Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

65 -- Endo Mobile Carts - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
#339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (NCO 21);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26117N0562
 
Response Due
5/16/2017
 
Archive Date
7/15/2017
 
Point of Contact
Joleo Dianala
 
E-Mail Address
Contract Specialist
(joleo.dianala@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE (a) ATTENTION SDVOSB/VOSB Vendors. If quotes are received from two or more eligible SDVOSBs or VOSBs and in the estimation of the contracting officer, a contract award can be made at a fair and reasonable price that offers best value to the Government, this procurement will be set-aside to SDVOSB or VOSB sources. (b) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (c) Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (d) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. (e) This Sources Sought is issued for the purpose of collecting information about the availability of equal products from different sources for the desired equipment listed in Section 1: Price/Cost Schedule that meets the salient characteristics statement of work listed in Section 3. (f) Contractors that feel they have an equal product are encouraged to provide a quote in response to this notice and/or email full information to Joleo Dianala at joleo.dianala@va.gov. Contractors shall identify the NAICS code for the product being offered as well as their size status. Contractors shall complete the Price/Cost Schedule for the purpose of market research. Contractors shall furnish supporting documentation which demonstrates that the proposed equal products meet or exceed the salient characteristics listed in Section 3. Contractors shall include the terms and conditions of the warranty for all products listed in attachment. Contractors must be Authorized Dealer letter and the letter must be provided with your quote submission.     Section 1: Price/Cost Schedule Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 MS170127-01 Rev: A Midmark Endo Mobile Carts (Qty 10) BM02.2418.SMFNCF 10 (1) Base Mobile 24 W x 33 H x 18 D, (2) 4in Drawer, Dbl Door, Serenity Panel, Metallic 002-1913-00-804 1 Venus Silver Care Kit 1.00 LT __________________ __________________ GRAND TOTAL __________________ Section 2: Delivery Schedule ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: VA SIERRA NEVADA HEALTH CARE SYSTEM (VASNHCS) VA Sierra Pacific Network (VISN 21) 975 Kirman Avenue Reno, NV 89502 3828 1.00 30 Days ARO MARK FOR: Debra Pease (775) 789-6661 Debra.Pease@va.gov Section 3: Salient Characteristics Salient characteristics Patient Belongings Cart Base Mobile 24 W x 33 H x 18 D, (2) 4in Drawer, Dbl Door, Flat Panel, Metallic/Cart with locking wheels 18" x 29"/Body Venus Silver/ Top Pebble PVC Free, Soft Edge with Handle 29" Lock for doors and drawers (all keyed alike) Must have liquid proof tub style drawers for infection prevention Must have soft edge cart top with integral handles 18.88 deep x 33.75 tall x 29.81 wide Must have removable and cleanable drawers Must have steel cabinet frames for durability Must have thermafoil seamless cabinet panels for durability Must have full extension glides Must be modular Must have finished/integral steel kick plates Must be medical grade quality LEED Projects: For projects seeking LEED certification, submit manufacturer s documentation for the following: 1. LEED IEQ 4 compliant Composite wood. 2. Recycled content of metal, wood, and plastics. 3. Water use reduction based on qualified plumbing fixtures. 4. Horizontal Surfacing: 0.045 inch thick, matte finish. 5. Countertops: LEED IEQ compliant MDF core. Composite wood material to meet CARB P2 emission std of CARB regulation 91320.2. Operations and Maintenance Data: Submit manufacturer s recommendations for cleaning and maintenance, including a list of spare parts and information for ordering. Warranty: Submit executed copy of manufacturer s standard limited warranty. QUALITY ASSURANCE Manufacturer: Regularly engaged in manufacturing healthcare casework, ISO 13485 and ISO 9001 certified. Installer: Minimum 2 year documented history of installing similar casework and acceptable to the manufacturer. Installer shall accept responsibility for all field verifications. Pre-Installation Meeting: Convene a pre-installation meeting prior to installation to review existing conditions, schedule, sequence of installation, and proper placement of utilities. DELIVERY, STORAGE AND HANDLING Deliver and store casework as recommended by manufacturer. Protect from the weather, humidity, temperature variation, dirt, dust, or other contaminants. WARRANTY Modular Casework Limited Warranty: Provide manufacturer s standard limited warranty for the items listed below, with additional exclusions as included in manufacturer s standard warranty. 1. Door and drawer fronts, casters, 5 years. 2. Task lights, 3 years. 3. Laminate top surfaces and accessories, 1 year. Section 4: Statement of Work This is to provide carts for patients to store their belongings while they are having a procedure. 1. GENERAL All projects must be scheduled for Install a minimum of 2 weeks in order to confirm the availability of resources to do the work and or for notification of Service receiving the product (s). There is a weekly move meeting every Friday Morning to review all projects and schedules. Vendor must notify FMS, Interior Designer immediately as they are aware of products ready for install, in particular large projects. The facility must be able to prepare the space receiving new products prior to their install. Vendor shall be familiar with VA campuses and various VA Outpatient Clinics, regulations, loading dock locations and hours of operations. Vendor must provide Proof of Insurance. 1.3 Vendor receiving/storage facility must meet all building requirements including but not limited to sprinklered, secure, safe, environmental controls not to void furniture warranties. Vendor must notify VA of specific location of any or all stored furniture. 1.4 Vendor shall have trained personnel in various systems furniture and free standing furniture assembly. 1.5 Vendor shall provide all necessary materials, equipment, labor, supervision, and Management to: (A) coordinate delivery: (B) load and unload; (C) place/install in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VA premises. 1.6 Vendor shall verify space and dimensions of rooms in buildings to receive furniture prior to start of work. Verification is required to ensure adequate space for assembly and installation services and that actual dimensions are equal to drawn. 2. PROTECTION OF PROPERTY Vendor shall protect all items from damage. The Vendor shall take precaution against damage to the buildings, grounds and furnishings. The Vendor shall repair or replace any items related to buildings or grounds damaged accidentally, or on purpose due to actions by the Vendor, utilizing materials of the same quality, size, grade and color, to match existing work. 2.2 The Vendor shall perform an inspection of the buildings and grounds with the POC prior to commencing work. To insure that the contractor shall be able to repair or replace any items, components, buildings or grounds damaged due to negligence and/or actions taken by the Vendor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence of the POC is required before the Vendor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade and color to match adjacent existing work. 2.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. The Vendor shall maintain accountability and control of any keys provided, and shall return them to the POC upon completion of the work. 2.4 Vendor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 3. DELIVERY 3.1 Vendor shall contact the POC at least 30 working days prior to start of work/shipping to ensure that the Building is ready for install. 3.2 In the event there is a delay in delivery, Vendor must notify the VA POC immediately. 3.3. Vendor shall provide the POC with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum. 3.4. Vendor must ensure that the driver of the delivery vehicle has copies of the delivery order and shall not attempt to deliver any items before the scheduled delivery date. 4. RECEIVE AND UNLOAD 4.1 Vendor shall start assembling and installing items in rooms upon delivery between the hours 7:30 a.m. 3:30 p.m. or keep evening/weekend installations outside of this timeframe as necessitated by location, provided they have received the prior approval of the POC. 4.2 If the Vendor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Vendor will be responsible for moving these items to a secure location, until the next available workday. The Vendor will be responsible for moving the items from the overnight storage site to its designated position in the building. 4.3 The Vendor shall verify and inspect all items. Any and all deficiencies (damage/overage/shortage) shall be brought to the attention of the POC. The Vendor shall store damaged items in the location designated by the POC. The Vendor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the POC on a daily basis. 4.4 Vendor shall repair or coordinate for replacement of damaged, defective, or missing items. 5. ASSEMBLY AND INSTALL 5.1 Vendor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. 5.2 Vendor shall place items in building(s) as identified in the contract and rooms in accordance with the spreadsheets and/or design drawings or specifications by the POC. 5.3 All furniture, equipment and accessories shall be level, plumb, square, and in proper alignment with adjoining furniture. Furnishings shall be securely attached to the building where applicable. The vendor will provide light bulbs, and plug in lights to ensure all fixtures are working properly. 5.4 Vendor shall complete installation of furnishings under this statement of work in the time period specified (07:30 a.m. 4:00 p.m.). The Vendor shall coordinate jobs with last minute changes instigated by the users to be approved by POC. 5.5 Vendor shall inspect to ensure that the furniture is free of surface dirt, clean and polished, free of defects, and that the installation is complete and ready for use. 5.6 The vendor shall do a final walkthrough with POC and provide a punch list before releasing crew for the day. 5.7 The vendor shall complete installation within 14 calendar days from start of installation. 6. CLEAN-UP 6.1 Vendor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling furniture and other items installed under this contract. Final Acceptance from the Contractor will not occur until all debris connected with furniture installation is removed from the VA site. 6.2 Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers. 6.3 Packing materials will not be stored in the buildings for any period exceeding 24 hours. 6.4 Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the Vendor. 7. EXCESS ITEMS: 7.1 Once equipment is installed as shown on the furniture layout, the Vendor shall coordinate with the POC as to where any excess items are to be stored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117N0562/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-N-0562 VA261-17-N-0562.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484291&FileName=VA261-17-N-0562-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484291&FileName=VA261-17-N-0562-000.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: VA Sierra Nevada Health Care System (VASNHCS);975 Kirman Avenue;Reno, NV
Zip Code: 89502-3828
 
Record
SN04500805-W 20170511/170509234621-5e9f5957956665b02767783cd0e7bd61 (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.