Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2019 FBO #6337
SOLICITATION NOTICE

65 -- Furniture

Notice Date
3/29/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
36C25019Q0545
 
Response Due
4/4/2019
 
Archive Date
4/19/2019
 
Point of Contact
734-222-4294
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation with attachments for Brand Name only commercial items under NAICS 337214 or similar coding, prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice for the Veterans Health Administration Battle Creek, Michigan. Please note that the requirement is a waived NAICS code under the non-manufacturer rule, so this solicitation is a set-aside for Service Disabled Veteran Owned Small Business and Veteran Owned Small Business under FAR 19.102, and VAAR 852.219-10 and 852.219-11. Responses should include the following information: (1) Business Name and Address, (2) Point of Contact Name and Phone Number and E-mail Address, (3) GSA/FSS Contract Number (if any), (4) DUNS and NAICS codes, (5) Business type--SERVICE DISABLED VETERAN OWNED or VETERAN OWNED SMALL BUSINESS. Note: All technical questions submitted for this solicitation must be electronically sent to Lisa Elliot VABCMC Interior Designer via email: lisa.elliott@va.gov. The VA will respond to questions in writing within 48 hours. Model numbers and descriptions of products that do not coincide should be questioned and approved before quoting product.) This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. All responsible sources may submit a proposal which shall be considered by the contracting officer. To be technically acceptable, items must be TAA Compliant. FOB Destination. Delivery is needed 30 days ARO. Items will be shipped to and installed at: Battle Creek VA Medical Center, 2121 5500 Armstrong Road, Battle Creek, Michigan 49037. Quotes shall be submitted to Royce L. Jones, Contracting Specialist, at royce.jones@va.gov no-later- than Friday, April 5, 2019 at 5:00 pm Eastern Time. Please see the attached Specifications and Statement of Work. Please see the attached Request for Quote for Itemization and Quantity and Amount. Please see all attachments. Again, please contact Lisa Elliott for all technical questions: lisa.elliott@va.gov. The following clauses and provisions apply: 52.203-99 - Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015). 52.204-7 - System for Award Management. The offeror shall provide its DUNS, or if applicable it s DUNS+4 number, with its offer which will be used by the contracting officer to verify that the offeror is registered in the SAM database. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration via the internet at http://fedgov.dnb.com/webform, or if the offeror does not have internet access it may call Dun and Bradstreet at 1-866-705-5711. 52.212-1 - Instructions to Offerors - Commercial Items applies to this acquisition and offerors must comply with all instructions contained within it. 52.212-2 - Evaluation - Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable; that is most advantageous to the government; price and other factors considered. 52.212-3 - Offeror Representations and Certifications - Commercial Items. A completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 52.212-4 - Contract Terms and Conditions - Commercial Items. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to include: 4, 7, 8, 14, 22, 26, 27, 28, 30, 33, 40, 44, and 50. 52.252-2 - Clauses Incorporated by Reference. The following additional clauses apply: VAAR 852.203-70 - Commercial Advertising, 852.232-72 - Electronic Submission of Payment Requests, 852.246-70 - Guarantee and 852.246-71 Inspection The contractor shall supply and install the following according to the Statement of Work (SOW): VAMC Battle Creek MI Battle Creek Campus Lisa Elliott STATEMENT OF WORK 1.0 GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for healthcare furniture for Battle Creek s main campus that meet the VHA IDIQ specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes healthcare furniture. Service required is detailed in SV1 Healthcare Furniture technical requirements per VHA Healthcare Furniture multiple award IDIQ Healthcare furnishings are required in a call center setting. Ten modular stations shall be provided with optimal acoustic properties. Each station will have the ability to stand independently in the event of a reconfiguration. Power and date will be brought down from a central power pole, requiring each station to daisy chain to the others. Each workstation will have a electric height adjustable work surface. Shared storage shall be provided for each station, extending 48 from the center spine, and will serve as visual privacy between the stations. High quality acoustical abatement material will separate the stations where storage is not present. Each station shall have a high-quality ergonomic chair which is fully adjustable to conform to the user s needs in this multi shift space. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications. Furniture delivery and installation will be required in May 2019 Duty hours will be 8:30 am 4:00 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The contractor shall: Coordinate and provide project management of all products and services to manage, design, order, ship, deliver and install new furniture from the manufacturer until final acceptance by Lisa Elliott, lisa.elliott@va.gov Only include products specified within the IDIQ. Prepare and provide as built furniture drawings in PDF and AutoCAD. Provide maintenance manuals for all products specified. 4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received by April 5,,2019 COB 4:30pm est. All questions submitted for this solicitation must be electronically sent to the Contracting Officer. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. 5.0 SUBMISSION OF QUOTATION Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Volume 1: (technical) Submit a scaled drawing incorporating the products and services listed below. (PDF). VA shall provide AutoCAD floor plans. Submit a furniture schedule tagged to the floor plan. Submit two 3D images Bill of Materials tagged per CLIN/ floorplan department and room etc. (no pricing) Quantity of man hours for labor/installation Product literature Physical finish samples Warranty. Self-certifying statement confirming ability to meet project deadlines Volume 2: (pricing) price quote with separate line for labor/installation Bill of Materials with subtotals and tagged per CLIN/ floorplan Submissions can be sent in multiple emails to avoid computer system email size limitation Contracting Officer. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. Pricing must be within the established IDIQ Pricing. 6.0 EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per CLIN / floorplan department and room etc. PDFs of detailed and dimensioned: Plan, 2-D and 3-D drawings of each workstation (and/or) products with multiple parts list to represent exactly what is being included in task order and to determine accuracy. Labor/Services appropriate to the scope of work. (no pricing included) 7.0 PRODUCT General All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 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. See attachment for technical requirement of products. REQUIREMENTS OF SPACE Call Center Work Stations MD2 Ten modular work stations shall be provided Each station shall have optimal acoustic properties Each station will have the ability to stand independently in the event of a reconfiguration. Power and date will be brought from a central power pole, requiring each station to daisy chain to the others Shared storage shall be provided for each station and serve as visual privacy between the stations High quality acoustical abatement material will separate the stations where storage is not present HAW3 Each workstation will have an electric height adjustable work surface TS2 Each station shall have a fully adjustable ergonomic chair to conform to the different user needs during multiple shifts LT1 LED Task Light required per station Ancillary Furnishings for Call Center CT1 Laminate top conference table needed to seat 6 CC2 Six Nesting chairs with moisture proof seating material, 4 legged, casters for carpet SC1 Counter height storage cabinet with finished laminate top Two doors, full height cabinet with adjustable shelves and lock LF1 Two Lateral files, 4 drawers, 42 wide. 8.0 SERVICES Service required is detailed in General Requirements for Services and SV1 as outlined in the IDIQ Solicitation. Design Contract Tasks/Requirements The contractor shall provide the Interior Designer with the Auto-Cad drawings to 1/8 scale drawings showing layouts of awarded product. The contractor shall allow for three (3) revisions per line item included in design services including updating Auto-Cad Drawings and PDFs as request by VA Interior Designer. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order. The contractor shall be responsible for providing all sample materials for awarded product (2-Day Delivery) as requested by VA Interior Designer. The product must not be placed into production without clearance from the VA COR. The contractor shall provide final, clean 1/8 scaled drawings of product layout for sign-off prior to scheduling manufacturing. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email. The contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA Interior Designer a remediation plan within 5 business days. The contractor shall provide 30 days free storage. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-MAR-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/VAAAHCS506/VAAAHCS506/36C25019Q0545/listing.html)
 
Place of Performance
Zip Code: 49037
 
Record
SN05265210-F 20190331/190329230031 (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.