SOURCES SOUGHT
65 -- Equipement
- Notice Date
- 8/4/2020 7:47:06 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0491
- Response Due
- 8/11/2020 6:00:00 AM
- Archive Date
- 10/10/2020
- Point of Contact
- John Shawki, Contract Specialist, Phone: 774-826-3192
- E-Mail Address
-
issa.shawki@va.gov
(issa.shawki@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this sources sought/RFI is to gain knowledge of potential qualified Businesses that are capable of satisfying the following requirement: Multiple awards may be made resulting from this sources sought. If a vendor can t provide all of the required items, please identify which items they will provide in their response. SCOPE OF WORK/CONTRACTOR REQUIREMENTS The selected contractor will be required to furnish, deliver and install all items as listed: SITE LOCATION: ORANGE, CT SITE ADDRESS: 200 Edison Road, Orange, CT 06477 a. LOADING DOCK: A loading dock is not available for this project. There is a 250 minimum travel distance between receiving area and various room locations for installation. b. ELEVATOR AVAILABILITY: This building is single story building. Therefore, there is no need for an elevator. c. NO DROP SHIPMENTS TO SITE: No product for this solicitation shall be drop shipped directly to the project site. All deliveries must be made by the winning vendor to their warehouse and delivered to the facility (project site) at the time of installation. d. PRODUCT LEAD TIME: The timeframe requirement for delivery receipt shall be no later than 60 business days following award of contract, with coordination of specific dates mutually agreed upon by the Newington VA Medical Center and the selected contractor. All lead times shall include the any COM selections made during the final finish selection meeting. e. INSTALLATION SCHEDULE/PHASING: This installation shall be conducted with the following phasing: INSTALLATION TRIP 1: Installation shall include all areas and will be required to be scheduled during normal business hours, Monday Friday between 7:30am and 5:00pm. Installation shall be completed within 2 business days. Installation dates shall be determined with VA Interior Designer. This installation shall be completed in one phase (installation trip) as stated above. The final dates for installation shall be determined by the VA prior to installation within the above stated product lead time requirement. All spaces are currently occupied and will be occupied throughout the installation. The space will be in use by staff and all assembly, uncrating and unboxing shall occur at the loading dock or street offload point prior to moving into the space. As much installation as possible shall take place outside of the installation area and then dropped into place at time of installation. f. INSTALLATION DURATION: Installation shall be completed within the time frame outlined above. This shall include from arrival of truck through the punch list completion. Installation shall be fully completed prior to depature time. This is crtitical to the business units for patient service and delays will require necessary compensation from the vendor to the VA at $1000/day past the completion time. g. PROJECT TIMELINE and MEETING/ACTION REQUIREMENTS: (Post Award) The winning vendor shall meet the following project timeline, deliverable, meeting and action requirements: 1.) PROJECT KICK OFF MEETING: Awarded vendor must attend a project kick off meeting at the VACT address for installation as stated in the Scope of Work. Shall be schedule with VA Interior Designer by vendor within 10 business days of project award. Final layout to be determined and approved by the VA Interior Designer. Attendance at the project kick off meeting shall include the following vendor personnel: a. Project Interior Designer b. Sales Representation c. Installation Manager 2.) CONDUCT SITE VISIT(S)/FIELD MEASUREMENT VERIFICATION: Prior to installation conduct site visit(s) to become familiar with site for the accurate order of the product and check for potential installation problems. Site visits/field measurement verifications are to be scheduled with VA Interior Designer. During this time the awarded vendor is responsible to gather all accurate dimensions of the physical space. Translation of these dimensions to the vendors floor plans, drawings, specifications, etc. are the responsibility of the vendor. The vendor is solely responsible to guarantee the fit of their products into the space as stated in the SOW. All descrpancies of field dimension information is the responsibility of the vendor to rectify. 3.) FINAL FINISH MEETING: This meeting shall be scheduled by the vendor within 10 business days of project award unless directed by the VA Interior Designer. This meeting shall serve as the conduit to complete all final finish selections. Vendor is responsible at this meeting to bring all actual finish selections for a working session to drive toward completion and selection of all finishes as well as a complete and through review of the project specifications. The VA Interior Designer will assist with coordination of finish selections with the building finishes. Based on this scope of this project the final finish meeting and the kick off meeting can be conducted at the same time if desired by the awarded vendor. Attendance at the final finish meeting shall include the following vendor personnel: a. Project Interior Designer b. Sales Representation 4.) FINAL FINISH DOCUMENT: An overview document declaring all final finish selections shall be sent within 5 business days of the FINAL FINISH MEETING. 5.) FINAL FINISH DOCUMENT SIGN OFF: Once the VA Interior Designer has received the FINAL FINISH DOCUMENT, it will be signed off on or a confirmation e mail will be sent to the vendor to approve the finishes. This action will indicate to the awarded vendor has the approval to place orders. No orders should be placed by the awarded vendor prior to this final finish document sign off has been completed/approved by the VA Interior Designer. 6.) ORDER ENTRY: Shall take place upon completion of signed FINAL FINISH DOCUMENT. Vendor shall coordinate all order entry, production schedule and shipping with all Manufacturers. 7.) SHIP DATE DOCUMENT: An overview spreadsheet shall be provided to the VA Interior Designer that includes all manufacturers included within the project and the associated ship dates for their products. This shall include all manufacturers products ordered for the project. This document shall be received within 10 business days of FINAL FINISH DOCUMENT SIGN OFF. 8.) INSTALLATION SCHEDULING: Installation scheduling shall occur within 5 business days after receipt of SHIP DATE DOCUMENT received by the VA Interior Designer unless otherwise directed by the VA Interior Designer. This date shall be scheduled in the future to accommodate transit time for shipping time of products. 9.) INSTALLATION: Shall occur at the date and time mutually agreed to with VACT and VA Interior Designer. In the event there is a delay in installation the awarded vendor shall notify the VA Interior Designer immediately. The installation shall meet all requirements within this scope of work. 10.) PROCUREMENT DATA SHEETS and OWNERS INFORMATION: Procurement data sheets shall be submitted on final day of installation. These shall be submitted both electronically and (2) physical hard copies to the VA Interior Designer. (example attachment in Section 11). The contractor shall ensure that all owner s manuals, warranty information, assembly instructions, maintenance and care instructions, operating instructions and any other information shall be provided to the VA Interior Designer upon completion of the installation. 11.) WALK THROUGH & PUNCH LIST: A walk through of the installation shall take place at the end of the installation with a scheduled date and time and the furniture vendor representatives from installation crew, sales and design staff. Conduct walk thru with VA Interior Designer and Service Line End User to address any discrepancies or damages. Have any replacements parts ready to be ordered with lead time report within 5 business days of walk through completion. Attendance at the final finish meeting shall include the following vendor personnel: a. Project Interior Designer b. Sales Representation c. Installation Manager 12.) PUNCH LIST DOCUMENT: A punch list document shall be sent to the VA Interior Designer within 24 hours of WALK THROUGH completion. 13.) PUNCH LIST COMPLETION: Items identified during the WALK THROUGH shall be corrected within 6 business days of the WALK THROUGH completion. 14.) POST OCCUPANCY ORIENTATION SESSION: The day the end user moves into the newly installed space or as directed by the VA Interior Designer. The awarded vendor shall, instruct staff in proper use and adjustment of product, correct deficiencies in installation and coordinate replacement of defective product with Manufacturer. h. Recap of timeline for tasks: 1.) Project Award PO issued from Contracting to Vendor 2.) Project Kick Off Meeting (required within 10 business days after Project Award) 3.) Conduct Site Visit and Field Dimension Verification 4.) Final Finish Meeting (required within 10 business days after Project Award) 5.) Final Finish Document (due to VA Interior Designer within 5 business days of Final Finish Meeting) 6.) Final Finish Document Sign Off (action to be taken by VA Interior Designer 7.) Order Entry (Shall only occur after Final Finish Document Sign Off has been returned to the awarded vendor with approval from VA Interior Designer) 8.) Ship Date Document (due to VA Interior Designer within 10 business days of Final Finish Document Sign Off 9.) Installation Scheduling (Scheduling shall take place within 5 business days after receiving the Ship Date Document) 10.) Installation (shall take place on mutually agreed to date) 11.) Procurement Data Sheets (Due on final day of installation) 12.) Walk Through and Punch List (Shall be completed on Final Day of Installation). 13.) Punch List Document (Due 24 hours after Walk Through) 14.) Punch List Completion (Due 6 business days after Walk Through Completion). 15.) Post Occupancy Orientation Session (Day of user occupancy or as scheduled by the VA Interior Designer). ANSI/BIFMA STANDARDS All items sold to the Government must meet or exceed ANSI/BIFMA performance standards for furnishings and ergonomic tools. BRAND NAME OR EQUAL BID REQUIREMENTS If submitting a BRAND NAME OR EQUAL bid, the vendor must supply a demo sample to the Newington VA Medical Center on the same day as bid submission; demo to remain onsite for up to three weeks to undergo a determination of parity for construction quality and end user comfort. Items that require demo sample are noted in the Furniture Requirements . VA PREFERRED VENDOR LIST Vendors and bidders who are awarded contracts to provide products and services to the Newington, Connecticut Veterans Hospital shall provide to the Contract Officer the following information with the bid: 1. Tax ID Number 2. Duns & Bradstreet Number 3. Physical Address 4. Payment Address 5. Vendor shall be registered in SAM (replacement for CCR) www.sam.gov PERIOD OF PERFORMANCE Vendor is on notice that time is of the essence in the performance of this contract. The timeframe for delivery receipt shall be no later than 60 business days following award of contract, with coordination of specific dates mutually agreed upon by the Newington VA Medical Center and the selected contractor. PLACE OF PERFORMANCE Work will be accomplished 200 Edison Road; Orange, CT 06477. OTHER CONSIDERATIONS FOR PROPOSAL Delivery not to interfere with patient care or the operation of the facility. The contractor will coordinate the work of the project with the VA Interior Designer to ensure minimal disruption of the Medical Center operations. Patient rooms and other sensitive patient care areas located in the Medical Center must be accessed during normal working hours. These areas may not always be readily available to the contractor. PAYMENT SCHEDULE The contractor will bill on completion and acceptance of the work. NON PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and with occasional supervision of VA Interior Designer. The tasks, duties, and responsibilities set forth in the SOW may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations. COMMODITY REQUIREMENTS Otoscope Head- Macroview 3.5v Surecolor LED Fober-Optic w/reusable ear specula QTY: 8 Manufacturer: Welch Allyn Model: 23810-L Size: 13.1CM H x 7CM W x 5CM D Brand name or equal: Shall work with existing power handles The MacroView shall deliver twice the field of view at higher magnification. This shall make it easier to visualize the auditory canal and tympanic membrane. Better visualization shall help enhance learning, decision-making and patient outcomes. Shall provide a nearly complete view of the tympanic membrane. Shall include ability to adjust focus for variable ear canal length or farsighted eye Shall include fiber optics to produce cool light with not reflections and no obstruction Shall provide better clarity and definition of landmarks. Shall include twice the field of view and 30% greater magnification than traditional otoscopes One year warranty 2.75mm KleenSpec Disposable Ear Specula, 8500-Pack QTY: 1 Manufacturer: Welch Allyn Model: 52432-U Brand Name or Equal Include one case of 8,500 KleenSpec 2.75 mm Disposable Ear Specula Shall include within each case 10 Bags of 850. Each bag contains 25 sleeves, 34 Ear Specula per sleeve for use with MacroView Otoscopes, Diagnostic Otoscopes 4.25mm KleenSpec Disposable Ear Specula, 8500-Pack QTY: 1 Manufacturer: Welch Allyn Model: 52434-U Brand Name or Equal Include one case of 8,500 KleenSpec 4.25mm Disposable Ear Specula Shall include within each case 10 Bags of 850. Each bag contains 25 sleeves, 34 Ear Specula sleeve for use with MacroView Otoscopes, Diagnostic Otoscopes Coaxial Ophthalmoscope QTY: 8 Manufacturer: Welch Allyn Model: 23810-L Size: 13.1CM H x 7CM W x 5CM D Brand name or equal Shall include a Welch Allyn Coaxial Vision System facilitates ophthalmoscopy by enabling easier entry into the eye, a larger field of view, and reduced glare compared to standard ophthalmoscopes Shall include polarizing filer virtually eliminates corneal reflection Welch Allyn 3.5 V SureColor LED Coaxial Ophthalmoscope Shall be compatible with all existing Welch Allyn 3.5 V power sources Shall include 18 unique aperture/filter combinations for greater versatility Shall detect corneal abrasions with the cobalt blue filter Shall look for the traditional flat-top design One year warranty Home Pistol Cabinet w/key lock (1-Door) QTY: 2 Manufacturer: Precision Locker Company Model: STL11-120812K Size: 12 W x 12 H x 8 D Brand name or equal Wall mount single door pistol/handgun locker with key lock Shall feature welded steel construction with two interior compartments Shall include texture painted in two-tone Shall be a high security key which can be inserted in any position-up or down Gun safe shall fit on shelf (or similar surface) and anchored to wall Motorola T260 Two-Way Radio Kit (6 Pack) QTY: 5 Manufacturer: Motorola Model: T260 6-PACK Size: 12 W x 12 H x 8 D Brand name or equal Shall include six UHF band radios (three double packs) with up to a 25-mile range and featuring NOAA weather channels and alerts Shall feature 22 channels and 121 privacy codes offering a total 2,662 combinations Shall include NOAA weather radio Shall include a channel scan Shall offer hands-free communication provided by iVOX/VOX, which acts like a speakerphone Shall include 20 call tones to let others know its you when you begin transmission Shall include an Eco Smart feature which allows it to consume less power during its idle condition Shall include ability to communicate with other FRS/GMRS radios regardless of brand by being on the same channel and privacy code Shall be lightweight, compact, and durable radio comes packed with essential features Shall allows ability to choose a unique tone to transmit when you finish talking Shall include a keypad lock that prevents your personalized settings from being inadvertently changed The kit shall include the following items: 2x Motorola T260TP Two-Way Radio (white, 3 Pack) Y Cable Adapter with dual Micro-USB Connectors 3 x Belt Clips 3 x NiMH Rechargeable Batteries Single Cable Adapter Limited 1-Year Warranty Surge Protector w/15 Power Cord QTY: 20 Manufacturer: Tripp Lite Model: SPS415HGULTRA Size: 36 W x 33 H x 13 D Brand name or equal 60601-1 compliance, surge protection, integrated locking safety covers and a 15 ft. cord make this medical-grade power strip ideal for standalone use inside and outside patient-care vicinities Approved for standalone use in all patient-care vicinities Listed to UL 60601-1 and UL 60950-1 specifications 1410 joules of surge suppression 4 NEMA 5-15R-HG hospital-grade outlets with locking safety covers 15 ft. power cord with NEMA 5-15P-HG hospital-grade plug Anti-microbial coating 99.9% effective in inhibiting bacteria and viruses 120V, 50/60 Hz power strip complies with UL 60601-1 and UL 60950-1 specifications Automatic site fault detection which protects patients and staff Medical Grade Surge Strip (under worksurface mounted) QTY: 3 Manufacturer: Tripp-Lite UPC Code: 037332011152 Model: ISOBAR6ULTRAHG Brand name or equal Network-Grade 3330-Joule Surge Protection for Healthcare Environments: Protects your sensitive electronics against even the strongest surges and spikes Recommended for hospitals and other healthcare environments where hospital-grade plugs and outlets are desired Full normal mode (H-N) line surge suppression Not approved for use in patient-care vicinities 6 Hospital-Grade Outlets Accept wide range of electronic devices 6 NEMA 5-15R-HG AC outlets accept most computer, network and telecom equipment Outlets accommodate up to 3 bulky transformers without blocking other outlets Included safety covers block accidental contact with unused outlets Isolated Filter Banks Provide Extra Protection Outlets arranged in 3 exclusive isolated filter banks to limit noise interaction among connected equipment Blocks disruptive EMI/RFI line noise up to 80 dB than can cause equipment damage or data loss Combine large toroidal chokes, ferrite rod-core inductors, HF/VHF capacitors and metal oxide varistors to block interference Premium Safety Features Lighted on/off switch with transparent safety cover provides one-touch control over connected equipment Automatic shutoff permanently cuts power to outlets if protection circuit is incapacitates, preventing equipment damage and indicating replacement is required Diagnostic LEDs confirm power, protection and line fault status at a glance Conforms to current UL 1449 3rd edition, UL 1363 and cUL safety standards Fits effortlessly into your workstation 15 ft. AC power cord with hospital-grade NEMA 5-15P-HG plug reaches distant outlets Keyhole slots on bottom panel provide convenient wall or desk mounting options Rugged all-metal housing for long life in demanding environments HDDB15M to HDDB15F VGA Monitor Extension Cable-25 feet QTY: 20 Manufacturer: Belkin Model: F2N025-25 Brand name or equal VGA monitor extension cable One male DB15 connector on the first side One female DB15 connector on the second side Flextec cable jacket is very durable and extremely flexible for use in tight areas 25 feet long, PVC premold encapsulates individual conductors to ensure electrical isolation and relieve stress VGA to DVI-A Adapter QTY: 20 Manufacturer: Belkin Brand name or equal Delivers signal faster and stronger with high-speed, digital data transmission Supports both VGA to DVI-A and DVI-A to VGA Installs easily with thumb screws and barrel nuts Reduces electromagnetic/radio frequency interference with full undermold-sheilded construction Comes with a Belkin Lifetime Warranty 4K HDMI Cable 15 (male to male. 15 feet, black, 4K 60 Hz, high speed 18Gbps, in-wall CL3 rated) QTY: 3 Manufacturer: Blue Rigger Model #: HDMI-1.4-CL3-BL-15FT Brand name or equal Shall include a In-Wall Series that includes a fire-resistant PVC Jacket, and availability in length of 15ft. Shall be CL3 rated cable ideal for in-wall installation Shall support latest HDMI standard- 4K, UHD, 3D, Audio return channel (ARC), category 2 certified, 18 Gbps/ 600 MHz refresh rate, 2160p, 1080p, 48 bit deep color, ethernet and is backwards compatible with earlier versions Shall include reliable construction made of durable, high-quality build protects against corrosion while maximizing signal strength 100% pure copper conductors, triple cable shielding, 24K Gold-plated full metal jacket connectors Shall be compatible with all HDMI components-connect blu-ray player, apple tv, xbox one, PS4, Roku, and laptops with HDMI output to 4K UHD tv, projectors, A/V receiver, etc. Shall include a limited lifetime warranty and US-based customer support Shall be made of a PVC outer layer that protects from physical strain, external interference & maintains efficiency of the digital signal Shall include a full metal jacket connector provides strength, durability and prevents interference as compared to other cables Shall be built with 100% pure oxygen free solid copper strands that maximize signal strength and video quality Shall include high density triple layer shielding to maintain integrity and purity of digital sound Shall be gold plated, corrosion-resistant connectors deliver optional signal transfer with minimum distortion Cables shall be ATC (Authorized Testing Center) certified to support all resolutions up to 2160p White Noise Machine QTY: 50 Manufacturer: Marpac Model: Dohm Classic MP MP3500350 Size: 5.8 W x 5.8 D x 3.2 H Brand name or equal Fan-based white noise is a natural sleep aid Masks background noises for a better night s sleep Shall include to speeds for widely adjustable tone and volume Hotel Cart QTY: 1 Size: 49 W x 25.5 D x 69 H Model: MCL207S Brand name or equal Stainless steel finish High quality stainless steel luggage cart Full wrap-around bumper 1.5 tubing 8 inflatable wheels 1500 LBs capacity Black carpet deck Steel frame base Wire 100E Standard Wire Mobile Laundry Cart, 2.5 Bushel, Chrome QTY: 1 Manufacturer: R&B Wire Dimensions: 26.5 L x 22 W x 11 D x 27 H Model: 100CEC Brand name or equal Finish: bright chrome Heavy duty basket plated in bright chrome Round tubular base plated in bright chrome Multiple awards may be made resulting from this sources sought. If a vendor can t provide all of the required items, please identify which items they will provide in their response. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by August 11, 2020 at 9:00 am EST time. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7b2f3aab9c7046dd9dadde75fe117cd7/view)
- Place of Performance
- Address: 200 Edison Road, Orange, CT 06477, USA
- Zip Code: 06477
- Country: USA
- Zip Code: 06477
- Record
- SN05745267-F 20200806/200804230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |