MODIFICATION
71 -- Sit to Stand Desks
- Notice Date
- 2/1/2019
- Notice Type
- Modification
- 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
- 36C25919Q0159
- Response Due
- 2/11/2019
- Archive Date
- 4/12/2019
- Point of Contact
- latonya.huges2@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA SLC Health Care System Page 21 of 22 500 Foothills Drive, Salt Lake City, UT 84148 VA SLC Health Care System Page 1 of 22 500 Foothills Drive, Salt Lake City, UT 84148 Furniture Specifications For VA SLC Healthcare System Bldg. 14 Blue Clinic Revised February 1, 2019 All furniture is to be Workrite and Versteel brand name or equal as indicated below, and quotes are to be provided to Latonya Hughes at latonya.hughes2@va.gov no later than 4:00pm EST, 02/11/2019. Please note that brand name only providers must be able to provide authorized distributor letters. GENERAL 1.1 Scope of Work 1.1.1 All labor, material equipment and services necessary to furnish and install all furniture 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 furnishings. The minimum acceptable requirements for manufacturer s extent of product 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 reports should include complete descriptions of the material and construction, certified by the testing laboratory. 1.4.2 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. 1.4.3 Test Data to include as applicable to each product specified: ISO 9001 and ISO 14001 CAL 117 CAL 133 ASTM E84 Surface burning UL 723 ASTM E90 ANSI/BIFMA X5.4 Lounge and Public Seating ANSI/BIFMA X5.5 Desking ANSI/BIFMA XM7.1 Standard test for VOC emissions. ANSI/BIFMA X7.1 Standard for Formaldehyde and TVOC Emissions ANSI/BIFMA e3 Furniture Sustainability Standard ANSI/BIFMA HCF 8.1 Healthcare Furniture Design Guidelines for Cleanability ANSI/BIFMA G1 Ergonomics Guideline for Furniture BIFMA Tex4.1 2005 Woven Textile Characteristics Greenguard certification Contribute to LEED 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 is in active clinical areas, as such the installation will be phased, will require tight coordination between installation team, VA interior Design, and VA IT. The project will be divided into ten phases (6 phases with sub-phases), with each phase covering removal and installation of furniture in a different location as follows: Blue Clinic Sit to Stand (STS) Installation Phases PHASE/RM DESCRIPTION QTY DURATION DAY OF WEEK Phase 1 GB07C-14 Remove existing systems install new STS 7 1 Day Friday Wall track to remain in place 2B34-14 Remove existing systems install new STS 3 1 Day Friday Wall track to remain in place Phase 2 GB38-14 Remove existing systems install new STS 11 1 Day Friday Wall track to remain in place Phase 3 GB43-14 Remove existing overheads and worksurfaces, 12 1 Day Friday panels to remain. Remove existing freestanding tables Install new STS Phase 4 GB57-14 Remove existing systems install new STS 4 1 Day Friday GB55-14 Remove existing systems install new STS 2 1 Day Friday 1D47-1 Remove existing systems install new STS 6 1 Day Friday Phase 5 GB51-14 Remove existing overheads and worksurfaces, 8 1 Day Friday panels to remain, on 8 of the workstations. 12 stations stay as is Phase 6 GB59-14 Remove existing overheads and worksurfaces, 5 1 Day Friday panels to remain, on 5 of the workstations. Balance of stations stay as is GB59A-14 Remove existing systems install new STS 2 1 Day Friday Note: The six phases will be on six consecutive Fridays, and actual dates will be determined after receipt of order (ARO). Shipping dates are therefore as follows: Phase 1: 60 days ARO Phase 2: 67 days ARO Phase 3: 74 days ARO Phase 4: 81 days ARO Phase 5: 88 days ARO Phase 6: 95 days ARO 1.6.4 Deliver no components to project site until areas are ready for installation. 1.6.5 The project requires removal of existing systems furniture, and freestanding pieces so the new freestanding sit to stand stations can be installed. 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" Wide, w/Arms, Upholstered Seat, Back & Armcaps Standard Process Powder coating Grade 6 Fabric/Vinyl ~ Standard Glides CLAFL 02X26 3 2 VSL Blue Versteel Companion Flare, w/Arms, Upholstered Seat, Back & Armcaps Standard Process Powder Coating Grade 6 Fabric/Vinyl ~ Standard Glides CLAFL 02 3 3 WRT Blue Workrite Worksurface, 58"W x 23"D Rectangle, Laminated w/3mm Edgeband Laminate Tier 2 T5823 B3 21 4 WRT Blue Workrite Worksurface, 56"W x 23"D Rectangle, Laminated w/3mm Edgeband Laminate Tier 2 T5623 B3 7 5 WRT Blue Workrite Worksurface, 52"W x 23"D Rectangle, Laminated w/3mm Edgeband Laminate Tier 2 T5223 B3 9 6 WRT Blue Workrite Worksurface, 46"W x 23"D Rectangle, Laminated w/3mm Edgeband Laminate Tier 2 T4623 B3 20 7 WRT Blue Workrite Worksurface, 34"W x 23"D Rectangle, Laminated w/3mm Edgeband Laminate Tier 2 T3423 B3 3 8 WRT Blue Workrite Sierra HX Electric Base Set, 2 Leg Worksurfaces 54" to 72" Wide F24 24" Deep Flat Foot Style SS Standard Up/Down Control Switch S Silver Frame Finish SEHX54 72 F24 SS S 37 9 WRT Blue Workrite Sierra HX Electric Base Set, 2 Leg Worksurfaces 30" to 48" Wide F24 24" Deep Flat Foot Style SS Standard Up/Down Control Switch S Silver Frame Finish SEHX30 48 F24 SS S 23 10 WRT Blue Workrite 920 CPU Holder, Fixed Mount 920 F 60 11 WRT Blue Workrite Power Module, Dual USB + 3 AC Power Ports, Desktop/Worksurface Clamp On Silver Face w/Black Receptacles 95314S 60 12 WRT Blue Workrite Privacy Panel & Stanchions 18.25"H x 58" W Silver Frame Finish 981 58 8 13 WRT Blue Workrite Tool Bar & Stanchions 14"H x 58" W Silver 980 58 29 14 WRT Blue Workrite Tool Bar & Stanchions 14"H x 46" W Silver Frame Finish 980 46 23 15 WRT Blue Workrite Tool Bar Custom Cuts 58 56 58" Wide Cut Down To 56" Wide 7 Each 58 52 58" Wide Cut Down To 52" Wide 9 Each 46 34 46" Wide Cut Down To 34" Wide 3 Each TB CC 19 16 WRT Blue Workrite Pen Holder Silver 95204 S 60 17 WRT Blue Workrite Accessory Tray Silver 95208 S 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 On Site Assembly/Installation Services 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 Furniture must meet or exceed BIFMA standards. 2.1.6 Campus Map, floor locations. 2B34-14 Remove existing systems furniture Install New 3 ea 58 x 23 GB38-14 Remove existing systems furniture 7 ea 56 X 23 4 ea 52 x 23 GB07C-14 Remove existing systems furniture 6 ea 46 X 23 1 ea 52 x 23 GB57-14 Remove existing systems furniture 4 ea 52 x 23 GB55-14 Remove existing systems furniture 2 ea 58 x 23 GB43-14 Remove existing overheads and worksurfaces, panels to remain. Remove existing freestanding tables 8 ea 58 x 23 4 ea 46 X 23 GB51-14 Remove existing overheads and worksurfaces, panels to remain, on 8 of the workstations. 12 stations stay as is. 8 ea 58 x 23 GB59-14 Remove existing overheads and worksurfaces, panels to remain, on 5 of the workstations. Balance of stations stay as is. 2 ea 46 X 23 3 ea 34 x 23 GB59A-14 Remove existing systems furniture 2 ea 46 X 23 1D47-1 Remove existing systems furniture 6 ea 46 X 23 Campus Map Building 1 & 14 circled, dock highlighted 2B34-14 GB38-14, GB07C-14, GB57-14, GB55-14, GB43-14, GB51-14, GB59-14, GB59A-14 1D47-1 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. 2.3.9 Chair shall have a capacity of 400 lbs. 2.3.10 Must meet applicable tests from section 1.4.3 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. 2.4.9 Chair shall have a capacity of 650 lbs. 2.4.10 Must meet applicable tests from section 1.4.3 2.5 Height Adjustable Table (WRT) Workrite, Sierra HX OR EQUAL. 2.5.1 Tables 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 applicable tests from section 1.4.3 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 Limited Lifetime Warranty on electrical components, motors, frames, brackets and feet. 2.5.8 Worksurface shall be of various sizes some custom as per the Bill of materials. 2.5.9 Tables shall have a minimum height range of 22.5 -48.7. ANSI/BIFMA G1-2013 Guideline. 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 properly sized for the worksurface top as there are a variety of sizes specified. 2.5.12 All table feet shall come with adjustable glides providing.5 adjustment. 2.5.13 Tables shall have a minimum payload capacity of 225 pounds for 2-leg models. 2.5.14 Tables to have a maximum power draw of 120 V, 60 Hz, 4.52 Amps and standby power of 0.1 W 2.5.15 Tables to come with Powered USB Data Supply configured with dual USB power ports and 3 AC power outlets. Clamps on back edge, above worksurface with 10-foot, 15-amp inline circuit breaker, UL listed. 2.5.16 Table tops to be Tier 2 high pressure decorative laminate. 2.5.17 Table base legs and feet to be silver finish. 2.5.18 Include tool bar and stanchions sizes as per Bill of Materials with matching accessories: accessory tray and Pen Holder. 2.5.19 Fixed mount CPU holder, Modular design accommodates modern CPU sizes from 9.75 to 18.5 H x 1.25 to 8.75 W x 8 to 19.25 D 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 Request for Quote (RFQ) #: 36C25919Q0004 Sit to Stand Desks 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, 02/06/2019 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 latonya.hughes2@va.gov no later than 4:00pm EST, 02/11/2019 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 36C25919Q0004. 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) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; See Statement of Work attached. Make/Model Equivalent; See Statement of Work attached. 1 EA _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); See Statement of Work attached. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at: George E Whalen VA Medical Center VA Health Care System 500 Foothill Drive Salt Lake City, UT 84148-0001 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. Offeror 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 offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors 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 offeror 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 offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. 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: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate quotes on the basis of whether or not the offeror provided a signed statement certifying that the quote submitted meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting the technical requirements of 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 the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) 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 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 52.232-33 Payment by Electronic Funds Transfer 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/ 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 Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to latonya.hughes2@va.gov by 4:00pm EST, 02/11/2019. Name and email of the individual to contact for information regarding the solicitation: Latonya Hughes Latonya.hughes2@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0159/listing.html)
- 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
- Country: USA
- Zip Code: 84148-0001
- Record
- SN05210218-F 20190203/190201230028 (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 |