SOLICITATION NOTICE
71 -- 7 South Lounge Chairs
- Notice Date
- 2/22/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25019Q0412
- Response Due
- 2/27/2019
- Archive Date
- 4/28/2019
- Point of Contact
- Danielle.Bowman@va.gov
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q0412 Posted Date: 02/22/2019 Original Response Date: 02/27/2019 Current Response Date: 02/27/2019 Product or Service Code: 7110 Set Aside (SDVOSB/VOSB): N NAICS Code: 337214 Contracting Office Address: Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,000 employees. The Dayton VA Medical Center, 4100 W. 3rd St., Dayton, OH 45428 is seeking to purchase a All interested companies shall provide quotes for the following: Supplies Line Item Description Quantity Unit Items shall be equal to or better than the Harmony Series seating [1] Lounge Arm Chair Single Seat: Chair must meet or exceed the requirements of ANSI/BIFMA X5.4-2012. Chair must be built around fully welded steel frame for maximum strength and durability. Chair must have a tamperproof metal seat pan which is welded directly to the frame. Chair seat and back must be of 2.7-pound high density polyurethane foam to provide longevity and support in high traffic applications. Chair must be built with tamper resistant fasteners and steel plates concealing all staples providing reinforced security. Chair arms must be of steel and fully welded for maximum stability and durability. Chair seat pan must be fully welded and bolted to securely fasten to steel arms. Chair arm caps must be of polyurethane, full length, one piece, pick resistant, securely fixed to protect high use top and front edges of the chair. Chair dimensions must be: Width - Minimum 32.5 Seat width must range between 23.5 30.0 Seat depth Minimum 31.0 Seat height must range between 18.0 22.0 Overall High must range between 32.5 36.5 Arm Height Minimum 25.625 Weight must range between 130 lbs. 145 lbs. Chair must be warranted for 5-year limited replacement warranty; lifetime structural warranty on internal steel frame. Chair must be tested to 1,000 lbs. static load. 21 EA 2 Bariatric Lounge Arm Chair: Chair must meet or exceed the requirements of ANSI/BIFMA X5.4-2012. Chair must be built around fully welded steel frame for maximum strength and durability. Chair must have a tamperproof metal seat pan which is welded directly to the frame. Chair seat and back must be of 2.7-pound high density polyurethane foam to provide longevity and support in high traffic applications. Chair must be built with tamper resistant fasteners and steel plates concealing all staples providing reinforced security. Chair arms must be of steel and fully welded for maximum stability and durability. Chair seat pan must be fully welded and bolted to securely fasten to steel arms. Chair arm caps must be of polyurethane, full length, one piece, pick resistant, securely fixed to protect high use top and front edges of the chair. Chair dimensions must be: Width - Minimum 39.0 Seat width must range between 30.0 34.0 Seat depth Minimum 31.0 Seat height must range between 18.0 22.0 Overall High must range between 32.5 36.5 Arm Height Minimum 25.625 Weight must range between 140 lbs. 155 lbs. Chair must be warranted for 5-year limited replacement warranty; lifetime structural warranty on internal steel frame. Chair must be tested to 1,000 lbs. static load. 4 EA 3 Shipping, receiving, inspection and delivery of units to 4100 W. Third Street Dayton, Ohio 45428. 1 JB Background. The Dayton VAMC is requesting lounge seating. Specific Tasks. Task 1 Delivery of Equipment and Supplies The vendor will deliver the above items to the Dayton VA Medical Center. Deliverables: The requested items will be delivered to the facility: Dayton VA Medical Center 4100 W. 3rd St. Dayton, OH 45428 Task 2. Installation and Assembly Receipt, delivery, assembly and installation: Contractor shall be responsible for receiving product into their bonded or insured warehouse, or a warehouse under their lease with the same bonding or insurance, checking to ensure all product has been delivered and is undamaged. If product is damaged or parts missing, it is the responsibility of the contractor to contact the manufacturer. Contractor shall be responsible for coordinating delivery and installation with Interior Designers at the Dayton VA. Contractor shall delivery furniture to the VA Medical Center and be responsible for delivering each piece to the correct office/room, uncrating, assembling and installing per drawings provided to the contractor by the dealer of record with whom the order was placed. Contractor shall take care in movement of all items within the building to ensure no damage is done to walls, floors, ceilings or any other interior finish or fixture. Contractor is to notify VA Designers of any damage or issues immediately. Depending upon construction schedules and possible delays, contractor or dealer must be able to store product in their warehouse for up to 90 days before installation is scheduled with no additional charge to the VA. Any items that are received damaged or incorrectly it shall be the responsibility of the dealer to notify the manufacturer and make arrangements for replacement or repair and communicate that with the Interior Designers at the Dayton VA. Once contractor is notified and a date for installation to begin has been determined, the contractor will have 1 day to complete installation. Every piece of furniture will have to be installed, in place and ready to be used in the 1-day period. This time period is not negotiable as there are multiple domino moves and other installs that must take place in order to avoid a delay in the construction contract. Contractor shall be responsible for uncrating all product, removing crating or debris associated with the delivery and installation from VA property. VA will not provide dumpsters or trash service for debris associated with this job. Contractor shall be responsible for removal of all trash and debris from VA property. Contractor shall leave area clean and neat and is responsible for general cleaning of all product installed for removal of dust and other packing materials. Pricing shall include installation as a separate line item. Installation et. al will be provided by the vendor/ manufacturer. Deliverables: Installation and assembly of equipment will be complete and approved for use by the vendor, the designated POC and or the COR. Task 3. Warranty A warranty for not less than one-year warranty shall offered by the manufacturer. Performance Monitoring The COR will monitor the successful delivery of the equipment by maintaining contact with the vendor and coordinating with appropriate personnel. The COR will also ensure the equipment is assembled and all installation is done to contract specifications. Security Requirement The equipment and accessories will not connect to the VA network. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There will be no Government-Furnished Equipment or Government furnished Information provided to the vendor. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Possible follow-on work could be contact with the Vendor for troubleshooting problems. Also, vendor may be notified if the product is not functioning properly. b. Identification of Potential Conflicts of Interest (COI). There are no known potential conflicts of interest. c. Identification of Non-Disclosure Requirements. The vendor will not have access to any VA patient sensitive information or proprietary information. d. Packaging, Packing and Shipping Instructions. Packaging and shipping will be at the discretion of the vendor. e. Inspection and Acceptance Criteria. Products will be inspected upon arrival by the designated POC and or the COR Design, specifications and drawings: Contractor shall supply/provide brochure, shop drawings or technical specifications to VA Interior Design for approval before ordering as necessary. Contractor shall provide this information in order for VA Interior Design to determine if product is acceptable for bid award. Drawings are required in order to review and determine if design is acceptable. Design shall be acceptable before award is made to ensure contractor has the ability to meet all requirements. Place of Performance. Dayton VA Medical Center 4100 W. 3rd St. Dayton, OH 45428 The delivery/task order period of performance is April 2019. FOB destination. The contractor shall deliver all items to: Dayton VA Medical Center 4100 W. 3rd St. Dayton, OH 45428 Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. Applicable Provision and Clauses: The following clauses apply to this acquisition: 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.212-04 Contract Terms and Conditions -- Commercial Items. 52.211-6 Brand Name or Equal. (Aug 1999) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (MAY 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected goods (OCT 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) The following provisions apply to this acquisition: 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) 52.212-4 Contract Terms and Conditions -- Commercial Items 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure (May 2010) Quote Evaluation and Award: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible contractors whose quote conforms to the requirements within this solicitation and will be the most advantageous to the Government. A contractor s initial quote shall contain the best terms from a price and technical standpoint. Contractors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Procedure for submitting documents to the Department of Veterans Affairs: DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: Danielle.Bowman@va.gov Submission of Quote: All information shall be submitted in the manner described below and contractors who do not submit all information may not be considered for award. SET-ASIDE REQUIREMENT: Only verified SDVOSB firms are eligible to submit quote or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of quote and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Contractor include the schedule information on your quote. RESPONSES ARE DUE: February 27, 2019 at 3:00 PM EST. Quotes will only be accepted electronically via e-mail to Danielle.Bowman@va.gov. Enter RFQ 36C25019Q0412 Dayton Lounge chair in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-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/BreVAMC/VAMCCO80220/36C25019Q0412/listing.html)
- Place of Performance
- Address: Dayton VA Medical Center;4100 W. 3rd St.;Dayton
- Zip Code: 45428
- Country: USA
- Zip Code: 45428
- Record
- SN05230815-F 20190224/190225091054 (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 |