Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2018 FBO #6176
DOCUMENT

71 -- ***CANCELED*** Sit to Stand Desks - Attachment

Notice Date
10/19/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies 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
36C25919Q0004
 
Response Due
10/10/2018
 
Archive Date
12/9/2018
 
Point of Contact
Stephen Heckman (Contractor)
 
E-Mail Address
2-5724<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA SLC Health Care System Page 10 of 10 500 Foothills Drive, Salt Lake City, UT 84148 VA SLC Health Care System Page 1 of 10 500 Foothills Drive, Salt Lake City, UT 84148 Furniture Specifications For VA SLC Healthcare System Bldg. 14 Blue Clinic Revised September 19, 2018 GENERAL 1.1 Scope of Work 1.1.1 All labor, material equipment and services necessary to furnish and install all furnishes and related components as indicated or specified. 1.2 Quotation Documents 1.2.1 Furniture Specification 1.3 Performance Requirements 1.3.1 The specification covers the requirement for freestanding and wall mounted furnishings. The minimum acceptable requirements for manufacturer s extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. Failure to meet the minimum acceptable requirements may result in disqualification of the bid. 1.3.2 All furnishings shall be of a design, material and workmanship to withstand hard 5-day usage over an extended life with a minimum or maintenance and repair. 1.3.3 The manufacture shall provide and be responsible for the technical assistance, development and generation for final specifications. 1.3.4 The manufacturer will provide warranty for all products listed below, covering parts, labor, and shipping. All warranty items, shipping labor, traveling, and shipping of items shall be covered by the manufacturer/dealership. 1.3.5 The Bid winner shall be able to visit the site and have physical response to any issues within twenty-four-hour notice from End Users. 1.4 Testing Requirements 1.4.1 All tests indicated herein must be conducted by an independent testing laboratory. Test results must not be more than two years old. Test reports should include complete descriptions of the material and construction, certified by the testing laboratory. 1.4.3 All lighting shall be UL approved. 1.4.4 Any test which in not performed or not in accordance with the testing requirements specified shall be identified by the Bidder as a proposed exception and shall be submitted for prior approval. 1.5 Submittals 1.5.1 Submittals required with the Bid are as Follows: 1.5.2.1 Submit price list for all products and services Bid 1.5.2.2 Submit complete test results 1.5.2.3 Submit and estimate of man- hours required for installation 1.5.2.4 Submit shop drawings, complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing. 1.5.2.5 Submit all warranties and maintenance manuals to owner. 1.6 Delivery, Storage and Handling of Materials 1.6.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. 1.6.2 Bid Winner is responsible for storing product in their warehouse until the job site is ready for installation. 1.6.2.1 Product shall be stored flat in a cool, dry place 1.6.2.2 Do not subject to moisture. 1.6.3 This Project construction is estimated to be completed by August 1, 2018. 1.6.3 Deliver no components to project site until areas are ready for installation. 2.0 PRODUCT 2.1 Furniture Bill of Materials Line Tag Room Name Manufacture Product Description Qty Price Total Price 1 VSL Blue Clinic Versteel Companion X Chair Flare, 26"W, w/Arms, Uph Seat, Back & Armcaps Standard Process G6V Grade 6 Fabric/Vinyl ~ Standard Glides 3 2 VSL Blue Versteel Companion Flare, w/Arms, Uph Seat, Back & Armcaps Standard Process G6F Grade 6 Fabric/Vinyl ~ Standard Glides 3 3 WRT Blue Workrite 920 CPU Holder, Fixed Mount 1 4 WRT Blue Workrite Standard Switch 1 5 WRT Blue Workrite Flat Foot Kit, 24" Depth 1 6 WRT Blue Workrite Essentia Electric Frame Set, 2 Leg 1 7 WRT Blue Workrite Worksurface, 40"W x 23"D Rectangle, Laminated w/3mm Edgeband 1 8 WRT Blue Workrite 920 CPU Holder, Fixed Mount 60 9 WRT Blue Workrite Pen Holder Gray 60 10 WRT Blue Workrite Accessory Tray Gray 60 11 WRT Blue Workrite Power Module, Dual USB + 3 AC Power Ports, Desktop Clamp On 60 12 WRT Blue Workrite Privacy Panel & Stanchions 18.25"H x 46" W 60 13 WRT Blue Workrite Standard Switch 60 14 WRT Blue Workrite Flat Foot Kit, 24" Depth 60 15 WRT Blue Workrite Essentia Electric Frame Set, 2 Leg 60 16 WRT Blue Workrite Worksurface, 46"W x 23"D Rectangle, Laminated w/3mm Edgeband 60 17 ZZo Blue Design Design Fees 1 18 ZZ1 Blue Local Project Management Local Project Management Services, On/Off Site 1 19 ZZ2 Blue Installation Installation 1 2.2 General 2.1.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 2.1.2 Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. 2.1.3 All surfaces must be cleanable with hospital grade germicides and bleach solutions without harm to finishes. 2.1.4 Vendor must be able to accommodate special request and unique requirements such as custom sizes or cut to fit. 2.1.5 Master key must be available upon request. 2.16 Furniture must meet or exceed BIFMA standards. 2.3 Patient Chair (VSL) Versteel, Companion Flare OR EQUAL. 2.3.1 Chair dimension to be 32 h x 23 w x 21 ¾ d, seat height 18, seat width 17, seat depth 18 2.3.2 Base of frame shall be 7/8 o.d. 13-gauge steel tube 2.3.3 upholstered back, shall be molded 5 ply with 1 think 1.5 lb. density foam. 2.3.4 upholstered arm caps, molded 5 ply with ½ thick 1.5 lb. density foam 2.3.5 Upholstered seat, molded 5-ply with 1 ½ thick 2lb. density foam. 2.3.6 Chair to have 4 leg base with non-marring glides. 2.3.7 Chair to have a lifetime warranty. 2.3.8 Chair to have matching bariatric chair. 2.4 Bariatric Patient Chair (VSL) Versteel, Companion X Chair Flare OR EQUAL. 2.4.1 Chair dimension to be 32 h x 30 w x 22 ½ d, seat height 17, seat width 24 ½, seat depth 18 2.4.2 Base of frame shall be 7/8 o.d. 13-gauge steel tube 2.4.3 upholstered back, shall be molded 5 ply with 1 think 1.5 lb. density foam. 2.4.4 upholstered arm caps, molded 5 ply with ½ thick 1.5 lb. density foam 2.4.5 Upholstered seat, molded 5-ply with 1 ½ thick 2lb. density foam. 2.4.6 Chair to have 4 leg bases with non-marring glides. 2.4.7 Chair to have a lifetime warranty. 2.4.8 Chair to have matching side patient chair. 2.5 Height Adjustable Table (WRT) Workrite, Conform, and Essentia OR EQUAL. 2.5.1Tables shall have balanced construction with underside smoothly finished, eased edges, and surface joints not greater than 1/8 if more than one top is required to obtain dimension specified. 2.5.2 Surfaces must be hard, and durable to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners. 2.5.3 Tables must meet or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001) 2.5.4 Tables must contribute to LEED Credits 2.5.5 Tables shall have a core that is constructed from a minimum 1.115 thick, 45-pound density industrial grade particleboard and is backed with high quality phenolic to ensure balanced panel construction and prevent wearing over the life of the product. 2.5.6 Tables to come with standard switch for simple up/down control. 2.5.7 Must be warrantied for a minimum of 5 years on all parts of the table. 2.5.8 Worksurface shall be 29 D x 70 W 2.5.9 Tables shall have a minimum height range of 22.5 -48.7 2.5.10 Tables shall have a minimum speed adjustment of 1.6 per second. 2.5.11 All Tables shall come with two-legged electric frameset with flat feet to handle a 30 D x 72 W worksurface. 2.5.12 All table feet shall come with adjustable glides providing.5 adjustment. 2.5.13 Tables shall have a minimum capacity of 225 pounds for 2-leg models. 2.5.14 Tables to have a maximum power draw of 120 V, 60 Hz, 8 A and standby power of 0.3 W 2.5.15 Tables to come with a center pencil drawer installed under worksurface providing 25 lb. capacity. Steel ball bearing track. Injection molded plastic with radius front edge. Overall dimensions: 16 D x 21.5 W x 2 H, storage space; 18.5 W x 10 D Fixed height position keyhole mounting bracket. 2.5.16 Tables to come with Powered USB Data Supply configured with two powered USB ports, one voice/data opening and two power outlets. Clamps on back edge, above worksurface with 10-foot, 15-amp cord, UL listed. 2.5.17 Table tops to be high pressure decorative laminate by Wilsonart wood grain. Color: Wilsonart, River Cherry 7937-38 2.5.18 Table base legs and feet to be silver 2.5.19 Monitor arms to be dual monitor arms that aligns two monitors side-by side on a single base while maintaining independent movement, supports two 5-17 lb. monitor. 2.5.20 Provides easy monitor viewing with 22.5 inches of forward reach 2.5.21 Free up precious workspace by quickly folding down to 5.5 inches 2.5.22 Find the perfect height with 13 inches of vertical adjustment range 2.5.23 Easily route and conceal cables through the integrated wire managers 2.5.24 Compatible with Standard VESA (75mm & 100mm) mount monitors 2.5.25 Interchangeable pin system ensures future adaptability 2.5.26 Grommet attach base. 2.5.27 Include matching accessories wire way, tool bar and stanchions 14 H x 58 w 2.6 Project Management 2.6.1 Vendor shall provide a Local Project Manager (LPM) for On/Off Site Services. 2.6.2 The LPM shall field verify the existing conditions and the proper dimensions prior to order being placed with the manufacture 2.6.3 The LPM shall make a listing of all existing products to be removed stored/disposed of for the installation to go smoothly. Must coordinate with VA interior Design. 2.6.4 The LPM will work closely with VA Interior Design and installation firm to tightly coordinate the installations with the end users to minimize disruptions. 2.6.5 The LPM will assist in determining the phases. It is estimated that the project will require six phases. 2.6.6 Site Inspection 2.7 Design 2.7.1 As part of the request for design service quote the contractor will provide a quote on a specific requested scope of work Project and provide an hourly design fee with a not to exceed price upon the award. 2.7.2 Contractor to provide end-user programming services, space planning, and product specifications, attend in-person end-user meetings with/or as proxy for VA POC. 2.7.3 Contractor to develop detailed specifications, conduct product research and assemble materials/finishes as approved by VA POC. Contractor to provide finished specification binder with cut sheets and material samples to the VA per the Statement of Work. 2.7.4 Contractor to provide design services such as space planning, schematic design, specifications, finish boards, 2D/3D Rendered models, construction drawings, installation layouts in AutoCAD, Sketch Up, Revit, and Adobe Creative Suite Programs 2.7.5 Contractor to provide expert support in Environmental Product specifications, tracking, and documentation building to obtain LEED Credits for ongoing projects as needed. 2.7.6 Contractor to provide Professional Project Management Services including field support, design, move and installation coordination and management from small to large scale projects per the Statement of Work. 2.7.7 Contractor to coordinate with multi-disciplinary VA services including but not limited to IT, Housekeeping, Facilities, Infection Control, GEMS and Safety as required per Statement of Work. 2.7.8 Contractor will provide a quote on a specific requested scope of work/project and provide an hourly design fee with a not-to-exceed price upon which the award will be based 2.7.9 The contractor shall define and furnish the necessary hardware, software, and all other equipment necessary to accomplish design tasks. Standard equipment in addition to the hardware and software shall include but not limited to: reproduction machines, plotters, paper, pencils/pens/markers/highlighters, fax machines, email and appropriate work space 2.7.10 The contractor shall be responsible for collection of information relevant to the design/redesign of a space. Examples could include personnel interviews, questionnaires and walk-through inspections of the facility, as well as the existing furniture database (if available) 2.7.11 Services shall include site evaluation to ensure proper fit of the furniture within the given space and that all structural and other anomalies are taken into account. 2.7.12 The contractor is responsible for notifying the VA POC of all power requirements regarding location of communication, LAN and power junction boxes, with the expectation that the user will be responsible for providing and locating those junction boxes within 4'-0" of the ceiling penetration of the power pole location provided by the contractor and within the required distance on the wall for J-boxes 2.7.13 Design shall ensure that all outlets included in the design are accessible to the user, free and clear of obstacles 2.7.14 Design shall ensure that no existing wall outlets or thermostats are covered or concealed by panels or other systems furniture components 2.7.15 The contractor shall utilize any existing government product to its maximum as applicable when project includes add on parts to existing systems furniture 2.7.16 All designs of furniture layouts, including original designs and any subsequent redesigns, must be accomplished by, qualified professional Interior Designers with a four (4) year Interior Design degree from an accredit school by the Council for Interior Design Accreditation (CIDA), or at least 10 years experience in the commercial furniture and one-year experience using software similar to that proposed for this contract. 2.7.17 The contractor shall meet with the VA POC to review the installation drawings prior to submission of a final price quote 2.7.18 The contractor shall provide additional drawings of furniture layouts, if requested by VA organizations on a non-rewritable CD or DVD in both.dwg and.pdf formats unless otherwise specified in the contract. 2.7.19 The hardware/software utilized by the contractor shall perform computerized inventory, computer aided design, automated take-off function, and report generation for all product purchased. The software for this contract shall be compatible software for AutoCAD. The software shall be fully compatible with Microsoft Windows, the most current version 2.7.20 Design service shall include an initial complete design with up to three additional revisions prior to final approval 2.7.21 Designs of each location shall include a Panel and Hardware Layout sheet for system and modular furniture: to include all finish colors and fabrics, panel widths (30", 36", 42", etc.), in 1/4" = 1'0" scale, in addition to display hardware, keys and locksets shall be included 2.7.22 Design sheet layouts of each location shall include a Furniture Power Distribution sheet in 1/4" = 1'0" scale to include: the location of all powered panels, powered components, receptacles, communication ports, power poles, powered raceways, base electrical feeds and building connection points 2.7.23 Designs of each location shall include a 3D drawing and/or elevations for clear understanding of objects that cannot be seen in floor plan view 2.7.24 Design/redesign timelines shall be expected 2.7.25 Design sheet layouts for all phases of design (initial, revisions and final) of 1-10 workstations shall be received within 3 business days unless otherwise directed in the contract 2.7.26 Design sheet layouts for all phases of design (initial, revisions and final) of 11-25 workstations shall be received within 5 business days unless otherwise directed in the contract 2.7.27 Design sheet layouts for all phases of design (initial, revisions and final) of 26-50 workstations shall be received within 7 business days unless otherwise directed in the contract 2.7.28 Design sheet layouts for all phases of design (initial, revisions and final) of 51-100 workstations shall be received within 10 business days unless otherwise directed in the contract 2.7.29 Within five (5) workdays after the final design has been accepted by the base requesting organization, a bill of materials detailing all inventory, and all plans including basic floor plan, movable wall, panel and electrical layouts will be provided to the VA POC for the project 2.7.30 Drawing changes required to a layout due to contractor errors or omissions shall be the responsibility of the contractor and the corrected drawing and bill of materials shall be delivered to the government within three (2) calendar days of the request 2.7.31 Contractor shall make the government aware of any discrepancies to existing conditions not previously identified 3.0 EXECUTION 3.1 Surface conditions 3.1.1 Inspection 3.1.1.1 Prior to work of this Section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 3.1.1.2 Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards. 3.1.1.3 In the event of discrepancy, immediately notify the Designer. 3.1.1.4 Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.2 Installation and Workmanship 3.2.1 Coordinate installations per construction schedule. 3.2.2 All installation methods shall be in accordance with the printed instructions of the manufacturer. 3.2.3 Install level, plumb, and secure at proper location according to Floor Plans. 3.2.4 Each item must be clean and free from dust, packing marks, tags, labels, etc. 3.2.5 All punch list items must be completed prior to acceptance by the Owner 3.2.6 Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner. 3.2.7 Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 3.2.8 Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 3.2.9 Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time. 3.2.10 Installer is responsible for providing all tools and equipment that is needed for installation. Owner will not provide tools and/or equipment. 3.2.11 All Installers are responsible for checking into Interior Design prior to installing and obtaining temporary badges. 3.2.12 Installers must follow the standard VA code of conduct at all times while on VA property. 3.4 Work Required by Others 3.4.1 All work required by other trades shall be identified under this section by the Bidder. END OF SECTION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0004/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25919Q0004 36C25919Q0004_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4642212&FileName=36C25919Q0004-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4642212&FileName=36C25919Q0004-001.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: George E Whalen VA Medical Center;VA Health Care System;500 Foothill Drive;Salt Lake City;UT
Zip Code: 84148-0001
 
Record
SN05130227-W 20181021/181019230556-a884008998f6fd0f3e857ca0d7db88b9 (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.