DOCUMENT
71 -- Conference Room Furniture for VALLHS - Attachment
- Notice Date
- 7/24/2018
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9788
- Response Due
- 7/31/2018
- Archive Date
- 10/29/2018
- Point of Contact
- Jason J White
- E-Mail Address
-
6-2236<br
- Small Business Set-Aside
- N/A
- Description
- VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 19 of 19 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26218Q9788 Posted Date: 07/24/2018 Original Response Date: 07/31/2018 Current Response Date: 07/31/2018 Product or Service Code: 7110 Set Aside (SDVOSB/VOSB): SDVOSB Set-Aside NAICS Code: 337127 Contracting Office Address Dept. of Veterans Affairs Network Contracting Office (NCO) 22 4811 Airport Plaza Drive Long Beach, CA 90822 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees. The NCO 22, 4811 Airport Plaza Drive, Long Beach, CA 90822 is seeking to purchase Conference Room Furniture for VA Loma Linda Healthcare System. All interested companies shall provide quotations for the following: Supplies B.3 STATEMENT OF WORK Project Schedule: Project Coordination Award Meeting: Within 5 business days of award notification. Site Review: by Manufacturer, Furniture Dealer-Installer for field measure: Within 5 business days of award notification Final Installation Drawings: Manufacturer and Furniture Dealer-Installer submittal of Installation Drawings for review and approval: Within 7 business days of receipt of award notification Manufacturer provided shipping dates: Within 4 business days of selection of all colors, finishes, materials and fabrics for products purchased Whips: shall be delivered to the site 3 weeks before installation of furniture begins Installation of product: Coordinated with the COR. TBD. Installation Inspection: Awarded Vendor shall schedule punch with Interior Designer contact 5 business days prior to installation completion. Installation inspection shall take place no more than 5 business days after installation completion Acceptance of product and work by VA Interior Designer: Time to be determined. Final acceptance will not occur until all punch items have been corrected. Product Delivery Location: Product is to be shipped to the dealer or installer s warehouse and delivered to the work space of the Client Agency s Delivery Address Prior to providing a submittal an optional site visit shall be conducted. If you wish to participate, Contact the Contracting Officer. Participating vendors will meet in the main lobby of the bldg. the VA will provide information regarding the paths of travel, size and capacity of the elevator, and size of hoist way opening and loading dock access and rules Items that require special moving requirements (i.e. door enlargement, freight on top of the elevator, etc.) will be funded and coordinated by user agency Quote Preparation: Provide a complete technical submission detailing all of the requirements listed in this solicitation packet. All technical submissions must be in the following format and in the following order; Cover Page: At a minimum, the following information must be included: solicitation number, client/agency name and delivery location, name of company submitting the proposal, date, and a list of the manufacturers used in the proposal. Any additional information may be added at the bidders discretion. Administrative: Past Performance References including the name of the organization, period of performance, dollar value and contact information for the primary contact person for 3 projects that were completed for similar work within the past 3 years. Complete List of Items organized by room with item quantities and Warranty Information. See Pricing Sheet for a complete list of Base Bid items and Bid Options 1 & 2 required for this project. Project Delivery and Installation Schedule Product Details: Detailed Specifications for each item specified with an attached image Dimensioned, detailed, drawing of each typical area (workstation, private office, and other items) as needed to best depict proposed product(s) Plan view and isometric view or elevations with legend or keyed notes matching the Complete List of Items ANSI/BIFMA: Certificates of ANSI/BIFMA compliance certificates labeled with the product(s) that it applies to Environmental: Environmental Testing Certificates labeled with the product(s) that it applies to Warranty: Warranty Certificates labeled with the product(s) that it applies to Teaming: Copy of teaming agreement(s) with any vendors or manufacturers Non-Obsolescence: Non-Obsolescence policies labeled with the product(s) it applies to Installation Plans and Sample Submittals: The Awarded Vendor is required to do the following: Prepare installation plans based on this solicitation requirement to ensure any problems and dimensional conflicts are identified and resolved prior to the start of the installation. Verify dimensions to ensure that specified furnishings will fit in the space as shown on the plan prior to installation and advising the VA of conditions found which will not allow specified items to fit as shown on the drawings Notify the VA Interior Designer of any data, telephone or power device and thermostat locations, which will not be accessible or usable when furniture is installed; and details of keying of locks Any problems, which would impact installation, shall also be reported to the Contracting Officer and resolved prior to start of installation Provide AutoCAD files of installation plan to the Interior Designer on CD Rom Have a project coordination meeting with the Interior Designer to select the furniture finishes. When selections have been made the Awarded Vendor shall provide the Interior Designer or designated VA Representative two sets of the selections made for their records and to provide to the client agency. Meetings: The Awarded Vendor shall attend furniture meeting(s), as requested, with the VA and other contractors for coordination purposes. Permits and Building Access: The Awarded Vendor shall obtain necessary clearances (including proof of insurance, if required by the COR) or permits for all personnel. User agencies are responsible for coordinating entry and clearances for site access by vendors Prior to the start of work the Awarded Vendor shall advise the COR of existing damage and conditions which are present on a marked and noted copy of the floor plan or by written memo if it occurs beyond the immediate work site. Personnel Requirements: The Awarded Vendor shall furnish all necessary supervision and labor for each day that work is scheduled. The Awarded Vendor shall utilize qualified and experienced personnel. The Awarded Vendor shall coordinate with the COR to determine the level of background check needed to admit the laborers into the building The Contractor will be responsible for confining its crew and work to the designated project areas. The Contractor will also be responsible for ensuring that the installation personnel are identifiable VA representatives may require the Contractor to remove any employees from the job should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on VA controlled property Installation: Delivery and installation services include inside product delivery and coordination, unpacking, inspection of product for shipping damage, placement, set-up, assembly and leveling of product in accordance with any recommended manufacturer instructions/guidelines to conform to the requirements and drawings of this RFQ and approved installation drawings provided by the Awarded Vendor. The installation services shall include removal of all furniture product packing materials from the government work space and buildings and shall also include wipe down of handling marks, fingerprints and air borne soil from all furniture surfaces and parts prior to final review of the installed product. The Contractor shall ensure that all products and installation comply with the General Specifications in the Schedule for Office Furniture (71) Power Whips and or Poles: The Awarded Vendor is not responsible for providing an electrician or providing data or telephone cabling for the furniture installation. VA will provide a licensed electrician to connect the "whips" (power/cable feeds) from the building conduit and wall box to the furniture systems. The Awarded Vendor shall provide drawings indicating locations for wall connections and the number of circuits required for each. The Contractor shall arrange for the delivery of all required workstation power whips to the building sites 3 weeks prior to the commencement of furniture delivery and installation The Awarded Vendor is responsible for installing and verifying the operating use of all outlets and connections within the furniture systems from the whip and throughout the furniture systems installation. They shall notify the COR and the electrical contractor who provided the connection of the "whips" of any devices within the work stations which fail to work. This coordination shall take place prior to request for final review and acceptance of a completed area. Failure of any devices shall be cause to stop the review until the work is complete. Installation Equipment and Materials: The Awarded Vendor shall furnish all necessary material and equipment including padding or other protective material for the interior of the building. The Awarded Vendor shall provide masonite sheets taped to the carpet in major walking paths and primary entry to the work space to be installed. All walls, corners and door frames on path of delivery must be protected. All material handling vehicles shall have rubber clad wheels. Forklifts and power walkers can only be powered electrically or by battery and no propane or gas sourced vehicles can be used Damage Responsibility: The Contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful Contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru, and daily submissions of checklists to the designated agency representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the Contractor to protect the building (elevators, walls, floors, etc.). Any damage to walls, corners, doors etc. will be charged to awarded vendor Building Utilities: The Contractor s work shall not interrupt building utility services without the prior written approval of the customer and the Construction Manager. The Contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation on each floor. The Contractor shall be responsible for all replacement costs, including communications, shipping, and installation Cooperation with Other Vendors: The Awarded Vendor is required to cooperate with other vendors who may be performing other services during the installation, such as installations for telephones and cabling which must be run through the systems furniture. The Awarded Vendor shall notify the COR immediately of an unexpected building or construction related conditions or damage found on his product Waste Disposal: The Contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The Contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the Contractor. The Contractor shall at all times keep the job site, including staging and storage areas used by the Contractor, free from accumulations of waste material or rubbish. This material shall be removed on a daily basis to eliminate the accumulation of debris. Prior to completion of the work, the Contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the Contractor or used under the Contractor s direction Furniture Cleaning: The Contractor shall clean and dust furniture surfaces inside and out with a spray cleaner upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the office space for occupancy and immediate ( Turn-Key of Furniture) use Authorized Changes: The Government is not responsible for payment for any changes during installation that are not in accordance with the approved design. If changes are required, the Contracting Officer for the delivery order must approve a modification prior to the change being implemented Changes performed by the Contractor, either of his own volition or at the request of an individual other than the CO, including other VA or agency officials, is not authorized and will not be reimbursed. In the event additional parts are required, a modification to the delivery order must be obtained from the CO prior to ordering. Inspection and Acceptance: The Awarded Vendor shall notify the VA representative and the client agency contact person at least five days in advance of the time when the installation will be completed so an inspection may be scheduled The Awarded Vendor representatives for final inspection and acceptance of the product and related work shall include furniture dealer s account manager, installation team supervisor and one laborer. A list of incomplete or unacceptable items shall by prepared by VA and provided within 24 hours after the inspection Items listed which are unsafe or unusable, shall be corrected immediate. All other items shall be repaired within (10) ten working days of the inspection. The Awarded Vendor shall notify the VA CO when all items have been delivered, are complete and/or accepted Final acceptance of the project will be determined by the VA COR Roles and Responsibilities: Role and Responsibilities of Government: The Contracting Officer (CO) has overall responsibility for the administration of the delivery order. He/she alone, without delegation is authorized to take action on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, etc. Responsibilities may be delegated to other representatives. The Contracting Officer Representative (COR) responsibilities include: Determining the adequacy of performance with the terms and conditions of the contract in consultation with tenant agency personnel Advising the CO of any factors, which may cause delay in performance of the work Requesting modifications to the contract when required Recommend approval to Contracting Officer for requests for payment Provide coordination with the client agency and access and use to the building for the Awarded Vendor. Salient Characteristics / Furniture Specifications 14 Conference Room Refresh, Furniture Activation Loma Linda, California General The main hospital conference rooms are receiving new audio/visual equipment to allow for video conferencing and better access to conferencing technology. To support this effort, the LLVA needs to purchase new conference and training room furniture that the monitors, control panels and cameras will be installed onto. The project consists of 12 Semi-Custom Media Credenzas, 11 Laptop Carts, 11 Whiteboards, 4 Conference Tables, 33 Flip Top Tables, 102 Nesting Chairs, and 18 Conference Room Chairs. Warranty Requirements All non-seating manufacturers must offer a non-obsolescence policy that commits to providing customers with products of comparable function and aesthetic appeal for the duration of the warranty period. Manufacturer must have a 12 year warranty that the product is free from defects in materials and workmanship (Includes shipping, parts and labor for the repair or replacement of defective items.) Warranty exception: casters, locks, pneumatic cylinders & drawer slides (5) years. Lifetime warranty exception: Performance Table Top Laminate one-year (1) warranty. All other Laminate surfaces ten-year (10) warranty. Height adjustable mechanisms exception: Five-year (5) warranty. Height adjustable table exception: Twelve-year (12), 24/7 warranty. Accessories exception: Fifteen-year (15), 24/7 warranty. Light fixture exception: Five-year (5), no warranty on lamp. All Seating 12-year warranty, with factory repair or replacement of defective seating, free of charge. Casters and glides exception: Minimum of 5-year warranty. Fabric vinyl exception: Minimum of 3-year warranty with normal use. Height adjustable mechanisms exception: Five-year (5) warranty. Testing, Technical Specification and Code Requirement Must meet or exceed all current ANSI/BIFMA standards for structural quality. All Seating must be tested and warranted for users 300 lbs. or greater. Additional requirements may be required per line item and shall be called out in Salient Specifications. All Seating must follow the ergonomic guidelines established in BIFMA G1-2013. Provide documented proof that packaged product underwent shipping vibration and shock testing to ensure product received at site is undamaged. Environmental Features Shall be constructed free of environmentally hazardous materials such as PVC, CFC, solvent-based adhesives, heavy metals (chrome, lead and mercury) and benzene. Paint is VOC-free powder coat type. Wood products are to be FSC certified. Must be constructed free of environmentally hazardous processes such as those that product VOC s and deplete ozone. All items must be able to achieve a minimum of 35% recycled content capability. All furniture items must be able to achieve a minimum of 94% recyclable capability. PVC-free edge banding shall be standard on laminated wood tops to avoid potential long-term human and environmental impacts that have been associated with the manufacture and future disposal of PVC. Product shall have certification of environmentally intelligent product design from a third party, such as MBDC Cradle-to-Cradle Certification, California CHPS 1350 Indoor Air Quality, etc. In lieu of disposing furniture in a landfill at the end of its useful life, the manufacturer provides opportunities for the VA to either recycle or refurbish used furniture for repurposing, extending the useful life. Certifications Furniture must be certified to meet the emissions requirements of the California DPH Standard Practice for the Testing of Volatile Organic Emissions from Various Sources-2004 (CA Section 01350) and ANSI/BIFMA X7.1 Standard for Formaldehyde and TVOC Emissions of Low-emitting Office Furniture Systems and Seating using either the open plan or private office exposure scenarios defined in ANSI/BIFMA M7.1 Standard Test Method for Determining VOC Emissions from Office Furniture Systems, Components, and Seating. Testing must be conducted in accordance with ANSI/BIFMA M7.1. Certification must be provided by an organization independent of the manufacturer as well as from the testing laboratory, in accordance with the requirements of ISO/IEC Guide 65 General requirements for bodies operating product certification systems. Seating must meet at a minimum Level 2 certification to ANSI/BIFMA e3 standard. All other product must meet at a minimum Level 1 certification to ANSI/BIFMA e3 standard. Furniture bid must meet one of the following certification standards: 1. SCS Indoor Advantage and Indoor Advantage Gold or GREENSGUARD Gold Certification. Manufacturer must give preference to wood vendors who provide wood products from certified forests. Forest certification programs focus on ensuring that forests are managed so that harvesting doesn t exceed the growth rate of the trees. Certification also ensures that the use of pesticides is minimized and that soil and water quality is maintained or enhanced by forest management activities. Preference may be given to manufacturing within 500 miles or by providing shipping documentation supporting rail or over water transportation to installation site, provided all other salient specifications are met 100%. For purposes of this procurement only, LEED certification level is Silver. Fulfilling this point requirement MAY or may not be required. Please indicate how each of your line items may meet this requirement. Seating must meet California Technical Bulletin 133: Flammability Test Procedure for Seating Furniture for Use in Public Occupancies (CTB 133). Testing certification documentation must be presented upon request. Keying All new locked storage units must be keyed alike (numbered within the 300-399 range) in each work station and/or office and differently from work station/office to work station/office. Provide 2 master keys to the client agency POC for each core number and one core puller. Finish Colors Metal components shall match Herman Miller Metallic Silver or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Laminate Worksurfaces shall match Formica Amber Maple 7012-58 or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Worksurface PVC-free plastic edge band is applied to the entire perimeter of the top to prevent any out gassing from exposed particleboard. Edging to match Formica Amber Maple 7012-58 (or EQUAL) grain pattern and color. Fabrics and chair finishes shall be called out according to specific upholstery unit. All public seating must be bleach cleanable. VA Designer will allow for slight, nominal variances ONLY. Designer must approve submittals for color variations from match or EQUAL prior to bid acceptance. Required Features per Item 3 ea. Media Credenza Requirements: For purposes of this procurement the Basis of Design is: SurfaceWorks Custom Rapport Media Credenza Model # RPS.MC.CUST.EB or EQUAL with Surface Materials and required options including: 72"W x 15"D x 73.5"OH 3 Locking Doors (all same key) & Pulls (Hardware Option #6) Cabinet 29"H. Cabinet wall dividers with inside notched corner for wire management. (Prev. SO 927527) Custom Back Panel. No wire access panel. Cutout behind TV and opening in the back panel to the cabinet below. (1) Custom Cutout on top of cabinet to fit Crestron C2N-FTB-D (1) 2.5" Grommet Cutout Centered 1" apart from the Crestron Cutout in top (2) Round Factory Installed Grommet with cover, Black (1 behind each cabinet). Exact positioning TBD. (1) Round Field Installed Grommet with cover, Black (For TV) (2) Ventilation Grill with wire pass through in back panel (2 outside doors) Entire Unit in Group 1 Laminate: 153 Sugar Maple EXCEPT for Panel Front: Satin Stainless W-4830-18 Panel Front: Satin Stainless W-4830-18 Edge Color: 153 Sugar Maple Media Credenza MUST be on the floor and anchored on the wall. Installers are responsible for properly securing credenza to the wall. TV will mount to the back panel. Supplied with Standard Rapport Wire Management Panel Final Drawing Required for End-User Sign Off *Refer to Drawing attachment for details/locations General Notes: Media credenza to support a large monitor and equipment that will be used in meeting rooms. The unit must provide a stable monitor panel and a removable wire access panel. The Monitor panel needs to accommodate a 70 monitor weighing up to 125 lbs. Cabinet must include three lockable cabinets with an adjustable position shelf and doors featuring soft close hinges. Wire Management pass-throughs are a must for ease of wiring of all equipment. Extended media back provides stable mount and removable wire access panel. Cable access door and wire management pass-through included for easy wiring of equipment. Work surfaces HPL Top surface with 3mm edge. 125 lb. -70 Monitor supports with hardware included 11 ea. Laptop Cart Requirements: For purposes of this procurement the Basis of Design is: Altus Kidney Laptop Cart Model#MPC-43P-LD-2028B or EQUAL with Surface Materials and required options including: Work surface Dimensions: 18"D x 28"W (kidney bean shape) Weight: 34 lbs. (35 lbs. for locking) Base 18 Height Adjustable Range Base 4" Highly Mobile Rollerblade Casters (2 locking, 2 non-locking) 18"W x 20"D Footprint Work surface 3D Thermofoil w/ reversed tear drop edge Finish: American Natural Maple #2028 Height Adjustment Hand Lever 18" Height Adjustment (28.5" - 46.5") *Refer to Drawing attachment for details/locations 11 ea. Porcelain White Boards: For purposes of this procurement the Basis of Design is: Egan Porcelain Markerboard Model #MDMW7248/ACDZ/EVVE6 or EQUAL with Surface Materials and required options including: Overall dims: 73 x49 Hardwood Frame with ½ bullnose edge Natural Maple finish (MP) Magnet compatible, porcelain surface Magnetic Marker Tray w/ 12 markers of assorted colors Versa Eraser Mounting brackets *Refer to Drawing attachment for details/locations Conference Table Requirements: For purposes of this procurement the Basis of Design is: Surface Works Race Panel Base Conference Table or EQUAL with Surface Materials and required options including: Table quantities: 2 @ 48 x120, Model # CNP.B.48120 and 2 @ 36 x84 Model # CNP.B.3684 Base: Hollow Raceway (no plinth or picture frame) through the center of the base with a brush lined channel to manage and conceal electrical and communications cords. 1 Grommet Laminate Finish: Sugar Maple for top and base Edge Profile: Reverse Knife (MT1) Edge Color: Purtech Urethane Mississippi Mud #009 *Refer to Drawing attachment for details/locations Tables: Table structural construction: Structure shall be made with 1 1/8 M3 Industrial Grade 47# Density Particle Board. Backer matched grade of laminate for balanced construction. All products parts and components provided shall be consistent in color and finish appearance when assembled as a unit. Laminate: Top: Shall be high pressure laminate from the manufacturers standard line. Trim: Manufacturer s standard transitional profiles. Trim profile shall be applied to all exposed edges/ends of the surfaces abutting other surfaces. Trim finish shall be manufacturers standard line Durable, impact and puncture resistant Urethane edge with anti-bacterial and anti-fungal additives. UV Resistant Table base: High Quality HPL panel construction 2 ¼ thick laminated particle board with ¾ melamine stretchers Feet: (2) 1 3/8 diameter in steel inserts per panel Mounting Plate: Steel L-Brackets Race Panel Base through the center of the base with a brush lined channel to manage and conceal electrical and communications cords. Data/Electrical: If specified, must be UL listed. Flip Top Tables For purposes of this procurement the Basis of Design is: Surface Works Medley Flip Top Training Table or EQUAL with Surface Materials and required options including: Table Quantities: 21 @ 24 x60, Model # TTFA.R2460 and 12 @ 24 x72 Model # TTFA.R2472 Flip top tables have straight on, in line nesting to reduce storage space when not in use Locks in place in the horizontal and vertical positions, one-handed operation Locking casters No modesty panel Laminate Finish: Sugar Maple for top and base Edge Profile: Reverse Knife (MT1) Edge Color: Purtech Urethane Mississippi Mud #009 *Refer to Drawing attachment for details/locations Construction: 1 1/8 M3 particleboard Industrial Grade 47# density particle board. FSC Option. Laminate to be constructed with HPL which meets or exceeds NEMA LD3 performance requirements. 0.050 thick, high pressure laminate Underside must have a backer material, matched grade of laminate for balanced construction meeting or exceeding NEMA LD3 performance requirements. Laminates shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Adhesive shall be Greenguard certified water based PVA glue. 2. Edge: Urethane edge, contains anti-microbial agents 3. Support: DESCRIPTION: Rigid bolted/welded base for superior strength and durability MATERIAL: Tubing: 14 Gauge steel tubing FINISH: Metallic Silver powder coat HEIGHT: 27.75" FOOT TYPE (STANDARD): Casters: 2 Locking and 2 non-locking heavy duty commercial casters MOUNTING PLATE: Full width frame flipping mechanism. Legs lock in at both opened and closed position. 102 ea. Nesting Chairs For purposes of this procurement the Basis of Design is: National Office Furniture Jiminy Model # N52GHACF or EQUAL with Surface Materials and required options including: Finishes/Options: Upholstery: CF Stinson Grade B Fuse in Slate CAL TB 133: Yes Frame: Platinum Metallic With arms Flexing mesh back Flip up seat for nesting Mobile X-frame with double wheel casters Casters: Soft for hard surfaces*Refer to Drawing attachment for details/locations Dimensions Width 23 ½, Seat Height 17 ¾, Arm Height 26 ½, Depth 22, Seat Depth 16 ¾, Back Height 16 ¾, Height 33 ½ Seat Width 17 ½ Back Width 17, Weight 23 lbs Frame: Legs are made of 1 1/4" x 5 8" thick steel for strength and durability. Cross members are constructed of 5 8" x 14-gauge thick steel. Leg is joined to cross member bar with metal inert gas (MIG) welds. Flexible back mechanism and frame connectors are die-cast polished aluminum. Construction: 1 5 8" of high grade polyurethane foam: Contoured, injection molded nylon seat panel with an inner polyethylene seat support Contoured, injection mold glass filled nylon seat panel with an inner polyethylene seat support Flexible back mechanism allows 9 degrees of recline Mesh back must have 100,000 double rubs Nested dimension 31, plus 10 for each additional nested chair Arms: ABS plastic arm cap attached to a glass filled nylon arm support Arms adjust 2" forward to backward Glides Durable hard black nylon glides Back static legs with small glide rollers for ease of mobility when nesting Seat Flip seat for nesting Fully upholstered seat with enclosed plastic seat base 18 ea. Conference Room Chairs For purposes of this procurement the Basis of Design is: Sit On It Sona Model # 5723YB7.A102 or EQUAL with Surface Materials and required options including: Finishes/Options: Knit Back, Textured Cool Grey Upholstery: Grade 3 Beeline Forge CAL TB 133: Yes Pull: Silver Metallic (PH2) Seat Depth Adjustment: Yes Base: Polished Aluminum Casters for Carpet Arms: Fixed Open Loop, Silver Metallic Casters: Soft for hard surfaces*Refer to Drawing attachment for details/locations General Requirements: 300lb weight capacity Contoured cushions with waterfall edge and Coccyx cutout reduce pressure on lumbar and thoracic spine Frame: Steel construction Arms: fixed open loop silver metallic arms Base: 5-Star Metal Base, silver metallic Casters: Shall be non-marking; Shall be hard for carpet or soft for hard floor as called out in specification Swivel: 360 degrees Height Adjustment: pneumatic cylinder; Must be adjustable up to 4 Back: Height adjustable, knit back, optional silver metallic pull handle Tilt: Tilt must have lock or stop. Recline Angle: Shall have adjustment of 15degrees or more, shall fall between 90degrees to 120 degrees from horizontal. Seat Base: Plywood or Plastic are acceptable; Cardboard is not acceptable Upholstered seat: waterfall seat with molded foam cushion Fabric: Manufacturer s standard mid-grade 100,000+ double rub fabric. Place of Performance Address: 11201 Benton St. Loma Linda, CA Postal Code: 92357 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering price. The government will evaluate information based on the following evaluation criteria: price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: 1 copy of the quote. All quotations shall be sent to the contract specialist electronically. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order or delivery order/task 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 quoters 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Tuesday July 31, 2018 by 3:30 pm Pacific Time at electronically. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed offers will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Jason White, JD, Jason.white2@va.gov. Point of Contact Jason White, JD, Contract Specialist, Jason.white2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9788/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9788 36C26218Q9788.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502579&FileName=36C26218Q9788-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502579&FileName=36C26218Q9788-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9788 36C26218Q9788.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502579&FileName=36C26218Q9788-000.docx)
- Record
- SN05004833-W 20180726/180724231114-ab4af14eeec582729699600f00098e29 (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 |