DOCUMENT
71 -- Combined Synopsis/Solicitation Furniture - Attachment
- Notice Date
- 7/9/2018
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q9671
- Response Due
- 7/24/2018
- Archive Date
- 9/22/2018
- Point of Contact
- Tica Danford-Leaf
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25918Q9671 Ogden CBOC Furniture This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, 7/23/18 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Tamanica.danford-leaf@va.gov no later than 4:00pm EST, 7/24/18. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9671. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective July 09, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1000. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; Furnishings; _____________ _____________ 0002 Description; Project Management Services/Fee; _____________ _____________ 0003 Description; Receive, deliver, assemble, install; _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); 1.1 Scope of Work 1.1.1 All labor, material equipment and services necessary to furnish and install all furnishings and related components as indicated or specified. 1.2 Quotation Documents 1.2.1 Furniture Specification 1.2.2 Furniture Plans 1.3 Performance Requirements 1.3.1 The specification covers the requirement for freestanding and wall mounted furnishings. The minimum acceptable requirements for manufacturer s extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. Failure to meet the minimum acceptable requirements may result in disqualification of the bid. 1.3.2 All furnishings shall be of a design, material and workmanship to withstand hard 5-day usage over an extended life with a minimum or maintenance and repair. 1.3.3 The manufacture shall provide and be responsible for the technical assistance, development and generation for final specifications. 1.3.4 The manufacturer will provide warranty for all products listed below, covering parts, labor, and shipping. All warranty items, shipping labor, traveling, and shipping of items shall be covered by the manufacturer/dealership. 1.3.5 The Bid winner shall be able to visit the site and have physical response to any issues within twenty-four-hour notice from End Users. 1.4 Submittals 1.4.1 Submittals required with the Bid are as Follows: 1.4.2.1 Submit price list for all products and services Bid 1.4.2.2 Submit complete test results 1.4.2.3 Submit and estimate of man- hours required for installation 1.4.2.4 Submit shop drawings, complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing. 1.4.2.5 Submit all warranties and maintenance manuals to owner. 1.5 Delivery, Storage and Handling of Materials 1.5.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. 1.5.2 Bid Winner is responsible for storing product in their warehouse until the job site is ready for installation. 1.6.2.1 Product shall be stored flat in a cool, dry place 1.6.2.2 Do not subject to moisture. 1.5.3 Project construction will be phased as the clinic needs to stay up and running during this process. The removal of existing furniture, construction, installation of new furniture will be handled in six phases. Project estimated to begin August 1, 2018. All phases completed by November 30, 2018. 1.5.3 Deliver no components to project site until areas are ready for installation. Tight coordination with Clinic Manager, VA COR, Construction Superintendent, Local Furniture Project Manager, and Installation Lead critical to the success of the project. 2.0 PRODUCT 2.1 Furniture Bill of Materials Line Tag Room Name Manufacture Product Description Qty Price Total Price 1 MMK Exam Midmark Barrier Free Exam Room Table w/Scale, Recessed Rollers, Dwr Heater, Pelvic Tilt, Electric Rec, Base Only Midmark Quote 042718 VA SLC Model No: 626-003 8 2 MMK Exam Midmark Upholstery Top 626 28" Premium 866 Ultrafree Dark Linen Midmark quote 042718 VA SLC Model No: 002 2004-866 8 3 MMK Exam Midmark Patient Support Rails Plus, Field Installed Midmark Quote 042718 VA SLC Model No: 9A600002 8 4 MMK Exam Midmark/Ritter Ritter 276 Basic Exam Stool, Pneumatically Adjustable, Hand Release 866 Ultra Dark Linen Midmark Quote 042718 VA SLC Model No: 276 001 866 18 5 ALT Exam Rooms Altus H Class LCD Computer Cart, Cloud Finish Model No: HHC6P5-SD-0141-BC 16 6 ALT Exam Rooms Altus H Class CPU Holder, Platinum Finish Model No: CPU-2 16 7 ALT-F Exam Rooms Altus Altus Freight 1 8 VSL Exam Room Versteel Companion X Chair Flare, 26"W, w/Arms, Uph Seat, Back & Armcaps, Grade 6 3374 201 Seat Upholstery Designtex Pivot 64114 Back Upholstery C.F. Stinson Aqua 3374 201 Arm Cap Upholstery Designtex Pivot CL Caramel Frame Finish BHG Hard Surface Glides Model No: CLAFL 02X26 24 9 WAL Exam Rooms Welsh Allen Integrated Wall Diagnostic System Model No: WLA-77791-MX 9 10 ILC Various Chicago Lighthouse Clock, 14, Wall Hanging, Black On White Face ILC-67818003 9 11 PPP Various Peter Pepper Product Coat Rack, 3 Hooks On Flush Plate Model No: PPP 2142 25 12 PPP Various Peter Pepper Product Coat Rack, 5 Hooks On Flush Plate Model No: PPP 2142XL 12 13 PPP-F Peter Pepper Products Peter Pepper Incoming Freight 1 14 SAF Various Safeco Checks Wastebasket, 6 Gal., 3 Each Per Carton GR Gray Finish Model No: 9733 3 15 GLB Various Global Furniture Group VION TS, Heavy Duty, Mesh Back, High Back, Multi Tilter, Std Adj. Height & Width T arms w/ Front to Back Sliding Armcap, Std Molded Black Base, Std 2" Dual Wheel Carpet Casters, 24/7 FOG Back Frame Finish POLISHED ALUM Base Style FC Fog Finish w/Chrome Accent Adjustable T Arm G8 Grade 8 Textiles CAU 8781 Wolf Gordon Cumin Seat UpholsteryMS73 Rope Mesh Back MF Memory Foam Seat LP Lumbar Pad Support Model No: TS6321-3 45 16 GLP Various GelPro Elite Mat, 20 X 36 Granite Grey SA-109-22-2036-4 50 17 GLP-F GelPro Incoming Freight 1 18 GLB Various Global Furniture Group VION, Side Chair w/ Casters, Mesh Back, Std 4 Legged Base, Std 2" Dual Wheel Carpet Casters, Does not Stack, GLOBAL SEATING USA M-Fog Back Frame [FOG] Grade 08 upholstery F-Fog Frame [FOG] C-Black, 2.5" Dual-Wheel Urethane Caster 6325C 10 19 GRO Various Great Openings 47"Wx1/4"Dx12 1/2"H Acrylic Modesty Panel W/2 clips ACR1148 3 20 GRO Various Great Openings 65"Wx1/4"Dx12 1/2"H Acrylic Modesty Panel W/3 clips ACR1166 2 21 GRO Various Great Openings 42Wx18-1/4Dx28-3/8H Double Door Storage Cabinet (1 Adjustable Shelf) Standard UM Series Lock-Flat CG-03F4 1 22 GRO Various Great Openings 30Wx18-1/4Dx39-7/8H Double Door Storage Cabinet (2 Adjustable Shelves) Skip Option is Standard UM Series Lock-Flat CG-04F2 2 23 GRO Various Great Openings 30Wx18-1/4Dx65-7/8H Double Door Storage Cabinet (4 Adjustable Shelves) Skip Option is Standard UM Series Lock-Flat CG-10F2 2 24 GRO Various Great Openings Mobile, P/B/F, 24.00Hx 21 7/8Dx15 1/ A Full Pull Front Face 0666 Steelcase Platinum Metallic Finish UM Herman Miller Lock Core Model No: EL 1819 6 25 GRO Various Great Openings 42"Wx18 1/4D Laminate Top (42" Lateral/DD) FC1943 1 26 GRO Various Great Openings 12"Wx18"Dx65 7/8"H, Double Locker, Right Hinge Full Pull Square Front Hasp Lock - A-Pull Only RG-3NH7 16 27 GRO Various Great Openings Trace Lat File,5 Drw,30Wx18-1/4Dx65-7/8H, top flipper door stows over-the-top revealing fixed shelf 5-Dwr c-wt. Factory Installed __Full Pull Square Front___ UM Standard Series Lock - Flat Black RG-D311 2 28 GRO Various Great Openings Combo Lat/3 Drw 2 H Cupboard-30Wx18-1/4Dx65-7/8H Skip Option is Standard UM Series Lock-Flat RG-H4B3 1 29 GRO Various Great Openings Common Top 60-1/4Wx18-1/2D-(2) 30" Trace Laterals/DD Side-by-Side TL1860 1 30 TYC Various Tayco END TRIM, TOP CAP MATCHING, 69H straight C-HET0-69 5 31 TYC Various Tayco FILLER, "T" CONDITION, 69"H straight C-HFTR-69 1 32 TYC Various Tayco PANEL GRIPPER FOR CARPETED FLOORS C-HGC0 2 33 TYC Various Tayco PANEL FRAME SCREW KIT, 69"H C-HKP2P-69 3 34 TYC Various Tayco WALL TO PANEL CONN, TYPE 1 2.25" - 3.25" ADJUSTABLE, 69H C-HWA1-69 2 35 TYC Various Tayco WALL TO PANEL CONN, TYPE 3 4" - 5.25" ADJUSTABLE, 69H C-HWA3-69 1 36 TYC Various Tayco PANEL FRAME, 69H X 30W C-PF00-6930 8 37 TYC Various Tayco CLEAR ACRYLIC TILE, 16H X 30W C-PTGC-1630 16 38 TYC Various Tayco EXTENDED BOTTOM LAMINATE TILE, 53H X 30W C-PTLX-5330 16 39 TYC Various Tayco ELLIPTICAL BASE FOR 108W TABLE TOP TB-B5-108 1 40 TYC Various Tayco RACETRACK TABLE TOP, 108W X 48D Straight TB-MRRN-10848 1 41 VSL Various Versteel Companion Flare, w/Arms, Uph Seat, Back & Armcaps Standard Process Grade 6 Vinyl Grade 6 Vinyl Grade-In Standard Glides No Chair Link 7 42 WRT Various Workrite Pen Holder Gray Model No: 95204 S 8 43 WRT Various Workrite Folder Tray Gray Model No: 95210 B 16 44 WRT Various Workrite Wire Way Under Surface Cable Manager 2 ft. Black 95222 24 45 WRT Various Workrite Power Module, 3 AC port, 1 Dual USB Port, Above Desk Mounter, Clamp On Silver 95314-S 42 46 WRT Various Workrite Privacy Panel & Stanchions 14"H x 70" W 981-70 8 47 WRT Various Workrite CONFORM DUAL, ARTICULATING ARM, W/O BASE Model No: CONF 2SDA WOB S 42 48 WRT Various Workrite CONFORM BASE, C CLAMP & GROMMET Model No: CONF BSE CCG S 42 49 WRT Various Workrite Standard Switch Model No: ES B SWITCH 45 50 WRT Various Workrite Flat Foot Kit, 24" Depth S Silver Finish Model No: ES FS24 8 51 WRT Various Workrite Flat Foot Kit, 30" Depth S Silver Finish Model No: ES FS30 37 52 WRT Various Workrite Essentia Electric Frame Set, 2 Leg S Silver Finish Model No: ES3E30 48 34 53 WRT Various Workrite Essentia Electric Frame Set, 2 Leg S Silver Finish Model No: ES3E54-72 3 54 WRT Various Workrite Essentia Electric Frame Set, 3 Leg, Equal & Offset Corners Model No: ES3E5472EOC 8 55 WRT Various Workrite Worksurface, 46"W x 29"D Rectangle, Laminated w/3mm Edgeband Model No: T4629-B3 34 56 WRT Various Workrite Worksurface, 58"W x 29"D Rectangle, Laminated w/3mm Edgeband Laminate Tier 2 T5829-B3 3 57 WRT Various Workrite Worksurface, 58"W x 70"W x 23"D Offset Corner Right, Laminated w/3mm Edgeband Laminate Tier 2 T587023-B3 3 58 WRT Various Workrite Worksurface, 70"W x 58"W x 23"D Offset Corner Left, Laminated w/3mm Edgeband Laminate Tier 2 T705823-B3 2 59 WRT Various Workrite Worksurface, 70"W x 70"W x 23"D Equal Corner, Laminated w/3mm Edgeband T707023-B3 3 60 ZZo Services Services Local Project Management Service, Estimated On-site/off-site 1 61 ZZ1 Services Install Installation Receive, Deliver, and Install. Removal of existing Multiple phases 1 62 ZZ2 Services Services SDVOSB Management Fee 1 2.2 General 2.1.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 2.1.2 Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. 2.1.3 All surfaces must be cleanable with hospital grade germicides and bleach solutions without harm to finishes. 2.1.4 Vendor must be able to accommodate special request and unique requirements such as custom sizes or cut to fit. 2.1.5 Master key must be available upon request. 2.16 Furniture must meet or exceed BIFMA standards. 2.2 Computer Cart COW, (ALT) Altus H-Class Computer Cart or equal 2.2.1 Worksurface Dimensions 20 D X 21 W Base Dimensions 18 W X 20 Dart Height Adjustment: 28.5 - 46.5 (18 of Sit-to-Stand adjustability). 2.2.2 Cart Height Adjustment: 28.5 - 46.5 (18 of Sit-to-Stand adjustability). 2.2.3 4 /100mm Rollerblade Casters. 2 locking/ 2 Non-locking 2.2.4 Worksurface Dual Surface 1 Thick. Upper & Lower Surfaces Reversed Tear Drop Edge. Height adjustment Hand Lever. 2.2.5 CPU Holder 2.2.6 Included Accessories: Swing-A-mouse, Cord tray, Counterweight. 2.3 Bariatric Patient Chair (VSL) Versteel, Companion X Chair Flare. 2.3.1 Chair dimension to be 32 h x 30 w x 22 ½ d, seat height 17, seat width 24 ½, seat depth 18 2.3.2 Base of frame shall be 7/8 o.d. 13-gauge steel tube 2.3.3 upholstered back, shall be molded 5 ply with 1 think 1.5 lb. density foam. 2.3.4 upholstered arm caps, molded 5 ply with ½ thick 1.5 lb density foam 2.3.5 Upholstered seat, molded 5-ply with 1 ½ thick 2lb. density foam. 2.3.6 Chair to have 4 leg bases with non-marring glides. 2.3.7 Chair to have a lifetime warranty. 2.3.8 Chair to have matching side patient chair. 2.4 Patient Chair (VSL) Versteel, Companion Flare 2.4.1 Chair dimension to be 32 h x 23 w x 21 ¾ d, seat height 18, seat width 17, seat depth 18 2.4.2 Base of frame shall be 7/8 o.d. 13-gauge steel tube 2.4.3 upholstered back, shall be molded 5 ply with 1 think 1.5 lb. density foam. 2.4.4 upholstered arm caps, molded 5 ply with ½ thick 1.5 lb density foam 2.4.5 Upholstered seat, molded 5-ply with 1 ½ thick 2lb. density foam. 2.4.6 Chair to have 4 leg base with non-marring glides. 2.4.7 Chair to have a lifetime warranty. 2.4.8 Chair to have matching bariatric chair. 2.5 Guest Armchair (GLB) Global, Vion MO or equal 2.5.1 Chairs shall be upholstered back with matching outer back upholstery and upholstered seat. 2.5.2 Chairs shall have wall saver design. 2.5.3 Chairs stacks 4 high on floor or 8 stacks high on dolly. 2.5.4 Chairs are designed for 24-7 use and wear and tear. 2.5.5 Chairs have gently curves and made from strong fiberglass reinforced nylon. 2.5.6 Chair legs are constructed from 7/8-inch diameter steel tubing. These models are standard with durable black polypropylene glides and stack up to 5 high on the floor/8 high on a dolly. 2.5.7 Chairs to have a limited lifetime warranty 2.6 Task Chair (GLB) Global, Vion TS Heavy Duty Mesh Back 2.6.1 Task chair designed for 24-7 use and wear and tear. 2.6.2 Task chair shall be rated to a minimum of 350 lbs. weight capacity. 2.6.3 Task chair has pneumatic seat height and sliding seat depth adjustment, forward and rearwards seat tilt with infinite lock and free-floating back angle control and tilt tension control. 2.6.4 Task chair shall have side activated sliding seat depth adjustment is standard on multi-tilter. Provides 2 of seat depth adjustment. 2.6.5 Task chair shall have ultracell or molded heavy-duty seat foam. 2.6.6 Task chair shall have heavy duty 3 wide back upright 2.6.7 Task chair shall have mesh back. 2.6.8 Task chair shall have T arm options that include height and width adjusting arms, one with sliding arm caps. 2.6.9 Task chair shall have flexible back which provides non-rigid lumbar support. 2.6.10 Task chairs shall be constructed of injected mold nylon base; fiberglass reinforced 26 diameter. 2.6.11 Task chairs to have 2 dual wheel hard casters made of reinforced nylon 2.6.12 Task chairs shall have a lifetime warranty, 5 years warranty for foams and fabrics, and 12 year warranty on control mechanisms. 2.6.13 Task chairs must meet CAL 117 and CAL 133 2.7 Lateral files (GRO) Great openings trace lateral file with common top or equal 2.7.1 Lateral files shall be 36 w x 18 ¼ d x 28 3/8 H and 2.7.2 Drawers shall be full extension steel ball-bearing slides with anti-rebound features to ensure smooth operation. 2.7.3 Drawers include full-height side panels. 2.7.4 Lateral files to include two file bars in each drawer, for side-to-side filing. 2.7.5 Lateral files to accommodate letter size filing. 2.7.6 Lateral files to have a counterweight. 2.7.7 Lateral files to have full pull style. 2.7.8 Lateral files shall be welded steel frame construction and formed channels. 2.7.9 Lateral files shall be reinforced vertical and horizontal channels. 2.7.10 Lateral file tops and side channels shall be a minimum of 20 gauge cold rolled steel. Fronts and outer panels shall be a minimum of 20 gauge. Drawer bins and shelves shall be a minimum of 18 gauge. 2.7.11 Drawer roll-out shelf load capacity shall be a minimum of 125lbs 2.7.12 Locks shall be keyed alike per office 2.7.14 Lateral files shall have a common top using Wilsonart River cherry laminate with matching edge band. 2.7.15 Lateral files to have a limited lifetime warranty 2.8 Mobile Pedestal (GRO) Great Openings,Trace, Mobile P/B/F or equal 2.8.1 Mobile pedestals to be Pencil/Box/File with a dimension of 24 H x 21 7/8 D x 15 ¼ W 2.8.2 Mobile drawer fronts are mechanically fastened and removable to maximize design flexibility. 2.8.3 Mobile pedestal drawers shall be full extension, steel ball bearing slides. 2.8.4 Mobile pedestal slides include anti-rebound and quick disconnect features. 2.8.5 Mobile pedestal drawer fronts include rubber bumpers for quiet operation. 2.8.6 Mobile pedestal drawers shall accommodate letter, legal, and ledger filing. 2.8.7 Mobile pedestal to include black 37 mm casters (2) locking and (2) non-locking 2.8.8 Mobile pedestal to meet or exceed applicable ANSI-BIFMA standards for durability and safety. 2.8.9 Mobile pedestal to have welded steel frame construction and formed channels. 2.8.10 Mobile pedestal tops and sides channels are a minimum of 18 gauge cold rolled steel. 2.8.11 Mobile pedestal outer panels and drawer bins are a minimum of 22-gauge steel, drawer fronts to be a minimum of 20-gauge steel. 2.8.12 Mobile pedestal to have a minimum weight limits of 200 lbs. Pencil drawer to have a minimum of 50 lbs, box drawer a min. 50 lbs and file drawer a min. 50 lbs. 2.8.13 Mobile pedestal to include (1) box drawer divider, (1) file drawer divider, and (1) pencil tray. 2.8.14 Locks shall be UM series to match Herman Miller and keyed alike per office Lock 2.8.15 Mobile drawers to have A full pull style. 2.9 Double Door Storage Cabinet (GRO) Great Openings Trace or equal 2.9.1 Storage cabinet to meet or exceed applicable ANSI-BIFMA standards for durability and safety. 2.9.2 Storage cabinet shall have welded steel frame construction and formed channels. 2.9.3 Storage cabinet shall have double wall construction on side panels. 2.9.4 Storage cabinet shall have bottom channels, top and shelves are all minimum of 18 gauge. Back panel, side channels and side panels are a minimum of 22 gauge. 2.9.5 Shelves shall be 1 tall and are adjustable in ½ increments. 2.9.6 Storage cabinet shall have four leveling glides with 5/8 adjustment. 2.9.7 Storage cabinet shall be 36 W x 28 3/8 H (4 High) x 18 1/4" D and 42 W x 18 ¼ D x 39 7/8 H 2.9.8 Storage cabinet shall have outer side panels that are flush with the sides of cabinet when installed side by side. 2.9.9 Storage cabinet shall have a minimum capacity of 140 lbs. 2.9.10 Storage cabinet to have a lifetime warranty 2.10 Modular Panel System (TYC) Tayco, Cosmo, or equal 2.10.1 Frames are available in nominal heights of 37", 45", 53", 61", 69", 77" and 85" and widths of 18" to 60" in 6" increments. 2.10.2 To meet ADA requirements, the frame is designed to provide for a worksurface height from 29" to 34" in 1" increments. Frames are designed to permit all hanging components (worksurfaces and shelves) to be adjusted in 1" vertical increments. 2.10.3 Frames are constructed of 16-gauge steel and are welded together to ensure structural integrity and safety. Bare panel frames are 17 8" thick, while complete panels including finish tiles and top caps are 3 1/8" thick. 2.10.4 3" nylon floor glides adjust a minimum of 2 1/2" vertically to accommodate floor variance. 2.10.5 Each frame has a two-piece clip-on metal wire-management baseboard cover. The cover is accessible on both sides of the panel and provides locations for electrical outlets. 2.10.6 Panel bases can be retrofitted to add electrical receptacles to previously non-electrified panels in the future. 2.10.6 The baseline covers allow for the laying in of all cables, eliminating the need to thread wires through the base of the frame and around the corners. 2.10.7 Frames are firmly secured together with metal connectors. 2.10.8 Frames can be connected in two-way/90-degree, two-way/135-degree, two-way/120-degree, 3-way, 4-way or straight-line configurations. Frames are secured so that light is not transmitted through the connectors. 2.10.9 Frames are designed to accept various sizes of panel tiles with different finishes that perform different functions. 2.10.10 Frames are designed to permit frames of unequal heights to be connected together with appropriate finishing pieces. 2.10.11 Frames have mounting clips for top caps pre-installed on panel frames. 2.10.12 Frames are designed to accept a variety of work surfaces, including worksurfaces at 135-degree and 120-degree corners. 2.10.13 Acrylic panel frames are available without an electrical crossbar to allow for the use of acrylic tiles from the top of the panel raceway to the panel top cap. 2.10.14 When belt-line electrics are specified, the frame will include an electrical crossbar. Stacking Frames 2.10.15 Stacking frames are available in all panel widths. Each frame can increase the height of an existing frame by a nominal 8", 16", or 24" up to a maximum height of 109." Multiple stacking frames can be added to span from 37" high to 109" high. 2.10.16 The stacking frame is constructed of 16-gauge steel and is completely load-bearing. Stack-on frames can easily be added or dismantled, making moves, adds and changes quick and easy. 2.10.17 Panel tiles close off the interior and exterior chase of the modular open frame and are available in several sizes and variations to allow maximum accommodation to the station s requirements. 2.10.18 Tiles are attached to panel frames by means of a clip-on spring. 2.10.19 Tiles are available in standard heights of 8", 16" and 24" in all panel widths. Each tile is approximately 5/8" thick. 2.10.20 Tiles are completely modular. A 16"-high tile can be replaced with two 8"-high tiles, and a 24"-high tile can be replaced with any combination of tiles equaling 24"- high. Tiles can be reconfigured without the need to order additional parts. 2.10.21 Monolithic tiles are also available in acoustical fabric and bronze, clear, frosted and fluted double-paned acrylic options. Monolithic tiles attach to panel frames by means of lift and drop. 2.10.22 Acoustical monolithic fabric tiles are available in heights 32", 40", 48", 56", 64", 72" and 80" and come in widths of 18", 24", 30", 36", 42" and 48". 2.10.23 Monolithic acrylic tiles come in heights of 32", 40", 48", 56" and 64". Widths start at 18". Maximum widths vary depending on the height of the acrylic tile. 2.10.24 Monolithic acoustical fabric tiles consist of a fabric-wrapped metal frame with honeycomb and fibreglass. 2.10.25 Tiles are available in perforated metal, accessory-supporting, fabric-covered, marker-board, tackable acoustical (STC 28, NRC 65), acrylic acrylic, open pass-through and beltline wire management. 2.10.26 Segmented fabric tiles are constructed from galvanized cold-rolled metal, honeycomb, and fibreglass that is covered in fabric. 2.10.27 All fabric tiles have a minimum of four fabric grades and over 130 fabric options, including a line of 100% recycled content fabric. COM fabrics are also available on request. 2.10.28 Acrylic acrylic tiles are double-paned and available in clear, frosted, fluted and bronze standard finishes. 2.10.29 Acrylic, marker-board and accessory tiles come with clips pre-installed on the tile for ease of installation. 2.10.30 Beltline flip-up tiles discreetly hide electrical wires and allow easy access to power outlets and data/communication ports at desk-height. Electrical doors can be easily opened and remain in the open position, until the user has finished work and lowers the flip-up tile. 2.10.31 The electrical access tile allows for electrical and voice/ data cable management at desk height, or above desk-height in 8" increments. 2.10.32 During operation the flip-up tile opens less than 2" into the workspace, eliminating the need to clean off the worksurface prior to opening the electrical access door. The unique hinge enables the access door to be easily opened and remains open on its hinge, hands-free until the wires are stored behind the tile. 2.10.33 Electrical access tiles are 8" high and come in widths of 18" to 60". 2.10.34 Individual panel tiles can be removed and relocated without dismantling adjacent tiles. Panel tiles are easily removable without the need for tools. 2.10.35 Tiles ship on panel frames to reduce the time spent on installation and ensure complete shipments. 2.10.36 Adjacent panel frames are connected directly to each other by use of 1" hex screws for a strong metal-to-metal connection. There is no creepage between in-line connections. 2.10.37 90-degree, 120-degree, 135-degree and 180-degree connectors are black powder-painted metal. 2.10.38 Three types of longitudinal wall connectors are available to match metal panel trim finishes. Wall connectors adjust from 2.25"-3.25", 3"-4.25", and 4"-5.25" to accommodate variances in wall measurements. 2.10.39 Panels can be attached directly to the wall without the use of a longitudinal wall connector in situations where walls are squared and adjustability is not necessary. 2.10.40 T-Connection fillers, 90-degree, 120-degree, 135-degree, and 180-degree metal fillers are available in nine metal finish colors. Filler top caps are included with the filler and do not need to be specified separately. Fillers are installed on the panel frame by being pressure-fitted to grooves in the exterior of the frame. 2.10.41 Metal top caps are available in nine finishes to match metal panel fillers. 2.10.42 Top caps and end posts are interconnecting and produce a clean, smooth finish to the system. 2.10.43 Panel end posts are factory precut at 10 full heights and nine partial end post heights for drop-down panel heights. End posts include metal clips to attach the end posts to the panel frame. 2.10.44 Panel base raceways are constructed of 22-gauge electro-galvanized steel, powder painted with knockouts for lay-in of cables for electrical and voice/data capabilities. Base raceways are 51/2" in height to accommodate electrical and communication routing for continuous wiring and cables. 2.10.45 Raceways are connected to the panel by a spring system and are easily removable for access to power/data elements 2.10.46 All electrical components are based on NEC standards and are therefore UL listed - and CSA-certified. 2.10.47 The electrical system is an eight-wire four-circuit system. Each circuit is rated for 20 amps/120 volts. Electrical receptacles can be outfitted at baseline. Base power modules consist of a quad-plex with two isolated and two common circuits. Beltline power modules consist of either a quad-plex or octo-plex with either two isolated and two common (quad-plex) or four isolated and four common (octo-plex) circuits. Isolated circuits are shielded to prevent electromagnetic interference. Isolated receptacles are made evident by their orange color. Electrical harnesses have a metal flex casing to prevent interference with voice/ data cabling to shield all electrical wires. 2.10.48 Electrical harnesses easily snap together to make a connection. Power modules can be installed or relocated without dismantling the panel. 2.10.49 Base and beltline electrics are compatible. Electrical components can be configured to allow panels that are not adjacent to be powered by means of an electrical bypass harness. An optional wire manager is available for bypass panels. Power modules can be easily installed and relocated without dismantling panels. 2.10.50 The system allows for electrical access from the floor, wall or ceiling. Power poles are available in two standard heights and eight vinyl colors to match metal finish trims. Divided power poles are available as an option. 2.10.51 Electrical power modules are rated for 20 amps/120 volts. Power modules can be specified as double- or single-sided to accommodate one station or two stations back to back. 2.10.52 Open-wire starter harnesses come in 72" and 168" lengths and are hardwired into the electrical system of the building. 2.10.53 Electrical harnesses are available in singular lengths ranging from 19" to 145" at 3" increments or as a combination of two harnesses up to 181" in length. 2.10.54 Voice/data access is available at the panel base or beltline. Panel frames can house over 160 cables. Both beltline and base raceways have back-to-back access capability. 2.10.55 Voice (RJ11) jacks are rated CAT3. 2.10.56 Data (RJ45) jacks are rated CAT 6. The transmission speed is 1000 megabits per second. 2.10.57 Segmented panels have extensive internal cable capacity of up to 160 cables. Lay-in base raceways hold up to 60 cables. Beltline raceways store up to 36 cables. 2.10.58 Open space inside the frames allows for routing and storage of fiber-optic cable or copper wire. An additional 36 cables can be housed under the beltline, as well as 36 cables above the beltline. 2.10.59 Each panel can be outfitted with up to six receptacles. Nine voice/data combinations are available depending on project requirements. 2.10.60 Tile panels allow installation of a patch panel used to route communication cables from a network hub to individual workstations. This patch panel provides zoned network cabling distribution, which is beneficial when making changes to the data network or adding or reconfiguring workstations. 2.10.61 Modular countertops are available in lengths of 24" to 54" in 6" increments and a width of 113/4". 2.10.62 Modular countertop supports are available to match the individual frame widths or span two panel widths up to 54" wide or (two) 30"-wide panels. Countertops can be mounted to the panel without the use of any tools. 2.10.63 Counter surfaces are fabricated from 3/8" tempered frosted glass with bowed ends. 2.10.64 Worksurfaces are available in 18", 24" or 30" depths and widths from 18" to 96". Non-standard sizes are available upon request. 2.10.65 Surfaces can be supported by pedestal, end gable, cantilever, metal bracket, or metal gable. 2.10.66 Surfaces are fabricated from thermally fused melamine with 45 lb./cu. ft. density industrial grade composite wood core. Surfaces are finished on all sides with 2-mm vinyl edge banding. Worksurfaces can hang from both sides of the support structures and be adjustable up or down in 1" increments. 2.10.67 Worksurfaces are available with and without ABS grommets. 2.10.68 Panel-supported worksurfaces are available in 26 different shapes. 9 table shapes are available for executive and conferencing requirements. 2.10.69 All worksurfaces come standard as 1" thick with 24 laminate finish options or in an optional 1.5"-thick upgraded surface available in 15 laminate finish choices and three decorative edge details. 2.10.70 Horizontal supports can be specified for worksurfaces with an unsupported width greater than 48", eliminating the need for an additional cantilever support. 2.10.71 Horizontal surface supports are constructed of 14-gauge steel. 2.10.72 Tables are supported by a height-adjustable, cylindrical metal post with a 3" diameter 2.10.73 Horizontal supports can be specified for worksurfaces with an unsupported width greater than 48", eliminating the need for an additional cantilever support. 2.10.74 Horizontal surface supports are constructed of 14-gauge steel. 2.10.75 Tables are supported by an height-adjustable, cylindrical metal post with a 3" diameter 2.10.76 Cantilever worksurface supports are universal, right- or left-handed to suit the specific configuration. The system does not require the use of mending plates to support adjacent worksurfaces, as they are incorporated into the cantilever support. 2.10.77Cantilever supports are constructed of 12-gauge steel and powder-coated black. 2.10.78 Cantilever supports are available in 16" and 22" lengths to accommodate various worksurface depths 2.10.79 A variety of paper flow accessories can be hung from equipment support tiles without the use of tools. They are adjustable up or down in 1" increments without the use of tools. 2.10.80 Where indicated on drawings, frames can house two modular eight-wire four-circuit and four 20-amp circuit electrical distribution systems. Two circuits have the capacity to be completely isolated. Baseline simplex receptacles are modular and can be installed without the use of tools. All receptacles will be factory-designated to identify which circuit they supply and can be located both at baseline and worksurface level. 2.10.81 A modular power entry block is available to energize the system. It has a six-foot long wire whip for the general contractor or owner's electrical contractor to connect into the building power supply. The entire electrical system is UL-listed and CSA-certified. 2.10.82 Data telecommunications cabling and electrical distribution systems are accessible at both baseline and worksurface levels. 2.10.83 Baseline wire-management side covers are securely hinged for easy access to cables and electrical; these covers include electrical receptacles and cable access. 2.10.84 Systems to have lifetime warranty and 10 years on electrical components, and 5-year warranty on fabric 2.11 Height Adjustable Table (WRT) Workrite, Conform, and Essentia or equal. 2.11.1Tables shall have balanced construction with underside smoothly finished, eased edges, and surface joints not greater than 1/8 if more than one top is required to obtain dimension specified. 2. 11.2 Surfaces must be hard, and durable to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners. 2. 11.3 Tables must meet or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001) 2. 11.4 Tables must contribute to LEED Credits 2. 11.5 Tables shall have a core that is constructed from a minimum 1.115 thick, 45-pound density industrial grade particleboard and is backed with high quality phenolic to ensure balanced panel construction and prevent wearing over the life of the product. 2. 11.6 Tables to come with standard switch for simple up/down control. 2. 11.7 Must be warrantied for a minimum of 5 years on all parts of the table. 2. 11.8 Worksurface shall be 29 D x 70 W 2. 11.9 Tables shall have a minimum height range of 22.5 -48.7 2. 11.10 Tables shall have a minimum speed adjustment of 1.6 per second. 2. 11.11 All Tables shall come with two-legged electric frameset with flat feet to handle a 30 D x 72 W worksurface. 2. 11.12 All table feet shall come with adjustable glides providing.5 adjustment. 2. 11.13 Tables shall have a minimum capacity of 225 pounds for 2-leg models. 2. 11.14 Tables to have a maximum power draw of 120 V, 60 Hz, 8 A and standby power of 0.3 W 2. 11.15 Tables to come with a center pencil drawer installed under worksurface providing 25 lb. capacity. Steel ball bearing track. Injection molded plastic with radius front edge. Overall dimensions: 16 D x 21.5 W x 2 H, storage space; 18.5 W x 10 D Fixed height position keyhole mounting bracket. 2. 11.16 Tables to come with Powered USB Data Supply configured with two powered USB ports, one voice/data opening and two power outlets. Clamps on back edge, above worksurface with 10 foot, 15 amp cord, UL listed. 2. 11.17 Table tops to be high pressure decorative laminate by Wilsonart wood grain. Color: Wilsonart, River Cherry 7937-38 2. 11.18 Table base legs and feet to be silver 2. 11.19 Monitor arms to be dual monitor arms that aligns two monitors side-by side on a single base while maintaining independent movement, supports two 5-17 lb monitor. 2. 11.20 Provides easy monitor viewing with 22.5 inches of forward reach 2. 11.21 Free up precious workspace by quickly folding down to 5.5 inches 2. 11.22 Find the perfect height with 13 inches of vertical adjustment range 2. 11.23 Easily route and conceal cables through the integrated wire managers 2. 11.24 Compatible with Standard VESA (75mm & 100mm) mount monitors 2. 11.25 Interchangeable pin system ensures future adaptability 2. 11.26 Grommet attach base. 2. 11.27 Include matching accessories wire way, tool bar and stanchions 14 H x 58 w 2.12 Clocks (ILC) Chicago Lighthouse or equal 2.12.1 Clocks to be 14 ½ diameter silver flat rim clock 2.12.2 Clocks to have large, high contrast dial 2.12.3 clocks to be non-glare 2.12.4 Clock movement shall be Quartz 2.12.5 Clock to be white face with black numbers and black hands 2.12.6 clocks to run off 1 AA battery 2.12.7 Clocks to be able to mount on the wall. 2.12.8 Clocks to contain second hand 2.12.9 Clocks to be 1 ¾ D 2.12.10 Clocks lens to be glass crystal 2.13 Exam Table (MMK) Midmark Barrier Free 626 or equal 2.13.1 Exam tables to have a clean assist roller system (built in caster system to move table) 2.13.2 Active Sensing Technology (safety feature that will stop the table from moving if obstructed by provider or patient body part. 2.13.3 Exam tables to have hand and foot control, and stirrups 2.13.4 Exam tables to have a pelvic tilt of 5 1/5 degrees. 2.13.5 Exam tables to have arms 2.13.6 Exam tables to have a minimum of weight capacity of 650lbs. 2.13.7 Exam tables to have a minimum range of 15.5 (uncompressed) and 14.6 (compressed) low and raises up to 37 High 2.13.8 Exam tables to have the dimensions of 28 w x 60 L footrest extended 76 2.13.9 Exam table to have heated drawer (24.6 watt heated drawer temperature 92 degrees to 112 degrees at 115 VAC input voltage, 70 degrees ambient. 2.13.10 Exam tables to have a paper roll holder holds 24 x 3.56 dia paper roll 2.13.11 Exam tables to have electrical receptacles electrical draw 4A 2.13.12 Exam table to have tamper-resistant, hospital-grade, electrical receptacles on left and right sides 2.13.13 Exam table to meet or exceed ANSI/AAMI ES60601-1:2005+A2 (R2012) +A1 2.13.14 Exam tables to meet or exceed CAN/CSA-C22.2 No. 60601-1:14 2.13.15 Exam table to have heated upholstery temperatures low 95 degrees and high 102 degrees. 2.13.16 Exam tables to have IQ scale built in. 2.13.17 Exam table to come with 1 treatment pan, 1 Ritter led exam light. 2.14 Physician stool (MMK) Midmark/Ritter 276 or equal 2.14.1 Stools to have a five leg caster base. 2.14.2 Caster to be heavy duty dual-wheel, hooded casters 2.14.3 Stools shall be constructed of solid steel and have pneumatic cylinder. 2.14.4 Stool height shall have a minimum range of 18 -24.5 2.14.5 Stool diameter shall have 16.25 2.14.6 Stool Cushion shall be 3.25 2.14.7 Stool caster base diameter shall be 21.5 2.14.8 Stool shall have a minimum of 350 lbs weight capacity. 2.14.9 Stool need to meet or exceed ISO 13485 and ISO 9001. 2.14.10 Stools to have UltraFree Dark linen fabric. 2.15 Wall mounted coat hooks (PPP) Peter Pepper Products, 3 hooks and 5 hooks or equal 2.15.1 Coat hooks shall have the dimension of 8 ¼ x 1 3/8 h x 1 ¾ d for the 3 hooks, 14 ¼ w x 1 7/8 h x 1 ¾ d for 5 hooks 2.15.2 Coat hooks to be natural anodized aluminum finish. 2.15.3 Bar to be extruded aluminum flush plate. 2.15.4 Coat hooks to be screw mount and include wall mounting hardware with each coat hook. 2.16 Trash Receptacles (SAF) Safco, 9733 or equal 2.16.1 Receptacles to be 10 ½ w x 10 ½ d x 12 ½ h 2.16.2 Receptacles to have a rolled top edge. 2.16.3 Receptacles to have checkered stamped design finish. 2.16.4 Receptacles to have rubber feet. 2.16.5 Receptacles to be powder coat finish, in Gray. 2.16.6 Receptacles to be 6-gallon capacity. 2.16.7 Receptacles to be packed three per carton. 2.17 Integrated Wall System (WAL) Welsh Allen 777 2.17.1 Wall system to include wall board, wall transformer, ophthalmoscopes, diagnostic macro view otoscopes, klennspec dispenser, wall aneroid, and suretemp plus thermometer. 2.17.2 Wall systems are Energy efficient, and certified in energy star partner. 2.17.3 Wall system has no on/off switch. 2.17.4 Macro otoscope has twice the field of view and 30% greater magnification than traditional otoscope. 2.17.5 Aneroid is recessed, laser engraved dial face with high-contrast pointer provides certified accuracy. 2.17.6 Aneroid has lifetime warranty 2.17.7 Thermometer provides accurate oral temperature in 4 to 6 seconds, axillary and rectal temperatures in 10 to 13 seconds and adult axillary temperatures in 12 to 15 seconds. 2.17.8 Thermometer has single-use probe covers. 2.17.9 Storage in the thermometer house can store a minimum of 75 prove covers. 2.17.10 Takes approximately 6,000 readings on 3 AA batteries and provides last temperature recall. 3.0.1 Inspection 3.0.1.1 Prior to work of this Section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 3.0.1.2 Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards. 3.0.1.3 In the event of discrepancy, immediately notify the Designer. 3.0.1.4 Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.1 Installation and Workmanship 3.1.1 Coordinate installations per construction schedule. 3.1.2 All installation methods shall be in accordance with the printed instructions of the manufacturer. 3.1.3 Install level, plumb, and secure at proper location according to Floor Plans. 3.1.4 Each item must be clean and free from dust, packing marks, tags, labels, etc. 3.1.5 All punch list items must be completed prior to acceptance by the Owner 3.1.6 Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner. 3.1.7 Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 3.1.8 Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 3.1.9 Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time. 3.1.10 Installer is responsible for providing all tools and equipment that is needed for installation. Owner will not provide tools and/or equipment. 3.1.11 All Installers are responsible for checking into Interior Design prior to installing and obtaining temporary badges. 3.1.12 Installers must follow the standard VA code of conduct at all times while on VA property. 3.2 Work Required by Others 3.2.1 All work required by other trades shall be identified under this section by the Bidder. END OF SECTION Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at VA Medical Center 500 Foothill Blvd Salt Lake City, UT 84148 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: VAAR 852.246-70 Guarantee VAAR 852.203-70 Commercial Advertising VAAR 852.232.72 Electronic Submission of Payment Requests VAAR 852.246-71 Inspection 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: VAAR 852-219-10 VA Notice of Total SDVOSB Set-Aside The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Tamanica.danford-leaf@va.gov by 4:00pm EST, 7/24/18. Name and email of the individual to contact for information regarding the solicitation: Tamanica Danford-Leaf Contracting Specialist Network Contracting Office, VISN 19
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9671/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q9671 36C25918Q9671.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4467658&FileName=36C25918Q9671-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4467658&FileName=36C25918Q9671-000.docx
- File Name: 36C25918Q9671 Ogden CBOC Furniture layout.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4467659&FileName=36C25918Q9671-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4467659&FileName=36C25918Q9671-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q9671 36C25918Q9671.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4467658&FileName=36C25918Q9671-000.docx)
- Place of Performance
- Address: VA MEDICAL CENTER;500 Foothill Blvd;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN04982723-W 20180711/180709230705-76971fef6c46ae03e62524249acb5db2 (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 |