Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2017 FBO #5626
DOCUMENT

71 -- FBO- VA258-17-N-0333 FURNITURE RECONFIG - Attachment

Notice Date
4/17/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817N0333
 
Response Due
4/20/2017
 
Archive Date
4/30/2017
 
Point of Contact
SUBMIT RESPONSES AS OUTLINED IN THE SOW
 
E-Mail Address
OLICITATION
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE: This is NOT a request for proposals. A solicitation will not be issued at this time. The intent of the procurement is to award a firm-fixed price contract. The Statement of Work (SOW) defines the effort required for the purchase and delivery. STATEMENT OF WORK SCHEDULE TITLE: Building T57 Furniture Reconfiguration SCOPE OF WORK All labor, material equipment and services necessary to furnish and install all furnishes and related components as indicated or specified. EXAMPLE/REFERENCE SCHEDULE ITEM 1.2.1 Reference Haworth Items are as follows: STOCK NO. ITEM NO./DESCRIPTION QUANTITY UNIT 6745-0025 1 Adaptable, Task Light Hangar Bars 5 EA 6745-0025 2 Adaptable, Task Light Hangar Bars 5 EA FDRF-3 3 UniGroup,Upper Storage,Flipper Door,36"W,Fabric (WZ),WZ-1,TR-G,TR-G TRAFFIC GRD B|JAM GRD B|GRAY TONE GRD A|GRAY TONE GRD A| 5 EA HFN-3664 4 UniGroup,Upper Storage,Flipper Door,48"W,Fabric TRAFFIC GRD B|JAM GRD B|GRAY TONE GRD A|GRAY TONE GRD A| (WZ),WZ-1,TR-G,TR-G 14 EA HFP-3664 5 Places,Straight Fabric Panel,Power 36In.Wx64InIn.H,Ptd Top Cap,3 Cir,332,Base Trim,Asmb TRAFFIC GRD B |JAM GRD B|TRAFFIC GRD B|JAM GRD B| GRAY TONE GRD A|GRAY TONE | GRD A (WZ),WZ-1 (WZ),WZ-1,TR-G,TR-G 6 EA WUCR-3636-LTS SAN44 6 Worksurface,Corner 90 Deg Wrap,36Dx36W,Lam,TMold,Std Core,Notched,24,24 QUAIL NEST GRD A GRAY TONE GRD A|,H-EC,HP-62 2 EA WURA-2460-LTS SA 7 Worksurface, Rect,24Dx60W,Lam,TMold,Std Core,Notched QUAIL NEST GRD A|GRAY TONE GRD A|,H-EC,HP-62 2 EA WURA-2472-LTS SA 8 Worksurface, Rect,24Dx72W,Lam,TMold,Std Core,NotchedQUAIL NEST GRD A|GRAY | TONE GRD A,H-EC,HP-62 1 EA ZEBD-1600-PP 9 Unigroup/Too/Places,Cntlvr Brkt,Standard,16.5In.D,BH 15 EA M231-1741 10 Improv H.E. Midbk, Fab Uph Plstc Bk, Plstc Bse, Tlt Lk, Adj Arm, Hd Cstrs, ARC COM MOON BEAM BARK|GRAY TONE GRD A|,7F-APA,TR-G 4 EA JPMH-24-SG 11 X Series,Pedestal,Mobile,B/B/F,24"D,PtdDrwFrt, Stl Lkrl,Integral Pull,Cstr,Stl Top GRAY TONE GRD A|CHROME GRD A|,TR-G,LR-BP 3 EA 6745-0025 12 Adaptable, Task Light Hangar Bars 4 EA FDRF-3 13 UniGroup,Upper Storage,Flipper Door,36"W,Fabric TRAFFIC GRD B|JAM GRD B|GRAY TONE GRD A|GRAY TONE GRD A| (WZ),WZ-1,TR-G,TR-G 7 EA HFN-3664 14 Places,Straight Fabric Panel,No Power 36In.Wx64InIn.H,Ptd Top Cap,Base Trim,Asmb TRAFFIC GRD B|JAM GRD B| TRAFFIC GRD B|JAM GRD B|GRAY TONE GRD A|GRAY TONE | GRD A (WZ),WZ-1 (WZ),WZ-1,TR-G,TR-G 9 EA JLPD-0230-SJ 15 X Series,27.5"H x 30"W,Lateral File,File,Ptd Drawer Front,Proud,Ptd Lock Bar,Freestanding,J Pull,TchLtch,Glides GRAY TONE GRD A |CHROME GRD A|,TR-G,LR-BP 3 EA LUTS-0030-16U UEP 16 Adaptable, Task Light, 30In., 72In. Cord,Stl, Prismatic 7 EA SR-3 17 UniGroup,Upper Storage,Regular Shelf,36"W GRAY TONE GRD A|GRAY TONE GRD A|GRAY TONE GRD A,V-8L,TR-G,TR-G 7 EA WT-60 18 Wall Track 60In.GRAY TONE GRD A |,H-EC,HP-62 | 14 EA WUCR-3636-LTS SAN44 19 Worksurface,Corner 90 Deg Wrap,36Dx36W,Lam,TMold,Std Core,Notched,24,24 QUAIL NEST GRD A |GRAY TONE GRD A|,H-EC,HP-62 4 EA WURA-2448-LTS SA 20 Worksurface, Rect,24Dx48W,Lam,TMold,Std Core,Notched QUAIL NEST GRD A|GRAY TONE GRD A|,H-EC,HP-62 4 EA WURA-2460-LTS SA 21 Worksurface, Rect,24Dx60W,Lam,TMold,Std Core,Notched QUAIL NEST GRD A|GRAY TONE GRD A|,H-EC,HP-62 3 EA ZEBD-1600-PL 22 Unigroup/Too/Places,Cntlvr Brkt,Standard,16.5In.D,LH 11 EA ZEBD-1600-PP 23 Unigroup/Too/Places,Cntlvr Brkt,Standard,16.5In.D,BH 22 EA ZEBD-1600-PR 24 Unigroup/Too/Places,Cntlvr Brkt,Standard,16.5In.D,RH 11 EA ZEBR-0000-PN 25 Worksurface, Rear-Corner Bracket, Unigroup 4 EA SOLUTION 3 26 AA360 Articluating Arm + PL215 Swivel-Under Platform 4 EA eCMS Item Line ID 11956067 FDRF-4 27 UniGroup,Upper Storage,Flipper Door,48"W,FabricTRAFFIC GRD B|JAM GRD B GRAY TONE GRD A|GRAY TONE GRD A (WZ),WZ-1,TR-G,TR-G 1 EA Labor 28 Labor estimate:(accounts for 3 teardown phases, and 3 rebuild phases, during regular hours) Project Management Fee 1 EA PERFORMANCE REQUIREMENTS The specification covers 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. 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. The manufacture shall provide and be responsible for the technical assistance, development and generation for final specifications. The manufacturer shall 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 and Jump Stuff products other than Boogie Board (lifetime). A minimum 10 year warranty shall be provided on all lounge and guest seating. All warranty items include, parts, shipping, labor, and traveling, shall be covered by the manufacturer/dealership. Post-award - Contractor shall be able to visit the site and have physical response to any issues within twenty-four hour notice from End Users at no additional cost to the government. Post-award Contractor shall visit the site and fields verify all conditions and dimensions before production of product at no additional cost to the government. TESTING REQUIREMENTS All tests indicated herein shall be conducted by an independent testing laboratory. Test results shall not be more than two years old. Test reports should include complete descriptions of the material and construction, certified by the testing laboratory. All lighting shall be UL approved. Any test which in not performed or not in accordance with the testing requirements specified shall be identified by the contractor as a proposed exception and shall be submitted for prior approval. Casters shall withstand 100,000 revolutions. SUBMITTALS Submittals required are as Follows: Submit price list for all products and services Submit complete test results if different from specified manufacture. Submit and estimate of man- hours required for installation Submit vendor shop drawings, complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing if different from specified manufacture. Submit all warranties and maintenance manuals to owner. DELIVERY, STORAGE AND HANDLING OF MATERIALS Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. Contractor is responsible for storing product in their warehouse until the scheduled date of installation. Product shall be stored flat in a cool, dry place Do not subject to moisture. F.O.B. Destination - Do not deliver components to project site until areas are ready for installation. All items shall be shipped to the following location: Southern Arizona VA Health Care System 3601 S. 6th Ave Building T57 Tucson, AZ 85723-0001 Delivery and install shall be NLT (no later than) 30 days after award of contract. (If lead time is longer, please specify in solicitation response) Monday through Friday, 8am-4pm, excluding federal holidays. https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal- holidays/) A copy of a packing slip with purchase order number shall be furnished at the time the order is delivered. Note: Building T57 does have a loading dock around the corner of the building and all installation is on the first (1st) floor. PRODUCT GENERAL All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 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. FILES, STORAGE CABINETS, AND BOOKCASES File drawers shall have full extension suspension, letter size side tab file capabilities, counterbalance weights, leveling guides and drawer/door stops Files and Storage cabinets shall have standard locks, keyed alike per each work station, unless otherwise noted. Metal parts shall be powder coated and finished with a durable VOC-free finish which is applied in a process that generates low levels of recyclable waste. Construction shall be one-piece 22 gauge steel case with removable stell draw formed top. File drawers and roll-out shelves shall be with heavy-duty ball bearing suspension that allows for full extension SYSTEM FURNITURE Shelves shall be adjustable on 1-inch increments, fully finished and able to support required loads Furniture shall be Greenguard certified for indoor air quality. Structural performance test in accordance with ASTM E 72 Panels shall conform to BIFMA ANSI/BIFMA X5.6-2003 Standard panel fabric shall comply with NFPA 701, Class A flammability Task lighting products shall meet the requirements of the UL standards. All panels shall have an overall thickness of 2 Work surfaces shall be a minimum of 1 3/16 in thickness Work surfaces shall have vinyl T-mold edging. Provide grommet openings for wire management Accessories shall match the system as a whole in design and finishes. Overhead storage units shall have a formed stop at top rear edge of shelf. Overhead storage units shall be available with locks that are keyed alike per workstation, unless otherwise noted. The door of the overhead storage unit shall recede over the top providing the maximum useable interior storage. All units shall secure in place by an anti-dislodgment clip. All units shall accept separately specified task lights. Shelves and overhead storage units sides and shelves shall be powder coat painted steel Shelves shall be 13 ¼ deep Shelves shall be made of 18-gauge steel end panels shall be made of 16-gauge steel. ACCESSORIES Accessories shall match finishes of other Conventional Furniture items with the same location. 3.0 EXECUTION Surface conditions INSPECTION Prior 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. Verify 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. In the event of discrepancy, immediately notify the Designer. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. INSTALLATION AND WORKMANSHIP Contractor will contact the COR to schedule installation date. Note: Building T57 does have a loading dock around the corner of the building and all installation is on the first (1st) floor. All installation methods shall be in accordance with the printed instructions of the manufacturer. Install level, plumb, and secure at proper location according to Floor Plans. Each item shall be clean and free from dust, packing marks, tags, labels, etc. All punch list items shall be completed prior to acceptance by the Owner Protection 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. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. Use cleaning materials which do not create hazards to health or property and which shall 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. Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time. Installer is responsible for providing all tools and equipment that is required for installation. Contractor shall not provide tools and/or equipment. All Installers are responsible for checking into Interior Design prior to installing and obtaining temporary badges. Installers shall follow the standard VA code of conduct at all times while on VA property. WORK REQUIRED BY OTHERS 3.3.1 All work required by other trades shall be identified under this section. SOUTHERN ARIZONA VA HEALTH CARE SYSTEM (NAVAHCS): VAMC: 3601 S. 6th Ave Tucson, AZ 85723-0001 The applicable NAICS code: 337214 - Office Furniture (except Wood) Manufacturing Small Business manufacturers for this NAICS code have a size standard.   The resulting contract shall be a firm fixed price order. The term of the contract is intended to be 30 calendar days ARO, with no options included. It is anticipated that a Request for Quotes shall be issued in April 2017. Award of a firm fixed price contract is contemplated by May 2017. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding via email to this sources sought request shall submit the following information at a minimum: Company name, address, point of contact, phone number. DUNS number and company social-economic status. Lead time on delivery/ETA/Installation Can your firm provide all the equipment or just partial? (If partial, which line item?) Intentions of subcontracting program to include set-asides If SDVOSB or VOSB, proof of registration in the VA Vet Biz websites or intention of registration prior to submission of offers to a solicitation - http://www.vip.vetbiz.gov/ Any other pertinent company documentation or product information. The response date to this Sources Sought notice is April 20, 2017 at 12:00 pm EST time. Electronic submissions are preferred via email address of: dena.hallaren@va.gov. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817N0333/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-N-0333 VA258-17-N-0333.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3423844&FileName=VA258-17-N-0333-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3423844&FileName=VA258-17-N-0333-000.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: Southern Arizona VA Health Care System;3601 S. 6th Ave;Tucson, AZ 85723-0001
Zip Code: 85723
 
Record
SN04474139-W 20170419/170417234141-86cf0eb30ced3964e1455f19c8de700f (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.