DOCUMENT
65 -- VA258-17-Q-0060 MIDMARK BLDG 80 - Attachment
- Notice Date
- 3/3/2017
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25817Q0060
- Response Due
- 3/8/2017
- Archive Date
- 3/13/2017
- Point of Contact
- Derrick Fletcher
- E-Mail Address
-
k.fletcher@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Combined synopsis /solicitation for commercial items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA258-16-Q-0060 and is issued as an invitation request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-94 01/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees. This requirement is a Full and Open without exclusions and only qualified offerors may submit bids. The solicitation pricing on posting should be consistent with the attached price cost schedule. The following NAICS will also be considered for this solicitation: 339112 - Surgical and medical instrument manufacturing 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing 339113, Surgical Appliance and Supplies Manufacturing 339114, Dental Equipment and Supplies Manufacturing 334519, Other Measuring and Controlling Device Manufacturing The date this solicitation is posted and will end on (close date) 16:00:00.0 Eastern Time or as otherwise displayed at www.FBO.gov. Bid packages shall be e-mailed to derrick.fletcher@va.gov before the solicitation close date and time. Include a copy of your VIP Verified Businesses certificate as listed on https://www.vip.vetbiz.gov/ The order of selection and priority will be SDVOSB, VOSB and other Small Businesses. Failure to present VIP Verified Businesses certificate with RFQ package will be cause to declare bidders technically unacceptable. The Department of Veteran Affairs, VHA requires the following items, Purchase Description Determined by Line Item, to the following: SOW/Price Cost schedule Scope of Work GENERAL 1.1 Scope of Work 1.1.1 All material and equipment necessary to furnish the related components as indicated or specified. 1.2 Quotation Documents 1.2.1 Furniture Specification and Schedule 1.2.2 Drawings: Vendor Drawings 1.3 Performance Requirements 1.3.1 The specification covers the requirement for freestanding and wall mounted 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. 1.3.2 All 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. 1.3.3 The manufacture shall provide and be responsible for the technical assistance, development and generation for final specifications. 1.3.4 The manufacturer will provide a limited lifetime warranty provide manufacturer s standard limited warranty for the items listed below. All warranty items should include, covering parts, and shipping. Door and drawer fronts, casters, 5 years. Task lights, 3 years. Laminate top surface and accessories, 1 year. 1.3.5 The Bid winner shall be able to visit the site and have physical response to any issues within twenty-four hour notice from End Users. 1.4 Testing Requirements 1.4.1 All 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. 1.4.3 All lighting shall be UL approved. 1.4.4 Any 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. 1.5 Submittals 1.5.1 Submittals required with the Bid are as Follows: 1.5.2.1 Submit price list for all products and services Bid 1.5.2.2 Submit complete test results 1.5.2.4 Submit shop drawings, complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing. 1.5.2.5 Submit all warranties and maintenance manuals to owner. 1.6 Delivery, Storage and Handling of Materials 1.6.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. 2.0 PRODUCT 2.1 General 2.1.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 2.1.2 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. 2.2 Modular Casework Midmark, Synthese Casework Collection 2.2.1 Sizes and Configuration: As indicated on the Drawings 2.2.2 Metal finish premium powdercoat, baked-on epoxy. 2.2.3 Metal Finish 7 mil high performance finish applied to powdercoated steel frame. Color to match VA standard 216 Pebble 2.2.4 Casework to be individual, interchangeable, integral, modular units. 2.2.5 Cabinets to be 18 gauge cold rolled steel. Multi-piece shell and frame design; riveted and press joined (Tog-L-Log) 2.2.6 Filler and Trim manufacturer s standard coordinated components. 2.2.7 Door Construction panel style is renew panel style. 2.2.8 Reveal on door is 1mm reveal from the edge of the frame. 2.2.9 Hinges to be standard blum, concealed, self-closing, 110 degree opening, nickel-plated metal, clip-on mount, three adjustment points. 2.2.10 Pulls to be integrated front pull design (over style) recessed clear Snap-On handle with interchangeable color strips 2.2.11 The deep drawer construction: One piece molded polystyrene drawer bodies with rounded corners. 2.2.12 Front and back of drawers are 12 mil seamless polymer-covered front; melamine back. 2.2.13 Drawer reveal: 1 mm reveal from the edge of the frame. 2.2.14 Drawer pulls are recessed clear Snap-On handle with interchangeable color strips. 2.2.15 Adjustable shelving 18 gauge cold rolled steel, painted to match cabinet color; manufacturer s standard die cast zinc support clips. 2.2.16 Locks on doors under the sink cabinet are individually mounted, cam style lock removable lock plug. Locks keyed alike with two keys per lock. 2.2.17 Countertops, Solid Surface: shall be anti-microbial surface. Horizontal surfacing; 0.5 inch thick, matte finish; EOS Cupron material 0.375 in thick. Manufacturer: Dupont Corian 2.5 Accessories 2.5.1 Accessories shall match finishes of other Conventional Furniture items with the same location. Delivery and Shipping Information All items quoted must be F.O.B. destination. All items shall be shipped to the following location: Southern Arizona VA Health Care System Building 14 3601 S. 6th Ave Tucson, AZ 85723 Items Required for Submission of Quotes All of the following items are to be submitted by the vendor no later than RFQ closing date. Evaluation Factors (SEE ATTACHED) The Government will make the award based to the vendor who is able to provide all of the required items at the lowest total price. Required Items match the following example Product Number Description Manufacturer Quantity Required 0001 Midmark: Countertop Corian Top Standard Color, 25"D Str.Top,36-48"W 294-Sandstone LOCAL STOCK NUMBER: C04825.CABB 1.00 EA 0002 Midmark: Base Exam Sink Open Back 36Wx36Hx24D LH door 3-4"Drawer, 1-8"Drawer, renew panel LOCAL STOCK NUMBER: BE06.3624 1.00 EA 0003 Midmark: Pebble Care Kit Item Number: 002-1913-00-793(PVC Free) LOCAL STOCK NUMBER: 002-1913 1.00 EA 0004 Midmark: Overhead Standard 36Wx24hx14D Dbl Door Adj,Shelf Renew Panel LOCAL STOCK NUMBER: OA23.3614 4.00 EA 0005 Midmark: Overhead LH Slope Top End LOCAL STOCK NUMBER: AO12.0114 4.00 EA 0006 Midmark: Overhead RH Sloping Top End 14D LOCAL STOCK NUMBER: AO11.0114 4.00 EA 0007 Midmark: Overhead Sloping Top 48W x 14D LOCAL STOCK NUMBER: AO10.4814 4.00 EA 0008 Midmark: Countertop Standard Top 25" Str.Top, 36-48"W 294 Sandstone LOCAL STOCK NUMBER: CO4825 1.00 EA 0009 Midmark: Base Exam Sink open Back 36w x 36H x 24D 3-4"Drawer 1-8"Drawer RH Dr Renew Panel LOCAL STOCK NUMBER: BE05.3624 1.00 EA 00010 Inside delivery at end user location, debris removal. Only for CLINS 0001-0009 1.00 JB B0001 Midmark 625 barrier free power exam table w/receptable, pelvic tilt, drawer heater, power height, power backrest, 18" low height, 37" high height, 650lb capacity, hand and foot control standard, patie LOCAL STOCK NUMBER: 625-001 24.00 EA B0002 Upholestry top, 28" wide premium, shadow. LOCAL STOCK NUMBER: 002-0874-232 24.00 EA B0003 Ritter 244 barrier free power treatment table, power height, power backrest, power trendelenburg and reverse trendelenburg tilt, 18" low height, 34" high height, 850lb capacity, patient transfer posit LOCAL STOCK NUMBER: 244-001 1.00 EA B0004 Upholestry top, seamless, shadow. LOCAL STOCK NUMBER: 002-0861-232 1.00 EA B0005 Inside delivery and setup at end user location, debris removal. Only for CLINS B0001-B0004 1.00 JB ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by e-mail to derrick.fletcher@va.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be freight on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (see attached for location) This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and Also see attached documents. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0060/listing.html)
- Document(s)
- Attachment
- File Name: VA258-17-Q-0060 VA258-17-Q-0060_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3314640&FileName=VA258-17-Q-0060-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3314640&FileName=VA258-17-Q-0060-000.docx
- File Name: VA258-17-Q-0060 VA258-17-Q-0060.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3314641&FileName=VA258-17-Q-0060-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3314641&FileName=VA258-17-Q-0060-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-17-Q-0060 VA258-17-Q-0060_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3314640&FileName=VA258-17-Q-0060-000.docx)
- Place of Performance
- Address: Southern Arizona VA Health Care System;3601 S 6th Ave.;Tucson AZ
- Zip Code: 85723
- Zip Code: 85723
- Record
- SN04422603-W 20170305/170303234854-e5e457d56538575e83b54049a401972c (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 |