS Item Line ID 12756442 BRS36S 14 ERG BRANDON 36" SQUARE TABLE TOP, GROUP 1 LAMINATE TOP EDGE. TAG FOR 2A124 BREAK ROOM 1 EA eCMS Item Line ID 12756443 SPECIAL-3912- -2FOGDCOPC 15 ERG MALIBU MODULAR-22" STRAIGHT MODULE, WITH CLEAN OUT (CO), WITH GANGING BRACKETS, WITH TWO FABRIC OPTION (2FO). POLISHED CHROME LEGS (PC). ALL ERG MALIBU MODULAR C.O.M. FABRICS TO BE AS FOLLOWS: BACK CUSION TO BE ARCCOM MASON AC-61800 MIST #1. SEAT CUSHION TO BE INTAGLIO AC-69416 RAINSTORM #17. TAG FOR 2A127 WAITING ROOM. 1 EA eCMS Item Line ID 12756444 SPECIAL-3913- -2FOGDCOPC 16 ERG MALIBU MODULAR-30" STRAIGHT MODULE, WITH CLEAN OUT (CO), WITH GANGING BRACKETS, WITH TWO FABRIC OPTION (2FO). POLISHED CHROME LEGS (PC). ALL ERG MAIBU MODULAR C.O.M. FABRICS TO BE AS FOLLOWS: BACK CUSHION TO BE ARCCOM MASON AC-61800 MIST #1. SEAT CUSION TO BE INTAGLIO AC-69416 RAINSTORM #17. TAG FOR 2A127 WAITING ROOM. 8 EA eCMS Item Line ID 12756445 SPECIAL-3924- -2FOGDCOPC 17 ERG MALIBU MODULAR-30" STRAIGHT CORNER MODULE, WITH CLEAN OUT (CO), WITH GANGING BRACKETS, WITH TWO FABRIC OPTION (2FO). POLISHED CHROME LEGS (PC). ALL ERG MAIBU MODULAR C.O.M. FABRICS TO BE AS FOLLOWS: BACK CUSION TO BE ARCCOM MASON AC-61800 MIST #1. SEAT CUHSION TO BE INTAGLIO AC-69416 RAINSTORM #17. TAG FOR 2A127 WAITING ROOM. 1 EA eCMS Item Line ID 12756446 3969R 18 ERG MALIBU MODULAR QUAD ARM- METAL WITH POLY ARM CAP, RIGHT 1 EA eCMS Item Line ID 12756447 3969L 19 ERG MALIBU MODULAR QUAD ARM- METAL WITH POLY ARM CAP, LEFT 1 EA eCMS Item Line ID 12756448 3972C 20 ERG MALIBU MODULAR QUAD ARM- METAL WITH POLY ARM CAP, CENTER. TAG FOR 2A127 WAITING ROOM. 3 EA eCMS Item Line ID 12756449 GB 21 ERG GANGING BRACKETS, TAG 2A127 WAITING RM. 18 EA eCMS Item Line ID 12756450 FB 22 ERG FLAT BRACKET, TAG 2A127 WAITING RM. 10 EA eCMS Item Line ID 12756451 DUN1426PC 23 ERG DUNCAN END TABLE, 14" X 25" LAMINATE, POLISHED CHROME LEGS, GANGING BRACKET INCLUDED AS AN OPTION. TAG 2A127 WAITING ROOM 2 EA eCMS Item Line ID 12756452 DUN30DPC 24 ERG DUNCAN.MALIBU COFFEE TABLE, 30" ROUND, LAMINATE, POLISHED CHROME LEGS. TAG- 2A127 WAITING ROOM. 1 EA eCMS Item Line ID 12756453 SPECIAL-3908P PC2FOCO 25 ERG MALIBU LOUNGE CHAIR WITH QUAD ARM, SINGLE SEAT, WITH CLEAN OUT. C.O.M. FABRIC TO BE ARCCOM COSMOS AC-62310 CHARCOAL #1, LEGS TO MATCH OTHER MALIBU LEGS ON ORDER. TAG 2A127 WAITING ROOM. 2 EA eCMS Item Line ID 12756454 4003 26 ERG MALIBU MODULAR SHELVING, SHELF DEPTH 10", LAMINATE TOP 2b OR 3a, 30" WIDE WITH 2 BRACKETS. NOT TO BE INSTALLED ON FURNITURE BUT TO THE WALL OF THE CONSULT ROOM, TAG 2A121. 1 EA eCMS Item Line ID 12756456 4877110 27 STEELCASE CACHET STOOL, PNEUMATIC HEIGHT ADJUSTABLE, NON UPHOLSTERED WITH ARMS, SOFT CASTERS, COLOR BLACK 6205, TAG FOR NURSE OBSERVATION STATIONS IN CORRIDORS 4 EA eCMS Item Line ID 12756457 4871110 28 STEELCASE CACHET WORK CHAIR WITH ARMS, PNEUMATIC HEIGHT ADJUSTABLE, NON UPHOLSTERED, WITH SOFT ROLL CONTROL CASTERS, FINISH 6205 BLACK, TAG (4- CARE TEAM CENTRAL STATION) (5- 2A106 RESIDENTS) 9 EA eCMS Item Line ID 12756458 SC10660SA 29 STEELCASE SORREL SIDE CHAIRS WITH ARMS, BACK AND SEAT TO BE VINYL 5815 SEASIDE,, FRAME FINISH TO BE SMOOTH PLATIUM METALLIC 4799, WALLSAVER LEGS, Press return to continue, uparrow (^) to exit: STANDARD SEAT FOAM. TAG: (4- 2a124 BREAKROOM) (3- 2A127 WAITING ROOM) (2- 2A126 OFFICE) (2- 2A128 OFFICE) (10- 2A131 CONF RM) 21 EA eCMS Item Line ID 12756459 W11BA19A19--- ---- 30 HUMANSCALE WORLD TASK CHAIR, ADJUSTABLE DURON ARMS, BLACK FRAME, BACK AND SEAT MESH TO BE DASH ZINC. STANDARD CYLINDER 5", STANDARD MATCHING CASTERS, STANDARD BASE TO MATCH FRAME, CASTERS FOR CARPET. TAG (1-2A126 OFFICE)(1- 2A128 OFFICE) 2 EA eCMS Item Line ID 12756461 L54FT 31 STEELCASE BOTTOMLINE; TASK LIGHT, 7018 PEWTER, T5, 4L IN FT, TAG 1 FOR 2A126, 2 FOR 2A128 3 EA eCMS Item Line ID 12756462 UFB 32 STEELCASE UFG BRACKET- FLUSH MOUNT, TAG 1 FOR 2A126, 2 FOR 2A128 3 EA eCMS Item Line ID 12756463 RCC18305EF 33 STEELCASE COMBO CABINET, 2 HIGH DOORS, 3 DRAWERS, 1 ADJ SHELF, FLUSH STEEL FRONT, LOCKING, BASIC 7238 FIELDSTONE, LOCK POLISHED CHROM, 1" STEEL TOP, STEEL DOOR, CENTRAL LOCKING DRWARW WITH HF, WITH COUNTERWEIGHT PKG, TAG 1 FOR 2A126, 1 FOR 2A128 2 EA eCMS Item Line ID 12756464 UCOL 34 COLUMN SUPPORT- WORKSURFACE,FIELDSTONE, TAG 1 FOR 2A126, 1 FOR 2A128 2 EA eCMS Item Line ID 12756465 UE24 35 STEELCASE END SUPPORT, 24D, FIELDSTONE, TAG 1 FOR 2A126, 2 FOR 2A128 3 EA eCMS Item Line ID 12756466 RHK60 36 HUTCH KIT, 60W, COLOR-FIELDSTONE, FABRIC-GRAPENUT, TAG 1-2A126, 1-2A128 2 EA eCMS Item Line ID 12756467 UMF45 37 PANEL- MODESTY, FULL HEIGHT, 45W, COLOR-FIELDSTONE. TAG 1 FOR 2A126, 1-2A128 2 EA eCMS Item Line ID 12756468 RPM2427AF 38 PEDESTAL- MOBILE 2 BOX/1 FILE, DRAWER FLUSH STEEL FRONT, 22 5/8D, COLOR-FIELDSTONE, POLISHED CHROME LOCK PLUG, FULL DRAWER, DRAWERS WITH RAILS, INTEGRAL J PULL, TAG 1 FOR 2A126, 2 FOR 2A128 3 EA eCMS Item Line ID 12756474 RPM2427BF 39 STEELCASE PEDESTAL, MOBILE, 2 FILE, FLUSH STEEL FRONT, 22 5/8D, COLOR FIELDSTONE, LOCK POLISHED CHROME, INTEGRAL J PULL, SINGLE LOCK, TAG 1-2A126, 1-2A128 2 EA eCMS Item Line ID 12756475 UPS24 40 PENINSULA SUPPORT, 24W, COLOR FILDSTONE, TAG 1-2A126, 1-2A128 2 EA eCMS Item Line ID 12756476 TS7WKSPT 41 REINFORCING CHANNEL, 57", 1 FOR 2A126, 1-2A128 2 EA eCMS Item Line ID 12756477 RBB60QTAK 42 STEELCASE UNIVERSAL; BIN OVER THE CASE, TECHNOLOGY/ANSWER/KICK APPLICATION, 60W, FIELDSTONE, POLISHED CHROM, KEYED, STANDARD DOOR, NO ASSIST, OMIT BRACKET. TAG 1 FOR 2A126, 1-2A128 2 EA eCMS Item Line ID 12756478 UPBC2460 43 WORKSURFACE, BULLET PENINSULA, CURVED, 24 D X 59 1/2W, EDGE 6631 CREAM, 2823 DRIFTWOOD SPECKLE TOP SURFACE, OMIT SCALLOPS, TAG 1 FOR 2A126, 1-2A128 2 EA eCMS Item Line ID 12756479 US2460 44 STEELCASE WORKSURFACE, STRAIGHT, PLASTIC EDGE, LAMINATE, 1/2 CORD DROP, 23 1/2D X 60W, EDGE 6631 CREAM, SURFACE DRIFTWOOD SPECKLE, OMIT SCALLOPS, TAG 1-2A126, 1-2A128 2 EA eCMS Item Line ID 12756480 RHKESB 45 BRACKET- HUTCH CONNECTOR, COLOR: FIELDSTONE, TAG FOR 2A128 1 EA eCMS Item Line ID 12756481 RHK66 46 STEELCASE HUTCH KIT, 66W, FIELDSTONE, GRAPENUT, HORIZONTAL APPLICATION ONLY, TAG FOR 2A128 1 EA eCMS Item Line ID 12756482 UMF27 47 STEELCASE PANEL- MODESTY, FULL HEIGHT, 27W, FIELDSTONE, TAG FOR 2A128 1 EA eCMS Item Line ID 12756483 RBBQTAK 48 STEELCASE UNIVERSAL BIN OVER THE CASE, TECHNOLOGY/ANSWER/KICK APPLICATION, 66W, FIELDSTONE, LOCKS POLISHED CHROME, STANDARD DOOR WITH NO ASSIST, OMIT BRACKET, TAG 1 FOR 2A128 1 EA eCMS Item Line ID 12756484 US2442 49 STEELCASE WORKSURFACE, STRAIGHT, PLASTIC EDGE, LAMINATE, 1/2 CORD DROP, 23 1/2D X 42W, TOP SURFACE DRIFTWOOD SPECKLE, OMIT SCALLOPS, TAG FOR 2A128 1 EA eCMS Item Line ID 12756485 INSTALL 50 RECEIVING, DELIVERY, AND INSTALLATION OF EVERYTHING ON THIS PURCHASE ORDER, ESTIMATED AT 10% OF ORDER 1 JB eCMS Item Line ID 12756486 1219-44 51 ERG LAGUNA COLLECTION, BOLSTER, ROUND, 44" C.O.M. FABRIC ARCCOM- SILVERADO AC-67665 PENNY #16, TAG 1 FOR 2A108 BEDROOM 2A110 BEDROOM 2A122 BEDROOM 2A120 BEDROOM 4 EA eCMS Item Line ID 12756487 1219-30 52 ERG LAGUNA COLLECTION, BOLSTER, ROUND, 44" C.O.M. FABRIC ARCCOM- INTAGLIO AC-69416 RAINSTORM #17, TAG FOR 2A121 CONSULT 1 EA eCMS Item Line ID 12756488 1219-44 53 ERG LAGUNA COLLECTION, BOLSTER, ROUND, 30" C.O.M. FABRIC ARCCOM- SILVERADO AC-67665 PENNY #16 TAG 1 FOR 2A112 BEDROOM AND 2A118 BEDROOM 2 EA eCMS Item Line ID 12756489 SPECIAL REMARKS: Furniture needed for a February 2018 installation for the newly renovated SICU. Name brand or equal solicitation. DESCRIPTIONS DICTATE, AS THE STOCK NUMBERS MAY BE INCORRECT. LINE ITEMS 31-49 ARE TO CREATE 3 WORKSTATIONS IN 2 OFFICES, WITH LOCKING STORAGE, EACH WORKSTATION KEYED ALIKE. A SKETCH DRAWING CAN BE SUPPLIED OF PRODUCT NEEDED FOR OFFICES, IF SUBSTITUTING EQUAL TO BRAND NAME STEELCASE. Basis of Award Project: FURNITURE FOR THE NEWLY RENOVATED SICU A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical. Name brand or equal as per salient features and characteristics outlined in section D of this solicitation. If offering or equal the salient features, dimensions; specifications must be supplied with offer. NOTE: LINE ITEMS 31-49 ARE TO CREATE 3 WORKSTATIONS IN 2 OFFICES, WITH LOCKING STORAGE, EACH WORKSTATION KEYED ALIKE. A SKETCH DRAWING CAN BE SUPPLIED OF PRODUCT NEEDED FOR OFFICES, IF SUBSTITUTING EQUAL TO BRAND NAME STEELCASE. Warranty. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance. Must provide a minimum of two past performance experiences related to furniture installation(s). The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three years. Lead Time. Must provide a detailed project plan to document proposed delivery schedule, citing the specific lead time associated with ordering each item on the schedule. If deliveries can be phased, please provide the phased delivery schedule for each item as applicable. Although a delivery schedule of 30 days ARO is desired, it may not be feasible depending on various factors outside of the vendor s control, therefore offerors are respectfully asked to document the (shortest available lead time) by line item; if partial quantities are quoted, then please provide the lead time for the initial quantity quoted; the lead time for the remaining quantity for each line item quoted (with a phased delivery). Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. Lowest Price, Technically Acceptable Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation.. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable 1). REGISTERED IN SAM 2). REGISTERED IN VIP AS SDVOSB 3). TECHNICAL 4). WARRANTY 5). PAST PERFORMANCE 6). LEAD TIME 7). PRICE (Not Rated)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q0125/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0125 36C24718Q0125_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3956770&FileName=36C24718Q0125-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3956770&FileName=36C24718Q0125-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0125 36C24718Q0125_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3956770&FileName=36C24718Q0125-000.docx)
- Record
- SN04763193-W 20171213/171211231531-533427bba9283206f3b0306a786cfb84 (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 |