Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
DOCUMENT

71 -- Office/Exam Room Furniture - Attachment

Notice Date
8/28/2018
 
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
36C25918Q9878
 
Response Due
8/31/2018
 
Archive Date
10/30/2018
 
Point of Contact
colleen.vargas@va.gov
 
E-Mail Address
colleen.vargas@va.gov
(colleen.vargas@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote (RFQ) #: 36C25918Q9878 Office Exam Room 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, August 30,2018 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 colleen.vargas@va.gov no later than 4:00pm EST, August 31, 2018. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9878. 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 January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1000 Employees. 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 Systems Office Exam Room Furniture (See Items Request- Salient Characteristics) Herman Miller or Equal Compatibility _____________ _____________ 0002 Exam Room Stools (See Items Request-Salient Characteristics) Ritter 272 Air Lift Stools or Equal Compatibility _____________ _____________ 003 Patient Exam Chairs (See Items Request- Salient Characteristics) Spec Snowball 2 Stacker Chairs or Equal Compatibility GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics): Summary: The contractor will deliver the requested products to Oklahoma City VA Medical Center 921 N.E. 13th St. Oklahoma City, OK. This is a onetime purchase for Herman Miller Healthcare Furniture, MidMark Ritter 272 Exam Stools and Spec Snowball 2 Patient Exam Chairs. (Please see Salient Characteristics Attached) Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Oklahoma City VA Medical Center 921 N.E. 13th Street, Oklahoma City, OK 73104 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation 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 Technical Capability - The offeror shall provide a signed statement certifying that the quote submitted meets the technical capability specified in the Statement of Work. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: All offers shall be evaluated using the evaluation factors described below and must address, at a minimum, all elements listed in the solicitation s instructions to Offerors FAR 52.212-1 and addendum FAR 52.212-1 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 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. (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: 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: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to colleen.vargas@va.gov by 4:00pm EST, Friday, August 31, 2018. Name and email of the individual to contact for information regarding the solicitation: Colleen Vargas colleen.vargas@va.gov REQUESTED ITEMS Item # Description/Part Number* Herman Miller or Equal Qty 1 Panel, Acou 4-Cir W/Com 85H X 48W / A1131.8548GLTMT38653865 7 2 Work Surface Support Right 24D / A2393.24RLT 12 3 Work Surface Support Left 24D / A2393.24LLT 71 4 Work Surface Square Edge Lam Top 24D X 96W / A2310.2496LLTLTLT 6 5 Work Surface Square Edge Lam Top 24D X 48W / A2310.2448LLTLTLT 7 6 Work Surface Square Edge Lam Top 24D X 72W / A2310.2472LLTLTLT 5 7 Work Surface Square Edge Lam Top 24D X 60W / A2310.2460LLTLTLT 11 8 Shelf, B-Style 7-1/2H X 13D X 36W / A3221.1336LT 6 9 Flip Door Unit, B-Style W/lock 13D X 36W X 15-1/2H / A3352.1336KALT1FC4 9 10 Flip Door Unit, B-Style W/lock 13D X 36W X 15-1/2H / A3352.1336KALT3P07 5 11 Task Light Etho 36W / G6120.36NSMT 4 12 Task Light Etho 36W / G6120.36NSLT 2 13 Ped F-Pull, Freestanding 20D Box/Box/File / FAF10.2015FLTSILTKA1F 23 14 Lateral File B-Style Lam 16D X 36W / A3121.1636KALTLT 28 15 Work Chair, Aeron, B Size Adj, Tilt, Pivot Arms / AER1B22AWALPG1G1G1C7BK23103 19 16 Tackboard, B-Style 16H X 36W / A3410.16368Z03 10 17 Wall Strip 72H / AO213.72LT 54 18 Wall Strip 72H / AO213.72MT 17 19 Cable Mgmt W/S 4H X 30W / AO382.30BU 17 20 Multi-Outlet Electric 6-Outlet / NP289 17 21 LT Keyboard Tray 19 inch with Mouse Tray / Y7727.1A 20 22 Rectangular Table Squared Edge 24D X 48W / DT1AS.2448LPLMLMMS20NTG 5 23 Rectangular Table Squared Edge 24D X 60W / DT1AS.2460LPLMLMMS20NTG 2 24 Work Surface Square Edge Lam Top 24D X 36W / A2310.2436LLTLTLT 1 25 Work Surface Square Edge Lam Top 24D X 84W / A2310.2484LLTLTLT 1 26 Shelf, B-Style 7-1/2H X 13D X 30W / A3221.1330LT 25 27 Shelf, B-Style 7-1/2H X 13D X 24W / A3221.1324LT 1 28 Flip Door Unit, B-Style W/lock 13D X 30W X 15-1/2H / A3352.1330KALT3P07 4 29 Flip Door Unit, B-Style W/lock 13D X 30W X 15-1/2H / A3352.1330KALT1FC4 18 30 Flip Door Unit, B-Style W/lock 13D X 24W X 15-1/2H / A3352.1324KALT3P07 1 31 Tackboard, B-Style 16H X 30W / A3410.16308Z03 25 32 Tackboard, B-Style 16H X 24W / A3410.16248Z03 1 33 Task Light Etho 30W / G6120.30NSLT 8 34 Task Light Etho 24W / G6120.24NSLT 1 35 Ped F-Pull, Freestanding 20D File/File / FAF10.2015BLTSILTKA1F 4 36 Shelf, B-Style 7-1/2H X 13D X 48W / A3221.1348LT 3 37 Flip Door Unit, B-Style W/lock 13D X 48W X 15-1/2H / A3352.1348KALT1FC4 3 38 Task Light Etho 48W / G6120.48NSMT 2 39 Task Light Etho 48W / G6120.48NSLT 1 40 Task Light Etho 30W / G6120.30NSMT 14 41 Support Panel, W/S, End 24D / A8380.24LLT 10 42 Corner Wedge Lam Top / Y2091.LLTLT 5 43 Tackboard, B-Style 16H X 48W / A3410.16488Z03 3 44 Finish End 85H / A1271.85HLTMT 11 45 Panel, Acou 4-Cir W/Com 85H X 30W / A1131.8530GLTMT38653865 13 46 Draw Rod 80H / AO215.80 50 47 Panel, Acou Non- Power 85H X 24W / A1131.8524NLTMT38653865 7 48 Panel, Acou Non- Power 85H X 30W / A1131.8530NLTMT38653865 5 49 Panel, Acou Non- Power 85H X 36W / A1131.8536NLTMT38653865 1 50 Panel, Acou Non- Power 85H X 48W / A1131.8548NLTMT38653865 6 51 Conn 3-Way 90 Deg Hard 85H / A1230.85HLUMT 1 52 Conn 2-Way 90 Deg Hard 85H / A1220.85HLTMT 6 53 Conn 4-Way 90 Deg Hard 85H / A1240.85HLT 2 54 Ceiling Pwr Entry Direct Conn Pwr 85H / A1325.85ELTMT 2 55 15 Amp Receptacle 4 Circuit A / A1311.AMT 1 56 15 Amp Receptacle 4 Circuit B / A1311.BMT 1 57 15 Amp Receptacle 4 Circuit D / A1311.DMT 1 58 Wall Start 80H / AO210.80LT 3 59 Penin Round End Lam Top 30D X 60W / A2350.3060LLTLTLT 1 60 Verus Side Chair 4 Leg Suspension Back Fixed Arms / PI4S1SPBKG465068R37 6 61 Penin Round End Lam Top 30D X 72W / A2350.3072LLTLTLT 2 62 Cart Body 24 Raised Edge Top 36H / CT136.60NLT 5 63 Drawer 3H / CT511.03LT 10 64 Drawer 6H / CT511.06LT 15 65 Lock Bar Keyless Entry, 36H Cart, Rt Side Lock / CT621.36RLT 5 66 Lock Plug & Key / 232092-310 13 67 Lock Plug & Key / 232092-311 5 68 Lock Plug & Key / 232092-312 2 69 Lock Plug & Key / 232092-313 2 70 Lock Plug & Key / 232092-314 9 71 Lock Plug & Key / 232092-315 16 72 Lock Plug & Key / 232092-316 2 73 Lock Plug & Key / 232092-317 15 74 Lock Plug & Key / 232092-318 7 75 Lock Plug & Key / 232092-319 8 76 Lock Plug & Key / 232092-320 10 77 Lock Plug & Key / 232092-321 4 78 Lock Plug & Key / 232092-322 2 79 Lock Plug & Key / 232092-323 8 81 Laptop Cart w/Utility Basket & Drawer / CO600.NNUD 5 Warranty: shall be standard following the Herman Miller s 12-year, 24/7 warranty or Equal Compatibility. Exam Room Stools Item # Description/Part Number* (Midmark) or Equal Compatibility Qty 1 272-001-232 Ritter 272 Air Lift Stools, Pneumatically Adjustable Shadow 3 Warranty: One year parts and Labor. Patient Exam Room Chairs Item # Description/Part Number* (Spec) OR Equal Compatibility Qty 1 1861 Spec Snowball 2 Stacker No Arms, 1861, Seat & Back: CF Stinson Casablanca Boulder, Frame: Black RAL 9005 4 2 1864 Spec Snowball 2 Mid-size Stacker Mid-Size No Arms, 1864, Seat & Back: CF Stinson Casablanca Boulder, Frame: Black RAL 9005 4 Warranty: Lifetime Structural Warranty against defects in design, construction and materials. Finishes and cover materials are warranted for two years subject to normal wear and tear. Salient Characteristics OFFICE & EXAM ROOM FURNITURE: (Systems Furniture) Specific Requirements - All components must be able to be attached to all the Herman Miller furniture that already exists within the OKC VA HCS. All sizes of product must be exact to the specification listed below: Herman Miller Healthcare products have pre-assembled steel hangers with clots at a maximum of one-inch intervals for suspension of work surfaces, shelf storage, adapter rails, frame supports and dispensing rails. Panel type supports up to a maximum load weight of 1,150 pounds per panel, per side. Standard work surfaces are available in a minimum of ten nominal widths of 24 through 96 and in depths of 24 and 30. Work surfaces have a positive locking support system to eliminate the potential of being accidentally dislodged. Work surfaces have a clearance at the rear of the surfaces for electrical cords. Work surfaces may hang from wall strips, panels or lab modules. They are adjustable at one-inch increments enabling the workstation to change with changing functions. All work surfaces are designed to support suspended components, and are available with wire access holes where required. All cabinets must be locking for patient information and personal privacy purposes. All finishes must be exact to match existing product being used on this project. Work surfaces are finished with a minimum of.050-inch thick standard grade high plastic laminate on top and high-pressure laminate under the surface. Wilsonart ® Chemsurf ® and epoxy resin are available as a standard offering. Herman Miller Aeron Chair B-C Chair Size: 25-28 W x 15-18 D x 41-45 H, Warranty 12 yr. 3-shift, Weight limit: 300lbs. Environmental product summary: 94% recyclable using up to 53% recycled content. MBDC cradle to cradle Silver certified. Greenguard certified. Level 3 certified and can contribute to LEED certification. Chair Specifications: This chair has 3 sizes and a Pellicle ® material that conforms to the user s body and retains its original shape when unoccupied. The material is lightweight and breathable and distributes the user s weight evenly over the seat and back of the chair. The chair has pneumatic height adjustment and a Kinemat ® tilt that lets the body naturally pivot at the ankles, knees, and hips for maximum ergonomic alignment and wellness. Tilt options include a tilt limiter that allows the user to select the tilt range to limit the amount of recline; a tilt limiter and seat angle that allows the user to select the tilt range and a horizontal or 5 ° forward seat angle; or a standard tilt. Back-support options include PostureFit ® support and an adjustable lumbar support. The PostureFit support provides a custom fit in the lower back area, below the beltline, that helps achieve healthier posture and improved lower back comfort. The user can adjust the level of support with a lever. Arm choices include a fixed, nonadjustable option; a height-adjustable option that moves the arms 4" vertically; and a fully adjustable option that moves the arms 4" vertically and pivots the arm pads 15 ° outward and 17 ½ ° inward. The 5-star base with 2 ½-inch-diameter double-wheel caster; black nylon wheels and yoke; soft polyurethane tread; for use on hard floors or carpet. Herman Miller Verus Side Chair, offered in an upholstered or suspension back and with casters or glides, is stackable up to four high. The side chair offers consistent comfort and proper ergonomic support at an attainable price and provides a quiet aesthetic that can blend in with the look of nearly any space. Warranty 12 yr.,3-shift Herman Miller / Squared-Edge Rectangular Work Surface Description: This work surface hangs from a panel or wall strips and has predrilled holes for drawers and suspended pedestals. It is available in 2 depths and 23 widths. The work surface has a laminate top and thermoplastic edge, laminate top with a thermoplastic backed plywood edge, or a veneer top and edge. Attachment hardware is included. 66"- and 72"-wide surfaces include 1 additional center bracket; 78"-, 84"-, 90"-, and 96"-wide surfaces include 2 additional center brackets. Herman Miller / Squared-Edge Round-End Peninsula Description: This peninsula hangs from a panel, wall strips, or another work surface and is supported by 271/2"-high legs with adjustable glides. It has predrilled holes for a pencil drawer and includes attachment hardware. Shipped knocked down. The peninsula has a laminate top and thermoplastic edge or a veneer top and edge. The 24"-deep peninsula fits a 12"- to 24"-wide panel; the 30"-deep peninsula fits an 18"- to 30"-wide panel; and the 36"-deep peninsula fits a 24"- to 36"-wide panel. Herman Miller/ Corner Wedge - This wedge attaches to 2 work surfaces at a 90 ° angle to provide a corner work surface. It can be used with Action Office ®, Canvas, and Ethospace ® surfaces. The wedge has a laminate top and thermoplastic edge, laminate top with a thermoplastic backed plywood edge, or a veneer top and edge. Attachment hardware is included. Herman Miller Work Surface Support Panel, End Description: This panel attaches to both a work surface and a panel at the end of a panel run to provide support and to eliminate the need for a return panel and panel connector. It attaches under a work surface at the left or right end of a panel. The panel has a laminate or veneer surface and 1" adjustable glides. Attachment hardware is included. Herman Miller B-Style Suspended Lateral File Description This 16"-deep lockable file hangs from a panel or wall strips to hold letter-, legal-, or A4-size hanging files. It has a laminate front. Attachment hardware is included. Herman Miller B-Style Flipper Door Unit Description This storage unit hangs from a panel or wall strips and combines a flipper door and a 13"- or 16"-deep shelf to enclose binders, files, and other items. The underside of the shelf accepts a task light. The flipper door unit has a painted, fabric-covered, or veneer front. Attachment hardware is included. Shipped knocked down. Herman Miller B-Style Shelf Description: This shelf hangs from a panel or wall strips. The underside of the shelf accepts a task light. Attachment hardware is included. Shipped knocked down. The 71/2"-high shelf is for storage or display; the 151/2"-high shelf stores binders and books. Herman Miller Performance Task Light Description: The task light mounts under a flipper door unit, sliding door storage unit, shelf, transaction surface, or Corian ® counter top to light the work area. It has a normal-power-factor electronic ballast or a high-power-factor electronic ballast, T5 lamp with a 3500 ° Kelvin color temperature, and a K-25 batwing lens. All lights are UL listed for USA and Canada. Mounting hardware and 3 cord management clips are included. The 60"-wide light can be specified only with a 60"-wide flipper door unit or shelf; smaller lights cannot mount under 60"-wide storage products. The task light has the following widths: Width Actual Width Application 24" 13" 24"-wide storage, 30" 24" 30"- or 36"-wide storage, 42" 35" 42"- or 48"-wide storage, 60" 46" 60"-wide storage. The daisy-chain system allows a run of lights to be operated from a single power source. A series of add-on lights is plugged into 1 starter light to operate up to 10 lights from a single outlet; each light has an independent on/off switch. The daisy-chain add-on lights have the following cord lengths: Light Width Cord Length 24", 30", and 42" 42" and 60" 78" Herman Miller F-Pull Freestanding Pedestal Description: This lockable, freestanding pedestal fits below a hanging or freestanding work surface and has recessed oval pulls. Box drawers have an adjustable drawer divider; file drawers have 2 file converters. Pencil and box drawers have 3/4-extension roller slides; file drawers have full-extension steel ball-bearing slides. A file drawer holds letter-size front-to-back hanging files. The actual depth is 195/8", 231/2", or 28". The raised-height option adds 7/8" to the overall height of the pedestal. Each pedestal has 1" adjustable glides. A counterweight is included. Exam Room Stools Specific Requirements All components must be compatible to MidMark Ritter 272 exam stools that already exist throughout the OKC VA Medical Center. All sizes of product must be exact to the specification listed below. HIGHLIGHTS: The 272 stool gives you the reliability and style of our popular Classic Series stools in a more economical package; Stability - Black, plastic composite five-leg caster base and hood that provides support and stability. The star-shaped base allows closer accessibility to the patient while heavy duty, dual-wheel, hooded casters enable stools to maneuver quietly over all types of surfaces. Adding to the strength and stability of the stools is the air cylinder on pneumatic models. The air cylinder further acts as a built-in shock absorber and presents a simple and efficient method for adjusting the seat height for multi-physician practices. Comfort is provided in the form of a wide, amply padded seat section constructed of dense foam. A beadless upholstery seam eliminates the seat edge from digging into your legs. With many choices of colors and accessories. Value Series Stools: Seat Height: 18" 24.5" (270-273), Seat Diameter: 16.25", Seat Cushion Thickness: 3.25", Caster Base Diameter: 23", Weight Capacity: 300 lb (270, 272), 225 lb (271, 273), Locking casters, Soft rubber casters, Glides, 6" Lab height extension, foot ring Patient Exam Room Chairs Specific Requirements All components must be compatible to SPEC Snowball 2 Chairs that already exist throughout the OKC VA HCS. All sizes of product must be exact to the specification listed below. SPEC Patient Room Chairs are regular and mid-size chairs, this allows family members or a friend a place to sit when visiting a patient. Sustainability: Snowball is level ® certified Snowball s frame contains a minimum of 25% recycled steel and is 100% recyclable The frame is protected by a durable powder coat finish that is 99.9% VOC-free Seats and backs use environmentally responsible foam that is 25% plant-based Spec uses FSC certified wood Spec s innovative seat shells are made of 100% recycled plastic of which 55% is post-consumer Fabrics and vinyl s with minimal environmental impact are available Snowball helps achieve LEED credits. Standard Features Regular Size Chair: 0.875 frame Seat and back upholstered Frame in any Spectone color Four-point stacks 10 high with dolly, 6 without dolly Sled Base does not stack and ships 1 per carton Ships 1/carton 11 cu ft, 2-4/carton 16 cu ft Polyurethane arms in Black (B) Antibacterial and antimicrobial fabrics Dimensions (inches): Seat Height 18.0, Seat Width 18.5, Arm Height 26.0, Total Height 33.0, Total Width 23.0, Depth 21.5 Exceeds BIFMA Seating Durability Test to 500 lbs. Standard Features Bariatric Chair: 0.875 frame Seat and back upholstered Frame in any Spectone color Four-point stacks 4 high on floor or with dolly Ships 2/carton 20 cu ft Polyurethane arms in Black (B) Antibacterial and antimicrobial fabrics Dimensions (inches) Seat Height 18.0, Seat Width 26.0, Arm Height 26.0, Total Height 33.0, Total Width 31.0, Depth 22.0 Exceeds BIFMA Seating Durability Test to 500 lbs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9878/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9878 36C25918Q9878.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565730&FileName=36C25918Q9878-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565730&FileName=36C25918Q9878-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Oklahoma City VA Medical Center;921 N.E. 13th Street;Oklahoma City, OK
Zip Code: 73104
 
Record
SN05060726-W 20180830/180828231759-feb31e3a0e2cd1b16646ed8af34dd924 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.