SOLICITATION NOTICE
71 -- Furniture for Telehealth in San Francisco
- Notice Date
- 7/24/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- 36C26119Q0924
- Response Due
- 7/29/2019
- Archive Date
- 8/8/2019
- Point of Contact
- Cheryl.Fleury-Balmer@va.GOV
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 2 This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26219Q0849. The acquisition strategy will be Set-Aside for Service-Disabled-Veteran-Owned Small Businesses to best meet the needs of the Government. The Department of Veterans Affairs San Francisco Medical Center has a requirement for Furniture for their Telehealth Program. The Contractor shall furnish all supplies/services at: Department of Veterans Affairs San Francisco Medical Center 4150 Clement St., T24 and T28 San Francisco, CA 94121-1563 1.If interested and can provide the required supplies please provide the requested information and pricing for the Line Items as indicated below. Responses to this notice must include: Company Name, Address, Point of Contact, and Size of Business. Item Quantity Description Preferred Manufacturer 1 6 each Demountable wall to be installed per plan. Steelcase Privacy Wall Walls extend from floor to acoustical OR EQUAL Fully assembled panels Reusable panels Solid wall panels for shared wall with power/data Sliding glass door with aluminum pull Painted steel frame Sit/stand desk Lockable storage 2 18 each Personal sound masking Steelcase Sonet Qt Individual speech privacy OR EQUAL Two emitters and volume control Can be plugged into outlet All required wiring Mounting hardware 3 1 each Room reservation system Steelcase Room Wizard Secure scheduling OR Equal Calendar Syncing Microsoft compatible VA OI&T approval 4 12 each Sit/stand folding pneumatic workstation Swiftspace Adjust 24 X 48 worksurface min. 1 thick OR EQUAL high-pressure laminate Pneumatic counterbalancing lift. Mechanism Can lift any weight above 500 lbs. and will Not engaged if 100 lb. item is not removed from worksurface Power bar and data trough under worksurface Height-adjustable dual arm mechanism raises Work surface from 26 to 48 while worksurface maintains a level position Privacy panels on back and sides Dual monitor arms 5 1 each Installation and Shipping Include shipping costs in the Installation Number 5. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal, include a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. Gray Market Prevention (a) 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. (b) Vendor 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. (c) 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. 2. Vendor Requirements: a. Vendor shall provide delivery. b. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery. c. The pricing terms and conditions of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote. d. All items requested are new. 3. WARRANTY Vendor shall provide standard warranty for these products. 4. DELIVERY AND INSTALLATION Vendor must deliver to VA San Francisco Medical Center. Vendor must install the equipment in the VA San Francisco Medical Center. 5. INSPECTION AND ACCEPTANCE The VA San Francisco Medical Center will inspect the equipment to ensure proper working condition. 6. The solicitation will be in accordance with FAR Part 12, and 13, Acquisition of Commercial Items, Simplified Acquisition Procedures, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 337214 Size Standard 1,000 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Quotes are to be received no later than: July 29, 2019 by 5:00 p.m. PST. NO ADDITIONAL TIME WILL BE GIVEN, LATE QUOTES WILL NOT BE ACCEPTED. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Cheryl Fleury-Balmer, Contract Specialist at Cheryl.Fleury-Balmer@va.gov with 36C26119Q0849 in the subject line within 48 business hours of release of this notice. Telephone inquiries shall not be accepted. Inquiries after the allotted period may not be answered. 7. Quotes can be submitted on Spreadsheets, or the Line Items Pages of the RFQ. The following information MUST be on the same piece of paper or page of the quote regardless of how the quote is submitted: The name of the company as it appears in SAM.gov The DUNS Number of your Company The Address, Telephone and FAX Numbers of the Company d. The Name of the Company Point of Contact with their email and phone number. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote. 8. All quotes will be evaluated to ensure fair and reasonable prices. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-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/VANCHCS/VANCHCS/36C26119Q0924/listing.html)
- Place of Performance
- Address: SF VAMC;ATTN: Susan Ives;4150 Clement Street;T24 & T28
- Zip Code: 94121
- Country: USA
- Zip Code: 94121
- Record
- SN05380416-F 20190726/190724230053 (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 |