Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2016 FBO #5377
DOCUMENT

71 -- 519-16-3-042-0081 BEHAVIORAL HEALTH GRADE FURNITURE & INSTALLATION - Attachment

Notice Date
8/11/2016
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);707 East 3rd Street;Big Spring TX 79720
 
ZIP Code
79720
 
Solicitation Number
VA25816N0786
 
Response Due
8/16/2016
 
Archive Date
9/15/2016
 
Point of Contact
Hector Lopez
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NCO18 Contracting Office is seeking Service Disabled Veteran Owned Business (SDVOSB) sources capable of providing the equipment and installation listed below for the Amarillo Veterans Affairs Healthcare System Hospital. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12 & 13. NOTE: TO QUALIFY SDVOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION DATABASE (VIP). Behavioral Health Grade Rated Chairs and Installation STATEMENT OF WORK & TECHNICAL SPECIFICATIONS 1.1Scope of Work 1.1.1All labor, material equipment and services necessary to furnish and install all furnishings and related components as indicated or specified. 1.2Performance Requirements 1.2.1The specification within the quotations provided cover the requirement for system furnishings. The minimum acceptable requirements for manufacturer's extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. Failure to meet the minimum acceptable requirements may result in disqualification of the bid. 1.2.2All furnishings shall be of a design, material and workmanship to withstand hard 7 day usage over an extended life with a minimum or maintenance and repair. Furnishings must be rated as behavioral health furniture. 1.2.3The manufacture shall provide and be responsible for the technical assistance, development and generation for final specifications. 1.2.4The manufacturer will provide a limited lifetime warranty for all system products, covering parts, labor, and shipping. A 10-year warranty shall be provided on all electrical components, electrical accessories and fixed task lighting, excluding under floor power. A limited lifetime warranty shall be provided user-adjustable work surfaces mechanisms; thermofused laminates; slow-close mechanisms; ambient and flexible task lighting; horizontal glass or thermoplastic table assemblies All warranty items include, parts, shipping, and labor, shall be covered by the manufacturer/dealership. 1.2.5The Bid winner shall be able to visit the site and have physical response to any issues within twenty-four hour notice from End Users. 1.2.6The Bid winner shall visit the site and field verify all conditions and dimensions before production of product. 1.3Testing Requirements 1.3.1All tests indicated herein must be conducted by an independent testing laboratory. Test results must not be more than two years old. Test reports should include complete descriptions of the material and construction, certified by the testing laboratory. 1.3.3All lighting shall be UL approved. 1.3.4Any test which in not performed or not in accordance with the testing requirements specified shall be identified by the Bidder as a proposed exception and shall be submitted for prior approval. 1.3.5Casters shall withstand 100,000 revolutions. 1.4Submittals 1.4.1Submittals required for Bids are proposed alternate products and exceptions to the Contract Documents. 1.4.1.1Submit complete literature, data, warranties, cut sheets, finishes, shop drawings, samples, and a direct comparison to the product specified for each proposed alternate product. 1.4.2Submittals required with the Bid are as Follows: 1.4.2.1Submit price list for all products and services Bid 1.4.2.2Submit complete test results 1.4.2.3Submit and estimate of man- hours required for installation 1.4.2.4Submit shop drawings, complete manufacturer's product specification and any drawings and samples required for approval prior to commencement of manufacturing. 1.4.2.5Submit all warranties and maintenance manuals to owner. 1.5Delivery, Storage and Handling of Materials 1.5.1Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. 1.5.2Bid Winner is responsible for storing product in their warehouse until the job site is ready for installation. 1.5.2.1Product shall be stored flat in a cool, dry place 1.5.2.2Do not subject to moisture. 1.5.3Deliver no components to project site until areas are ready for installation 2.1General 2.1.1All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 2.1.2Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. 2.1.3Chairs must be behavioral health rated. 2.1.4 Minimum requirements: -modular designs with no removable pieces -weighted to reduce ease of movement -constructed with tamper-proof fasteners and glides -hard arms for greater pick resistance -closed arm panels -heavy duty vinyl for easy cleaning and ability to withstand hard use -minimum of 21" seat - 24" seat preferred -19 mid back chairs -19 high back chairs -1 high back bariatric 30" seat -1 mid back bariatric 30" seat -Field replaceable components 2.1.5 Sample chairs below - sample only, other designs that meet requirements are welcome 3.0EXECUTION 3.1Surface conditions 3.1.1Inspection 3.1.1.1Prior to work of this Section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 3.1.1.2Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards. 3.1.1.3In the event of discrepancy, immediately notify the Designer. 3.1.1.4Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.2Installation and Workmanship 3.2.1Coordinate installations per construction schedule. 3.2.2All installation methods shall be in accordance with the printed instructions of the manufacturer. 3.2.3Install level, plumb, and secure at proper location according to Floor Plans. 3.2.4Each item must be clean and free from dust, packing marks, tags, labels, etc. 3.2.5All "punch list" items must be completed prior to acceptance by the Owner 3.2.6Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner. 3.2.7Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 3.2.8Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 3.2.9Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time. 3.2.10 Installer is responsible for providing all tools and equipment that is needed for installation. Owner will not provide tools and/or equipment. 3.2.11All Installers are responsible for checking into Facilities prior to installing and obtaining temporary badges. 3.2.12Installers must following the standard VA code of conduct at all times while on VA property. 3.4Work Required by Others 3.4.1All work required by other trades shall be identified under this section by the Bidder. ITEMS INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNIT 0001CHAIRS RATED AS BEHAVIORAL HEALTH APPROPRIATE 42.00EA 0002INSTALLATION1.00JB The North American Industry Classification System (NAICS) is 337214. This NAICS code must be included in the SBA vendor's profile. Any SDVOSB firms who wish to identify their interests and capability to provide this product must provide product specifications and delivery information by notifying the Contract Administrator no later than 12:00 NOON Central Standard Time, August 16, 2016. Such notification must include any documentation that includes certification to distribute the product. Notification shall be e-mailed to Hector Lopez, Contract Specialist, hector.lopez@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWTHCS519/VAWTHCS519/VA25816N0786/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-16-N-0786 VA258-16-N-0786.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2936380&FileName=VA258-16-N-0786-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2936380&FileName=VA258-16-N-0786-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Big Spring VA Healthcare System;300 Veterans Blvd.;Big Spring;TX
Zip Code: 79720
 
Record
SN04220587-W 20160813/160811235734-3b6e2b62b24ffbe0091446ec7e15d022 (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.