DOCUMENT
71 -- Workstations and Storage Components KI - Brand Name or Equal - Attachment
- Notice Date
- 2/19/2015
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;NETWORK CONTRACTING OFFICE 2;76 VETERANS AVENUE;BATH, NY 14810
- ZIP Code
- 14810
- Solicitation Number
- VA52815Q0120
- Response Due
- 2/25/2015
- Archive Date
- 4/26/2015
- Point of Contact
- EDWARD LYKE
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS/SOLICITATION ISSUED February 19, 2015 PART: U.S. Government Procurements SUBPART: Supplies, Equipment, and Materials CLASS CODE: 71- Office Furniture OFFADD: Stratton VA Medical Center 113 Holland Ave, Albany, NY 12208 SUBJECT: Workstations and Storage Components SOL: VA528-15-Q-0065 DUE: February 25, 2015 POINTS OF CONTACT: Edward Lyke, edward.lyke@va.gov WEB ADDRESS: http://vaww.visn2.med.va.gov/ DESCRIPTION: This is a combined synopsis solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Proposals are being requested for Request for Proposal (RFQ), VA528-15-Q-0120 for the following: Receive, delivery and installation of specified workstations and storage components (see attached SOW) Solicitation VA528-15-Q-0120 is issued by Stratton V.A. Medical Center 113 Holland Ave, Albany, NY 12180 who anticipates not conducting discussions with offerors submitting quotations under the subject solicitation and reserves the right to make contract award based on the initial offer submitted. Requirements may be added by future amendments to this solicitation. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Only offers from companies with a valid GSA schedule contract or GSA teaming agreements for these items will be accepted. Furthermore, IAW FAR 19.5 Set-Asides for Small Business, this solicitation will be set aside to small businesses with valid GSA schedule contracts or valid GSA teaming agreements. SYNOPSIS/SOLICITATION Proposals must be received no later than 2:00 pm, EST on Wednesday February 25, 2015. Offers may be submitted via email to Edward Lyke, edward.lyke@va.gov. When submitting offers, please note the solicitation number VA528-15-Q-0120 in subject line of the email. Please note that the offeror assumes all risk for any delay in the transmission of their proposals. Any offers received after the 2:00 PM EST deadline will not be considered. All offerors are encouraged to review FAR 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS and Internal Instruction, INT L2.11-4, E-MAIL QUOTATIONS and to submit their proposals early. ? Statement of Work Workstations / Storage - Building 5 I.INTENT This is a Statement of Work for the acquisition of 8 Office Workstations for the Behavioral Health Recovery Center of the Department of Veterans Affairs Albany, NY Area. The project is located at 330 Myrtle Avenue; Albany, NY 12208. All work is to be performed within Building 5 of the Albany, NY VAMC. II. PROJECT SCOPE AND DESCRIPTION A. Overview This project will consist primarily of receive, delivery and installation of specified workstations and storage components to VAMC- Building 5. All work is to be completed during regular business hours and may require multiple trips to complete all installations. The Contractor shall submit a schedule for approval. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. The Contractor will be responsible for the coordination for parking and unloading within the receiving area of the building. B. Scope The project consists of 4 types of workstations and 3 different storage components/accessories for the Behavioral Health Recovery Center offices and common areas of Building 5. (1) Fixed Height Workstations Typ. 1 shall include*: KI 700 Series Desking System "or equal" workstation comprised of 24"x72" fixed height desk shell, 72"overhead door component with tackboard and tasklight, B/B/F (box, box, file drawer configuration) pedestal on right and center drawer with D Shaped return 30" x 48" which shall consist of a work surface, level connector and a 0.066" thick wall tubular leg. Desk Shell shall have no modesty panels to allow complete access to building services such as electrical and data outlets. End panels shall be of double wall steel construction. Outer panel shall be 20-gauge with double flanges formed on the vertical edges and single flanges formed on the top and bottom edges. Reinforcing members shall be welded into place to provide structural integrity. All metal components shall be powder coated in Bronze Metallic Color "or equal". Work surface shall be 1-1/4" thick and shall consist of particleboard core with plastic laminate surface in Cherry Storm or equal. Edge treatment shall be 2mm PVC to match laminate top. All tops shall be pre-drilled for mounting offend panels, wire management channel, return connectors and pedestals. Overhead cabinet shall be closed style in steel and be fabricated from 20-gauge steel for top, bottom and shelf and side panels. Overhead shall lock and be keyed the same as the pedestal. Task lights shall suspend from the underside of the cabinet. Tackboard in Naturalize Butterscotch fabric "or equal" shall be provided to close the back of the overhead storage and offer a tackable surface. All pedestals shall be of the 700 Series Curved style or "equal". The pedestal body shall be one piece wrap around design using 20 gauge C.R.S. Pedestals shall have 2 - 6" box drawer and 1 - 12" file drawer with lock to keyed alike with overhead. The drawer pulls shall be contrast paint colored in Wet Sand "or equal". The box drawers shall operate on a ¾ travel, 2-Section slide assembly with hardened steel ball bearings. Slides shall be zinc plated. File drawers shall operate on full extension, 3 section slide assemblies. (1) Fixed Height Workstations Typ. 2 shall include*: KI 700 Series Desking System "or equal" workstation comprised of 24"x48" fixed height desk shell, 48"overhead door component with tackboard and tasklight, B/B/F (box, box, file drawer configuration) pedestal on left. Desk Shell shall have no modesty panels to allow complete access to building services such as electrical and data outlets. End panels shall be of double wall steel construction. Outer panel shall be 20-gauge with double flanges formed on the vertical edges and single flanges formed on the top and bottom edges. Reinforcing members shall be welded into place to provide structural integrity. All metal components shall be powder coated in Bronze Metallic Color "or equal". Work surface shall be 1-1/4" thick and shall consist of particleboard core with plastic laminate surface in Cherry Storm or equal. Edge treatment shall be 2mm PVC to match laminate top. All tops shall be pre-drilled for mounting offend panels, wire management channel, return connectors and pedestals. Overhead cabinet shall be closed style in steel and be fabricated from 20-gauge steel for top, bottom and shelf and side panels. Overhead shall lock and be keyed the same as the pedestal. Task lights shall suspend from the underside of the cabinet. Tackboard in Naturalize Butterscotch fabric "or equal" shall be provided to close the back of the overhead storage and offer a tackable surface. All pedestals shall be of the 700 Series Curved style or "equal". The pedestal body shall be one piece wrap around design using 20 gauge C.R.S. Pedestals shall have 2 - 6" box drawer and 1 - 12" file drawer with lock to keyed alike with overhead. The drawer pulls shall be contrast paint colored in Wet Sand "or equal". The box drawers shall operate on a ¾ travel, 2-Section slide assembly with hardened steel ball bearings. Slides shall be zinc plated. File drawers shall operate on full extension, 3 section slide assemblies. (6) Fixed Height Workstations Typ. 3 & Typ. 4 shall include*: KI 700 Series Desking System "or equal" workstation comprised of 24"x72" fixed height desk shell, 72"overhead door component with tackboard and tasklight, F/F (file, file drawer configuration) pedestal on right for Typ. 3 and left for Typ. 4 and center drawer. Desk to have return 30" x 54" with B/B/F (box, box, file drawer configuration) pedestal on left for Typ. 3 and right for Typ. 4. Desk and return shells shall have no modesty panels to allow complete access to building services such as electrical and data outlets. End panels shall be of double wall steel construction. Outer panel shall be 20-gauge with double flanges formed on the vertical edges and single flanges formed on the top and bottom edges. Reinforcing members shall be welded into place to provide structural integrity. All metal components shall be powder coated in Bronze Metallic Color "or equal". Work surface shall be 1-1/4" thick and shall consist of particleboard core with plastic laminate surface in Cherry Storm or equal. Edge treatment shall be 2mm PVC to match laminate top. All tops shall be pre-drilled for mounting offend panels, wire management channel, return connectors and pedestals. Overhead cabinet shall be closed style in steel and be fabricated from 20-gauge steel for top, bottom and shelf and side panels. Overhead shall lock and be keyed the same as the pedestal. Task lights shall suspend from the underside of the cabinet. Tackboard in Naturalize Butterscotch fabric "or equal" shall be provided to close the back of the overhead storage and offer a tackable surface. All pedestals shall be of the 700 Series Curved style or "equal". The pedestal body shall be one piece wrap around design using 20 gauge C.R.S. Pedestals shall be either B/B/F or F/F as indicated on the drawings and be keyed alike with overhead. The drawer pulls shall be contrast paint colored in Wet Sand "or equal". The box drawers shall operate on a ¾ travel, 2-Section slide assembly with hardened steel ball bearings. Slides shall be zinc plated. File drawers shall operate on full extension, 3 section slide assemblies. (7) Bookcases shall include*: Metal bookcases shall be 30" x 15" x 42-5/16" with 2 adjustable shelves. Paint finish to be Bronze metallic "or equal". It shall be constructed of components consisting of top, bottom, sides, back, uprights, bottom and top reinforcements, spot welded and MIG welded together. Bookcase shall have laminate top and edge to match work surfaces in workstations specified above; Cherry Storm "or equal". (11) Storage Cabinets shall include*: Double door storage cabinets shall be 30" x 18" x 39-1/4" with 2 adjustable shelves, locking with key to match other KI product in the room. (See floorplan) Paint finish to be Bronze metallic "or equal". It shall be constructed of components consisting of top, bottom, sides, back, uprights, bottom and top reinforcements, spot welded and MIG welded together. Storage cabinet doors feature double wall construction. 22-gauge cold rolled steel (C.R.S.) outer and inner panels are sandwiched together, spot welded and riveted to form a rigid assembly. A full height integral pull further strengthens each door. 110 ° European hinges prevent the doors from contacting an adjacent cabinet door or drawer and provide 3-way adjustment. Storage Cabinets shall have laminate top and edge to match work surfaces in workstations specified above; Cherry Storm "or equal". (1) Laminate top shall include*: Laminate top 36" x 18" to match tops provided for bookcases and double door cabinets above in Cherry Storm "or equal" to go on existing cabinet already on site in Building 5 Group Room. * Refer to workstation typical drawing attached as separate item. Workstations Bldg5 Dwgs._1.pdf KI 700 Series and 700 Curved Series as manufactured by Krueger International or Equal- FAR 52.211-6 Brand Name or Equal. Must meet salient characteristics outlined above when quoting an "or equal" item. "Or equal" items quoted should be similar to the requested dimensions, color scheme, function, and quality. "Or equal" products must include manufacturer's product brochure including specification information and all proposed finish selections. Actual finish samples if quoting an "or equal" item must be submitted for review by VA Interior Design for technical and aesthetic review. FAILURE TO CLEARLY NOTE THAT THE PRODUCTS BEING QUOTED ARE THE REQUESTED BRAND NAME, OR FAILURE TO SUPPLY "OR EQUAL" PRODUCTS' SPECIFICATIONS AND INFORMATIONAL LITERATURE SHALL CONSTITUTE A "NON-RESPONSIVE" BID AND WILL NOT BE FURTHER EVALUATED FOR AWARD. C. DELIVERABLES. See Scope D. PERIOD OF PERFORMANCE. Contract shall be completed within 75 days after contract awarded. E. PLACE OF PERFORMANCE. Department of Veterans Affairs Stratton VA Medical Center 113 Holland Avenue (Building 5 located at 330 Myrtle Avenue) Albany, NY 12208 F. OPERATIONAL HOURS. Facility will be available for installation between the hours of 0830 and 1600 Monday, Tuesday and Thursday, excluding Federal Holidays. G. GOVERNMENT-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITIES PROVIDED. N/A H. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Performance Work Statement to include the additional new/ refurbished furniture. I. SECURITY REQUIREMENTS. 1. Installation passes. The contractor will coordinate for the issuance of required installation passes to contractor personnel. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 2. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. 3. Company will return all issued US Government installation badges and passes when the contract is completed. 4. In addition to the changes otherwise authorized by the changes clause of this contract, should the security condition change at any facility, the Government may require changes in contractor security requirements. J. NON-PERSONAL SERVICE STATEMENT. Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and perform the inspection and acceptance of the completed work. K. Contract Officer Representative (COR). The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the resulting order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/VA52815Q0120/listing.html)
- Document(s)
- Attachment
- File Name: VA528-15-Q-0120 VA528-15-Q-0120.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1873463&FileName=VA528-15-Q-0120-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1873463&FileName=VA528-15-Q-0120-000.docx
- File Name: VA528-15-Q-0120 P11 Workstations Bldg5 Dwgs._1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1873464&FileName=VA528-15-Q-0120-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1873464&FileName=VA528-15-Q-0120-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-15-Q-0120 VA528-15-Q-0120.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1873463&FileName=VA528-15-Q-0120-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;STRATTON VA MEDICAL CENTER;330 MYRTLE AVENUE (BLDG 5);ALBANY, NY
- Zip Code: 12208
- Zip Code: 12208
- Record
- SN03646557-W 20150221/150219235621-26a460448abaed74c3a7dbac0ca01971 (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 |