Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2018 FBO #5938
DOCUMENT

71 -- Atrium bistro seating replacement Lounge seating Pneumatic height adjustable tables - Attachment

Notice Date
2/23/2018
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25018Q0383
 
Response Due
2/16/2018
 
Archive Date
4/17/2018
 
Point of Contact
Danielle Bowman
 
E-Mail Address
ak
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25018Q0383 Posted Date: 02/23/2018 Original Response Date: 03/01/2018 Current Response Date: 03/01/2018 Product or Service Code: Set Aside (SDVOSB/VOSB):. 7110- Office Furniture SDVOSB NAICS Code: 337214 - Office Furniture (except Wood) Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, Office Furniture (except Wood) Manufacturing with a small business size standard of 1,000 employees. The Louis Stokes Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106-1702 is seeking to purchase High back lounge seating and pneumatic height adjustable tables. This combined synopsis/solicitation uses a brand name or equal description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Items called for have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. All interested companies shall provide quotes for the following: Line Item Model Number Description Quantity Unit Price Extended Price 1 Seating: High back one seat lounge Integra seating Coffee House or equal 27 -32 max width Seat height 18 high minimum seat or higher 19 max. Arm height 27 ½ H metal radius arm or equal, arm option available Seat depth 20-21 deep Depth 32 max Lounge total height 50 to 53 ¼ high Die-cast aluminium foot Finish: platinum metallic, stardust or equal Must have a floor clearance of at least 4 to protect front cushion Contrasting fabrics, zoned see drawings. Selected Fabric: Architex Pagoda color khaki no exceptions 1:10 bleach cleanable, Virex II 256, Cavi-Wipe cleanable Write-Off Ink Resistant, anti-bacterial, anti-microbial Architex Line Drive Bordeaux exceptions, color match 1:10 bleach cleanable, Virex II 256, Cavi-Wipe cleanable Write-Off Ink Resistant, anti-bacterial, anti-microbial If Open market and not graded in, COM must be included on the quote Weight rated 1000 lbs drop test. 350 minimum for single seat Replaceable and recoverable components a must 12 2 Pneumatic height adjustable table Nevins Atlantis or equal Laminate top with resin edge Knife edge Wilsonart Spring Carnival 1876-35 Resin color: Folkstone Fluted disc base Finish: Stardust or equal 30 diameter 6 3 Delivery and install- Must ship to local dealer warehouse prior to delivery and communicate with interior designer to set up delivery and installation at the hospital. 1 Total Price Request is to replace seating located on the second-floor atrium at the Cleveland VA Medical Center. Furniture in its place will need to be adjusted and moved back to the first floor. Furniture requirements Seating: o High back one seat lounge Integra seating Coffee House or equal § 27 -32 max width § Seat height 18 high minimum seat or higher 19 max. § Arm height 27 ½ H metal radius arm or equal, arm option available § Seat depth 20-21 deep § Depth 32 max § Lounge total height 50 to 53 ¼ high § Die-cast aluminium foot Finish: platinum metallic, stardust or equal Must have a floor clearance of at least 4 to protect front cushion o Contrasting fabrics, zoned see drawings. o Selected Fabric: § Architex Pagoda color khaki no exceptions 1:10 bleach cleanable, Virex II 256, Cavi-Wipe cleanable Write-Off Ink Resistant, anti-bacterial, anti-microbial § Architex Line Drive Bordeaux exceptions, color match 1:10 bleach cleanable, Virex II 256, Cavi-Wipe cleanable Write-Off Ink Resistant, anti-bacterial, anti-microbial If Open market and not graded in, COM must be included on the quote o Weight rated 1000 lbs drop test. 350 minimum for single seat o Replaceable and recoverable components a must o Pneumatic height adjustable table Nevins Atlantis or equal Laminate top with resin edge Knife edge Wilsonart Spring Carnival 1876-35 Resin color : Folkstone § Fluted disc base Finish: Stardust or equal § 30 diameter Installer shall contact VA interior Designer when shipment is arriving at the selected warehouse. Vendor shall notify local dealer/ installer and interior designer shipping and arrival information so that Installation date can be given and coordinated with the VA interior designer recognizing installation scheduling and availability. All staff on VA property shall be required to have a visible identification badge. All staff on VA property will be required to conduct their business in a professional manner including appropriate attire, language, and behavior. All staff on VA property will be required to comply with all applicable VA safety requirements and policies. Furniture storage is to be provided in a lighted, secure, climate controlled facility that is free of insects, rodents, and water issues. Contractor will be responsible for loss or damage of furniture while in transport or in storage. Temperatures are to be maintained between 55-85 degrees Fahrenheit. Performance will be monitored by the designated VA COR (Contracting Officer Rep). Furniture, once accepted will be monitored by performance by the interior designer and nursing staff at the VA Wade Park Medical Center. If warranty claims come in they will be compared to the manufactures warranty decree and called into the company and scheduled by the interior designer. Furniture is to be stored in a protected and secured facility until delivered to the VA Atrium, 2nd floor, Wade Park location. While working at the VA Medical Center or CBOC s, all VA safety and infection control policies and protocols must be adhered to. Request shall be delivered and installed at the Cleveland VA Medical Center. 10701 east Blvd, Cleveland OH 44106 Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Delivery shall be completed within six weeks after award, to the following address: Louis Stokes Cleveland VAMC 10701 East Boulevard Cleveland, OH 44106-1702 Award shall be made to the contractor whose quote offers the best value to the government. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) 852.203-70, Commercial Advertising (Jan 2008) 852.211-73, Brand Name or Equal (Jan 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION) 852.232-72, Electronic Submission of payment Requests (Nov 2012) 852.246-70, Guarantee (Jan 2008) 852.246-71, Inspection (Jan 2008) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. To be eligible to respond as an SDVOSB, a firm must be Center for Veterans Enterprise (CVE) registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov. Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) shall not be considered and will not be evaluated. Quotes shall be sent by e-mail only to Danielle.Bowman@va.gov no later than 8:00 am ET, March 01, 2018. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to Danielle.Bowman@va.gov no later than 12:00 pm ET, February 28, 2018. Questions received after the specified date and time will not be considered. Point of Contact Danielle Bowman Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3818 Email: Danielle.Bowman@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q0383/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0383 36C25018Q0383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104624&FileName=36C25018Q0383-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104624&FileName=36C25018Q0383-000.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: Cleveland Department of Veteran Affairs;10701 East Blvd.;Cleveland
Zip Code: 44106
 
Record
SN04833365-W 20180225/180223231651-5cb83a0d0d3692b038e27ee291a80a25 (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.