DOCUMENT
71 -- 4 RD CLC Resident Bedroom Wall System - Attachment
- Notice Date
- 9/6/2018
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24618Q9741
- Archive Date
- 10/6/2018
- Point of Contact
- audrey.wooten@va.gov
- E-Mail Address
-
audrey.wooten@va.gov
(audrey.wooten@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICIATION 36C24618Q9741 (I)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 for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ 36C24618Q9741 (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (IV) Any amendments issued to this combined/synopsis will ONLY be available on the FBO website (www.fbo.gov). (V) The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract for the VAMC FAYETTEVILLE VA 28301-3856 (VI) The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1000 employees. This procurement is a set-aside for small business and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. All SDVOSB s must be listed and registered in Vetbiz.gov to be considered for award. (VII) Questions concerning this solicitation shall be addressed to Audrey Wooten Contract Specialist, and emailed to Audrey.Wooten@va.gov. All questions or inquires must be submitted no later than 10 AM Eastern Standard time on 09/7/2018. No phone call will be accepted. (VIII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 9am. Eastern Standard time on 09/10/2018 Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email Only to Audrey.wooten@va.gov by the due date. (IX) This combined solicitation/synopsis is for the purchase of the following commercial items: PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 10.00 EA ________________ ________________ wall rail 24W. 2 per unit - total quanity 20. LOCAL STOCK NUMBER: TW100.24 0002 10.00 EA ________________ ________________ wall rail 48w. 1 per unit - total 10. LOCAL STOCK NUMBER: TW100.48 0003 10.00 EA ________________ ________________ rail-attached stile 24H. 4 per unit - total 40. LOCAL STOCK NUMBER: TW110.24 0004 10.00 EA ________________ ________________ rail-attached stile 64H. 2 per unit - total 20. LOCAL STOCK NUMBER: TW110.64 0005 10.00 EA ________________ ________________ stile lockdown. 1 per unit-total 10. LOCAL STOCK NUMBER: TW112 0006 10.00 EA ________________ ________________ stile connector kit. 2 per unit-total 20. LOCAL STOCK NUMBER: TW113 0007 10.00 EA ________________ ________________ cantilever,for 13D work surface. 1 per unit-total 10. LOCAL STOCK NUMBER: TW219.13 0008 10.00 EA ________________ ________________ Face tile, 3D laminate 20Hx24W. light maple woodgrain 3d laminate 120. 1 per unit-total 10. LOCAL STOCK NUMBER: TW120.2024P 0009 10.00 EA ________________ ________________ linen cart tile, 3d laminate, work surface w/backsplash surface finish light maple woodgrain 120 3D laminate. 1 per unit-total 10. LOCAL STOCK NUMBER: TW130.BWP 0010 10.00 EA ________________ ________________ work surface w/backsplash, corian 13D 72W. surface finish CQ glacier white. 1 per unit-total 10. LOCAL STOCK NUMBER: TW210.1372K 0011 5.00 EA ________________ ________________ close-out side, left, no cutouts for wll rail, 24H surface finish 91 white. 5 total LOCAL STOCK NUMBER: TW400.24ln 0012 10.00 EA ________________ ________________ close-out side, left, no cutouts for wall rail, 89H. total 10. LOCAL STOCK NUMBER: TW400.89ln 0013 10.00 EA _______________ ________________ close-out side, rt, no cutouts for wall rail, 89H. total 10. LOCAL STOCK NUMBER: TW400.89RN 0014 10.00 EA ________________ ________________ close-out top, for use between two side closeouts, 60w. total 10. LOCAL STOCK NUMBER: TW402.A60 0015 10.00 EA ________________ ________________ close-out bottom, not for use next to bed tile, 84W. total 10. LOCAL STOCK NUMBER: TW404.84A 0016 10.00 EA ________________ ________________ close-out sloped cabinet top, 6D 24W. total 10. LOCAL STOCK NUMBER: TW406.0624 0017 5.00 EA _______________ ______________ waste receptacle cabinet, right-hinged door, front cutout, arc pull, 2d lam 3D 24W. top/side, door finish light maple woodgrain 120 3D laminate. total 5. LOCAL STOCK NUMBER: TW316.132RC 0018 5.00 EA ________________ ________________ waste receptacle cabinet, left-hinged door, front cutout, arc pull, 3D laminate 13D 24W. top/side and door finish light maple woodgrain 120 3D laminate. total 5. LOCAL STOCK NUMBER: TW316.1324LC 0019 10.00 EA ________________ ________________ vary easy linen cart, 3D laminate, lid and foot pedal. side and front finish light maple woodgrain 3D laminate 120. total 10. LOCAL STOCK NUMBER: TW501V.LP 0020 10.00 EA ________________ ________________ Drawer Module. 2 quantity 9" high drawers 13D 24W, arch pull, keyless lock on each drawer, surface/side/top/front finish light maple woodgrain 3D laminate, drawer liner for both drawers. total 10. LOCAL STOCK NUMBER: SA730053 0021 1.00 JB ________________ ________________ delivery and installation for wallsystem in 10 bed. LOCAL STOCK NUMBER: Installation 0022 13.00 EA ________________ ________________ wall rail 24W. 2 per unit - total quanity 26. LOCAL STOCK NUMBER: TW100.24 0023 13.00 EA ________________ ________________ wall rail 48W. 1 per unit-total 13. LOCAL STOCK NUMBER: TW100.48 0024 13.00 EA ________________ ________________ rail-attached stile 24H. 4 per unit-total 52. LOCAL STOCK NUMBER: TW110.24 0025 13.00 EA ________________ ________________ rail-attached stile 64H. 2 per unit-total 26. LOCAL STOCK NUMBER: TW110.64 0026 13.00 EA ________________ ________________ stile lockdown. total 13. LOCAL STOCK NUMBER: TW112 0027 13.00 EA ________________ ________________ stile connector kit. 2 per unit-total 26. LOCAL STOCK NUMBER: TW113 0028 13.00 EA ________________ ________________ cantilever for 13D work surface. total 13. LOCAL STOCK NUMBER: TW219.13 0029 13.00 EA ________________ ________________ face tile, 3D lamiate 20H 24W. Surface finish warm cherry woodgrain 124 3D laminate. 13 total. LOCAL STOCK NUMBER: TW120.2024P 0030 13.00 EA ________________ ________________ linen cart tile, 3D laminate cherry woodgrain 124 3D laminate. 13 total. LOCAL STOCK NUMBER: TW130.BWP 0031 13.00 EA ________________ ________________ work surface w/backsplash, corian 13D 72W. Surface finish CQ glacier white. 13 total. LOCAL STOCK NUMBER: TW210.1372K 0032 6.00 EA ________________ ________________ close-out side, rt, no cutouts for wall rail, 24H. Surface finish 91 white. total 6. LOCAL STOCK NUMBER: TW400.24RN 0033 13.00 EA ________________ ________________ Close-out Side,Lft,no cutout(s)for wall rail, 89H. Surface Finish 91 +white. total 13. LOCAL STOCK NUMBER: TW400.89LN 0034 13.00 EA ________________ ________________ Close-out Side,Rt,no cutout(s)for wall rail, 89H. Surface Finish 91+white. 13 total. LOCAL STOCK NUMBER: TW400.89RN 0035 13.00 EA ________________ ________________ Close-out Top,for use between two side closeouts, 60W. Surface Finish 91 +white. 13 total. LOCAL STOCK NUMBER: TW402.A60 0036 13.00 EA ________________ ________________ Close-out Bottom,not for use next to bed tile, 84W. Surface Finish 91 +white. 13 total. LOCAL STOCK NUMBER: TW404.84A 0037 13.00 EA ________________ ________________ Close-out Sloped Cabinet Top, 6D 24W. Surface Finish 91 +white. 13 total. LOCAL STOCK NUMBER: TW406.0624 0038 6.00 EA ________________ ________________ Waste Receptacle Cabinet, Left-Hinged Door, Front Cutout, Arc Pull, 3D Lam 13D 24W. top/side/door finish warm cherry woodgrain 3D laminate 124. total 6. LOCAL STOCK NUMBER: TW316.1324LC 0039 6.00 EA ________________ ________________ Glove Cabinet,3D Laminate,Lft-hinged door, 24W. top/side/door finish warm cherry woodgrain 3D laminate 124. total 6. LOCAL STOCK NUMBER: TW322.0624LP 0040 13.00 EA ________________ ________________ Vary Easy Linen Cart, lid and foot pedal. 3D Laminate, side/door finish warm cherry woodgrain 3D laminate 124. total 13. LOCAL STOCK NUMBER: TW501V.LP 0041 13.00 EA ________________ ________________ Drawer Module. 2 quantity 9" high drawers 13D 24W, arch pull, keyless lock on each drawer, surface/side/top/front finish warm cherry woodgrain 124 3D laminate, drawer liner for both drawers. total 13. LOCAL STOCK NUMBER: SA730055 0042 1.00 JB ________________ ________________ delivery and installation for wallsystem in 13 bed. LOCAL STOCK NUMBER: Installation 0043 1.00 JB ________________ ________________ SDVOSB project management fee. 0044 5.00 EA ________________ ________________ Close-out Side,Rt,no cutout(s)for wall rail, 24H. 5 total. LOCAL STOCK NUMBER: TW400.24RN 0045 5.00 EA ________________ ________________ Glove Cabinet,3D Laminate,Rt-hinged door, 24W. 5 total. LOCAL STOCK NUMBER: TW322.0624RP 0046 5.00 EA _______________ ________________ Glove Cabinet,3D Laminate,Lft-hinged door, 24W. light maple woodgrain 120. 5 total. LOCAL STOCK NUMBER: TW322.0624LP 0047 7.00 EA ________________ ________________ Close-out Side,Lft,no cutout(s)for wall rail, 24H. 7 total. LOCAL STOCK NUMBER: TW400.24LN 0048 7.00 EA ________________ ________________ Waste Receptacle Cabinet, Right-Hinged Door, Front Cutout, Arc Pull, 3D Lam 13D 24W. 3D laminate warm cherry woodgrain 124. 7 total. LOCAL STOCK NUMBER: TW316.1324RC 0049 7.00 EA ________________ ________________ Glove Cabinet,3D Laminate,Lft-hinged door, 24W. top/side/door finish warm cherry woodgrain 3D laminate. 7 total. LOCAL STOCK NUMBER: TW322.0624LP GRAND TOTAL ________________ Statement of Work Performance Requirements The intent to specify Herman Miller Healthcare products is to provide quality and functional interior furnishings specifically appropriate for healthcare environments that require a high degree of flexibility and where it is anticipated that there will be future changes. These flexible product groups are designed to improve caregiver efficiency, support new and changing technology, to improve the patient and the family experience and offer a strong environmental protocol for US manufactured products with a high level of recyclability of materials. These products enable the Community Living Center to avoid product replacement cost, and at the same time avoid product obsolescence. The products also allow for seamlessly integrated patient-centered features such as storage, work surface, and accessories with caregiver-oriented features, such as work surface, glove storage, and future planned technology support. The Herman Miller Healthcare commitment to non-obsolescence allows the facility to add on to existing clinical and administrative products in the future. These interior furnishings provide maximum product integration and flexibility to accommodate changing technologies in all areas within the Veterans Integrated Service Network. Product Groups The Herman Miller Healthcare product allows the VISN to be space efficient and permit maximum internal flexibility which will facilitate cost efficient reconfiguration. As functions of a space addition, equipment is replaced, materials and staffing changes, the furnishings need to easily change as well. For example, with Herman Miller Healthcare products, current Veteran (patient) bedrooms can require additional coordinating storage space or simply reconfiguring of these assets. Integrated Patient Care Wall-Hung System An Integrated Patient Care Wall-Hung System (IPCWHS) also known as Compass or the Compass System consists of modular and integrated components designed specifically for hospitals and out-patient facilities to include patient exam rooms and caregiver work areas. The modular logic of interchangeable parts can be easily assembled, disassembled, rearranged and refreshed. The IPCWMS was designed to mount on any architectural wall and not to be confined to a specific dimension or to structural components such as blocking or vertical studs. The IPCWMS is easily adaptable as it is hung on a rail system and is designed to support the PACT model allowing improved flow and communications. Product offerings consist of solutions specifically designed for the patient bedroom, exam room, treatment and procedure rooms, and other specialty areas were the caregiver and the patient as well as the patient s family collaborate thus creating a welcoming clean aesthetic. Modules are sized appropriately offering added space and the feeling of openness in smaller patient areas. The IPCWMS includes a counter surface solid surface corian ® material feature a radiused and back cut allowing spilt fluid to sheer off the surface. The IPCWMS includes rails that attach to an architectural wall, stiles that attach to the rails, and tiles that attach to the stiles thus offering a flexible and adaptable solution to easily accommodate future change such in care model processes or in the integration of mobile technology or equipment. As power/data requirements change, a 3 cavity is created between the rail and the product hung from the IPCWMS rail allowing for power & data coordination in exam spaces. Additionally, cords can be hidden from view when the cavity is used as a cord drop while supporting surface mounted. The reconfiguration of the IPCWMS takes minimal time with little or no construction debris. Walls and floors are not affected significantly reducing down-time. Wall-Hung tiles are wrapped in Durawrap, a 99.95 PVC-free material that requires no edge-banding, resulting in a seamless, cleanable and durable surface. Durawrap withstands high tempetures and prevents humidity to seep. A shingled seam between horizontal tiles and components prevents spills from seeping into gaps and eliminates the spread of infection. All wall-hung components facilitate floor cleaning and astringent housekeeping protocols thus offering inherent qualities of durability, aesthetic value, and safety while being highly functional and designed to adapt to future staff needs. Components that are easily assembled, removed, rearranged and refreshed. Storage can easily be relocated; accessed added or modified and damaged product can be easily replaced without demolition. Components must be adaptable and offer maximum flexibility to accommodate unknown future change. Additional components to include a linen cart and a mobile waste cart, drawers, display shelf, roll-out printer shelf, marker board and surface mounted and under-counter LED light fixtures. Sloped canopies to mount on the tops off of overhead storage components must be available to prevent dust particle accumulation. Stand-up height solid surfaces allow for multiple functions. Cabinet storage is available in three depths (6 d, 9 s and 12 d) as well as surface and drawer storage components in three depths (normally 6 d, 13 d and 21 d) tiles are available in widths (24 w, 36 w, 48 w) and in heights (20 h, 24 h, 40 h). Storage units to be used are storage for gloves, linen cart, locking drawers, and trash receptacle. Additionally, the IPCWMS allows for the integration of traditional solid surface sinks if required. The current IPCWMS vocabulary was developed to offer a broad array of solutions as well as custom capabilities. I Integrated Patient Care Wall-Hung System Specification Part 1 General 1.01 Description A. Section includes: 1. This section specifies Integrated Patient Care Wall Modular System (IPCWMS) as detailed on the drawings, including related components and accessories required to form an integral unit. IPCWMS components shown on the drawings but not specified below shall be included as part of the work under this section, and applicable portions of the specification shall apply to these items. Each like item of the IPCWMS shall be of the same design and other products that are considered integral to the system shall be manufactured by one manufacturer. 2. Furnish all labor, materials, tools, equipment, and services for all IPCWMS components as indicated, in accordance with provisions of Contract Documents. 3. Coordinate this work with work of all other trades. 4. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for sound, secure, and complete installation. 1.02 System Description A. Horizontal Rails B. Vertical Rails C. Close-outs D. Work Surfaces E. Drawers F. Carts G. Glove Cabinet 1.03 References and Quality Assurance A. References 1. Laminates shall meet the requirements of PR-046, High-Pressure Laminates 2. Plastic parts shall meet the HB flammability requirements of UL 94 3. System shall be GreenGuard Certified 4. System shall meet National Building, Plumbing and Electrical Codes 5. American Society for Testing and Materials (ASTM): A167-94 6. Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet and Strip 7. Shall meet National Fire Protection Association (NFPA) 8. NFPA National electrical Code (NEC) 9. NFPA 99 Health Care Facilities 10. NRPA 255 11. ANSI/BIFMA STANDARDS 12. Underwriters Laboratories (UL) B. Design Criteria The intent of this specification is to provide a quality and functional Integrated Patient Care Wall-Mounted System in environments that require a high degree of flexibility and where it is anticipated that there will be future changes. The IPCWMS s components must have the inherent qualities of durability, aesthetic value, and safety while being most functional within the healthcare setting. 2. The IPCWMS will allow the healthcare facility to be space efficient by making maximum use of vertical space and by providing a highly organized and versatile way of storing materials that are unique to medical requirements and providing an opportunity for a required hand-washing sink for both the patient and caregiver and the required space and technology area for patient education. 3. The IPCWMS shall take up a minimum of floor space and shall be wall mounted above the floor to facilitate cleaning, service outlets at standard heights above the finished floor and for daily housekeeping and clean-up after each patient. 4. The IPCWMS shall support the rail hanging components of the Integrated Patient Care Wall-Mounted System and to allow access to these building services without the demolition architectural wall as well as to access service for repair and/or relocation. C. Installer/Erector Qualifications 1. Furnish proof of familiarity with equipment to be installed. 2. Furnish proof of financial and technical resources to assure prompt performance in delivery and installation and in-service training of healthcare personnel. 3. Provide competent supervision and installation persons. 1.04 Submittals A. Shop Drawings 1. Provide complete shop and installation drawings, giving all dimensions, details of construction, and accessory items. 2. Elevation of service wall(s) showing layout of utilities and access panels, location of all outlets and accessories. 3. Details of mounting for framing, utility piping and wiring shall be provided. 4. Piping and wiring diagrams shall be provided for all utilities. 5. Indicate wall reinforcement and appropriate fastening and method of installation. 6. Provide Owner a listing of components not included in this specification but are required to make the system functional. C. Mock-up 1. Construct mock-up as indicated by Owner showing fully functional Integrated Patient Care Wall-Mounted System. 2. Elevation of service wall(s) showing layout of utilities and access panels, location of all outlets and accessories. 3. Do not proceed with work prior to receipt of written acceptance of mock-up. D. Product Data 1. Provide catalog and model numbers for all components. 2. Provide addresses and telephone numbers of nearest stocking/service parts locations. E. Samples 1. Provide samples of all finishes and colors as requested by Owner. F. Project Close-Out Data 1. Provide technical and operational instructions and user s manuals for all components. 2. Manufacturer s instructions outlining maintenance requirements. 3. Warranties: See Section 1.08. 4. Minimum of two copies of manufacturer s complete catalogs and price lists. 5. Location and telephone number of nearest service organization. 1.05 Delivery Storage and Handling A. Deliver all components to site in manufacturer s clearly identified containers. B. Deliver, receive, and store in a secured space in a manner to prevent damage. C. Time deliveries to assure components are available at site when required for installation. 1.06 Job Conditions A. Existing Conditions 1. Assure that walls scheduled to receive attachment of system components are adequately reinforced to accept installation of this work. 2. Assure that wall, floor, and ceiling work is finished. 3. Report all deficiencies to Contractor for necessary correction. B. Protection 1. Assure that adjoining work is not damaged by installation of this work. 2. Provide temporary protection as required, and repair all damage to such work. C. Sequencing 1. Sequence this work to allow work by electrical, plumbing contractors to be performed without interference. 2. Coordinate this work with other operations in same area to avoid conflicts. 1.07 Warranty A. All warranties run from date of substantial completion. B. The Integrated Patient Care Wall-Mounted System is backed by a 12 year warranty, 24/7 use. A written warranty for the entire installed system, signed jointly by the installer, manufacturer, and contractor for period of twelve (12) years. 1.08 Quality assurance A. Approval by Contracting Officer is required of manufacturer and installer based upon certification of qualifications specified. B. Manufacturer is regularly engaged in design and manufacture of the types of products and scope similar to the requirements of this project for a period of not less than five years. C. Installer is approved and authorized by manufacturer of products to be installed. D. Installer has successfully completed at least three projects of scope and type similar to requirements of this project. E. Construct a mock-up where directed by Owner for the purpose of demonstrating the quality of work and product application to the healthcare environment. Part 2 Products 2.01 Integrated Patient Care Wall-Mounted System A. Single Source Responsibility 1. Other manufacturers desiring approval shall demonstrate compliance of essential characteristics with requirements of this section and contract documents and drawings. B. Integrated Patient Care Wall-Mounted System components must be provided by one manufacturer. 1. If products of several manufacturers are used to satisfy this section, then all items shall meet the requirements specified herein. 2. Supplier of the system is responsible for performance of all components. C. Horizontal Rails 1. Wall Rail a. Shall provide horizontal interface capability to suspend horizontal and vertical hung components. b. Shall be available in a minimum of four nominal widths of 24", 30", 48", 60", 72, 84 and 96. Please refer to the equipment drawings for specific finishes and sizes. c. Material shall be anodized aluminum. d. Shall have available End Caps, Connectors, appropriate Wall Anchors and Anti-dislodgement clips. e. Shall be capable of supporting a static load of 250 pounds per linear foot. D. Vertical Rails 1. Stiles a. Rail Attached Stiles (1) Available in two heights of 24 and 64. (2) Can be mounted anywhere along Wall Rails. (3) Supports all types of Tiles and PCMS components. b. Fabricated of 18 ga. cold rolled steel with a powdercoat finish. c. Creates a minimum space of 3 to accommodate plumbing, power, data and electrical connections. d. Canopy Stiles (1) Shall support Canopies that are 24, 36, 48 and 60 wide. (2) Shall be 18 gauge steel with a black finish. (3) Shall have available connector kit and lockdown accessories. E. Tiles All tiles shall have an overlapping ship-lap design at all horizontal joints to prohibit moisture from wicking behind tiles. 1. Face Tile a. Shall be available in nominal heights of 30, 24 and 40, widths of 24, 36 and 48 and depth of.75 inches. b. Surface material shall be available in Corian ® and Durawrap. c. Shall be available in at least three colors. d. Shall accommodate work surface supports (Cantilever). 2. Work Surface Tile a. Shall be available in widths of 24, 36 and 48 and depth of.75 inches. b. Shall be available in seating and standing heights with and without an integral backsplash. c. Shall be available in at least three colors. F. Close-outs 1. Top a. Shall be available in eight widths from 18 to 96, and depth of 1-3/4 inches. b. Shall be available in at least three colors. c. Shall be made of steel and angled at 20 degrees for ease of cleaning and infection control to permit cleaning and to avoid dust collection.. d. Shall accommodate various single cutouts. Please see construction documents for exact configurations. 2. Bottom a. Shall be available in eight widths from 18 to 96, and depth of 75 inches. b. Shall be available in at least three colors. c. Shall accommodate various single cutouts. Please see construction documents for exact configurations. G. Work Surface 1. General Work Surface a. Shall be available in nominal depths of 13", and 21" and at least five widths from 24" to 72". Please see contract drawings for exact dimensions. b. Shall be available with or without an integral backsplash. Please see contract drawings for details. c. Shall be available in at least three colors and three finishes including Corian ® and Durawrap. Please see contract drawings for specific finishes. d. Shall be a minimum of 1 thick and capable of supporting 200 pounds. e. Shall be available in a standard desk-height and a standard stool-height position. H. Drawer 1. Drawer Storage Unit a. Shall be 24 wide, 24 high and either 13 or 21 deep. b. Shall accommodate two or three drawers, with full-extension ball-bearing slides c. Shall have a variety of pull-styles including a flexible arc pull to limit damage. Shall contain pocket behind the handle to accommodate pull. d. Drawers shall accommodate a removable plastic insert to protect against infection. e. Shall support a load of 100 pounds. f. Both Drawers shall have keyless lock. Carts 1. Linen a. Shall be nominal approximately 24 wide, 37-1/4 high and depth of 16-3/4. b. Shall include docking guides, lid, and foot pedal. c. Shall integrate and support a Work Surface with a backsplash. d. Shall come in at least three colors. e. Shall accommodate work surface supports (Cantilever). f. Surface material shall be available in Corian ® and Durawrap. 2. Waste a. Shall be nominal approximately 24 wide, 37-1/4 high and depth of 16-3/4. b. Shall include docking guides, lid, and foot pedal. c. Shall integrate and support a Work Surface with a backsplash. d. Shall accommodate a 7-gallon or 10-gallon waste bin. e. Door shall have a cutout to allow touch-free access to waste bin. f. Shall have a wall saver to protect the wall behind the module and existing built wall. g. Shall have a variety of pull-styles including a flexible arc pull to limit damage. Shall contain pocket behind the handle to accommodate pull. h. Shall come in at least three colors. i. Shall accommodate work surface supports (Cantilever). j. Surface material shall be available in Corian ® and Dura-wrap. k. Cabinet interior shall be made of white melamine surface. J. Glove Cabinet a. Shall be available in a nominal height of 20, 6 deep and widths of 24 and 36. b. The 24 wide glove cabinet shall have three cutouts for gloves that clearly distinguish large, medium and small glove sizes. c. Cabinet top shall be sloped for infection control to permit cleaning and to permit cleaning and to avoid dust collection. d. A top shelf shall be included in the glove cabinet. e. Shall be available in at least three colors. f. Shall support a 30-pound load. g. Surface material shall be available in Corian ® and Dura-wrap. 2.04 Finishes A. Colors/Materials shall be selected from manufacturer s standard line. B. Colors may be specified to identify areas for materials management. C. Finishes shall meet the facility s requirement for infection control. Part 3 Execution 3.01 Inspection A. Inspect areas in which work is to be performed for acceptability to receive work. B. Report all discrepancies to Contractor for correction. C. Proceeding with work constitutes acceptance of existing conditions. 3.02 Installation A. Assemble and install all items in strict accordance with manufacturer s printed instructions. 1. Anchor all fixed components firmly, square, level, plumb. 2. Coordinate with electrical and plumbing tradesman. B. Horizontal support elements 1. Install at heights indicated with all tops, shelves, and writing surfaces level within 1/8" (3) across width. C. Vertical support elements 1. Install plumb, spaced as indicated on shop drawings. 2. Align slots to assure hanging units are level. 3. Adjust components and system for correct function and operation in strict accordance with manufacturer s written instructions. 3.03 Field Quality Control A. Repair, if acceptable, or replace all damaged or improperly operating items. 3.04 Cleaning A. Immediately after installation and adjustment, clean all surfaces to remove all marks, soil, and foreign matter. B. Just prior to substantial completion, recheck all components and perform all required additional cleaning. C. Upon completion, remove surplus materials, debris, tools and equipment. Brand name Justification Acquisition Plan Action ID: 36C246-18-AP-11242 Contracting Activity: The Department of Veterans Affairs, NCO 6, Fayetteville VA Medical Center plans to contract by means other than full and open competition for Brand Name Herman Miller. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: Brand Name Only: Provide and install Herman Miller Compass Wall System Units for the Community Living Center, a part of the Fayetteville VA Medical Center. Items being requested for purchase are to meet the Infection Control standards unique to Healthcare Facility. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Brand Name only is being requested for standardization. The integral solid surface with seamless back splash, apron, adjoining worksurfaces, and storage uniquely meets Infection Control standards established by the VA while further providing the modularity and flexibility to allow for future changes without major construction. This flexibility will save the VA and taxpayers money over the lifetime of the product in reducing costs of relocation significantly. Surface material and surface edge design sitting and settling liquids on surfaces or premises, a major contributor to the spread of infection, with 3D laminate Dura wrap which is a seamless wrapped surface and overlapping wall tiles to minimize the potential for liquids to seep into unseen areas. Warranty for all products is for a period of 12 years, with a 24 hour-per day, 7 days a week usage. Other vendors of similar (but not matching in quality) product would have to provide custom fabrication, units that are not modular, or units that are not fully integral and have seams that invite bacteria growth. Herman Miller is one of the main furniture manufacturers used by VISN 6 facilities and has a proven track record of performance. The selected product has proven to be durable, maintainable, flexible, and adaptable and welcome addition to our healthcare environment in terms of staff acceptance, functionality, and ergonomics while meeting VA infection control standards, HIPPA, JCAHO and Safety requirements. Warranty issues have been addressed and resolved in a reasonable time frame. The dealerships that represents Herman Miller provides specification, design, installation, and project management services which are coordinated in a timely manner. Description of market research conducted and results or statement why it was not conducted: Market research in accordance with FAR PART 10 was conducted) utilizing the World Wide Web, Google, VIP, FBO and GSA. Brand Name Only is being requested for standardization. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Clauses: 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) (MAY 2011) 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852-211-70 Service Data Manuals 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) FAR Provisions: 52.204-7 System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 1. Offeror shall provide an itemized list of the items Offeror shall provide a quote addressing CLINS (0001-0049) 52.212-2 Evaluation-Commercial Items (JAN 1999) Basis of award; The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable; Meeting the Salient Characteristics/SOW 52.212-3 Certifications and & Representations (NOV 2013) VAAR Provisions: 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74 Award Without Exchanges (JAN 2003)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9741/listing.html)
- Document(s)
- Attachment
- File Name: 36C24618Q9741 36C24618Q9741.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580223&FileName=36C24618Q9741-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580223&FileName=36C24618Q9741-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24618Q9741 36C24618Q9741.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580223&FileName=36C24618Q9741-000.docx)
- Record
- SN05075284-W 20180908/180906231432-92f48cf9fc4f8923219af5b08091cae7 (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 |