Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
DOCUMENT

71 -- COMMODITY: OFFICE FURNITURE - Attachment

Notice Date
5/17/2017
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q0938
 
Response Due
5/24/2017
 
Archive Date
6/23/2017
 
Point of Contact
BRIAN WERNER
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA248-17-Q-0938 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/01-13-2017. Only emailed requests received directly from the requester are acceptable. Responses should be sent to brian.werner1@va.gov. No telephone responses will be accepted. To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. NAICS and Set-aside: The NAICS is 337214 and the small business size standard is 1,000 employees. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Any firm that is not considered an SDVOSB should not submit a response to this notice. To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to lowest price quote which conforms to the requirements within this solicitation and represents the best value to the government. This procurement is for three (3) 72 x 72 corner desks that meet the below salient characteristics. Salient Characteristics of Adjustable Height Ergonomic Radiology Desks Ergonomics Adjustment Range Console needs to fully meet the monitor and keyboard positioning guidelines established by the Human Factors and Ergonomics Society in their American National Standard for Human Factors Engineering of Visual Display Terminal Workstations and its most recent version BSR/HFES 100 - 2007. This is especially critical at the lowest monitor settings to enable the 5th percentile seated female user to view large monitors (21") at proper view angles of 15 º to -20 º downward from horizontal eye level. Data Connection Flip-open data connection bay located on the back edge of the keyboard surface. Allows IRM to disconnect and connect keyboards and mice from either USB or PS2 from an easy access port in the top of the keyboard surface Strength and Stability of the Console Keyboard/Input surface - The input surface of radiology console must be strong and stable even at full extension. Input surfaces not hung from the monitor surface, but are supported by their own set of lifts which transfer all loads directly to the floor Input surfaces can lift 300 lbs. and can support a 500 lb. static load No keyboard hanging mechanism to allow for clear and clean knee space without obstructions Monitor Surface - The monitor surface must be capable of supporting up to six monitors while retaining its stability at full extension. Ease of Access to Electronic Equipment Electronics cabinets with either: side entry door, flip-top surface with angled monitor access, or slide out shelves -or- b) built-in fan ventilation to keep equipment cool Wire Management - Panel Enclosure Panel enclosure designed to act as a supplemental raceway, proving easy access and separation of hi-voltage, electrical power from category 5e / 6 cabling and RF cabling Panel top cap easily removed for access to the wire raceway Wire Management - Console Consoles equipped with a 3" x 4" J channel around the back of the monitor surface for managing cords and transformers from monitors, task lights and other desktop equipment Ability to place cables with no requirement for zip ties or Velcro retention straps. Cables from the input surface to the monitor surface and from monitor surface to CPU cabinet or panel enclosure to be housed in cable management Wire Management Cable Bridge and Lift Cases Wiring securely tucked away inside components of lift cases with easy access panels on the top and sides CPU cabinets to allow separate cable chase paths for power and data Flexible cable management arm for all cables to be securely attached and allow the CPU s to be moved in and out Panel Enclosure Panels to be horizontally modular in no more than 6" increments Panels to be vertically modular with 18" stack-ons. Panels to be of non-combustible construction and utilize Class A Flame spread rated finishing materials. Panel enclosure to serve as a sight barrier, a sound blocker/noise absorber and as a raceway for electrical and cabling. Monitor Depth Control Focal depth adjuster for LCD monitors. Monitors arranged to maintain equal focal depths Simultaneous adjustment forward and backward up to 12 Ability to hold up to 8 monitors in a double stacked configuration WARRANTY Manufacturer s warranty must include shipping, parts and labor for the repair or replacement of defective items Desk must carry a lifetime warranty on structure Product line must be warranted for 24/7 applicationIf specifying paint finish, indicate paint system and color number.(i.e. Chroma, DC 15 Scout)Show locations of accessory panels on Drawings. Add all applicable materials used in the centerline glass frame that is NOT glass (i.e. 3 form, wood veneer over substrate, upholstered panel over substrate, etc.). Performance Location and Hours Government will provide detailed areas prior to performance (location within building). Primary place of performance is: 2181 Orange Ave East; Tallahassee, FL 32301. Government normal duty hours are from 0800 1700, Monday through Friday, excluding Federal holidays. Installation must take place during this time. All work shall be scheduled with Interior Design and warehouse for deliveries to site location as specified. Work to include receipt, inspection and delivery of specified furnishings. Evaluation/Selection Factor: Award will be made to the Lowest-Priced Technically Acceptable offer. Solicitation document and incorporated provisions and clauses apply to this acquisition: FAR 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Labor Standards; 52.222-50 Combating Trafficking in Persons; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include price and quantity of each labor category proposed, price of all anticipate indirect costs, and total price; any offered discounts; name, address, and telephone number of the offeror; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Interested contractors must submit a copy of any relevant certifications and licenses along with their quote. Quotes must be received May 24, 2017 by 1600 EST. All quotes must be submitted by electronic submission in reference to VA248-17-Q-0938 to brian.werner1@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Specialist in writing (email is preferred). Any prospective bidder desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contract Specialist: Brian Werner (brian.werner1@va.gov) No Later Than: close of business (1600 EST) on May 22, 2017. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates, or otherwise pay for the information provided in this synopsis. This Request for Proposal is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result of a response to this Request for Proposal or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as non-responsive and may influence competition and set-aside decisions. Regardless of the information obtained, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q0938/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0938 VA248-17-Q-0938.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503753&FileName=VA248-17-Q-0938-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503753&FileName=VA248-17-Q-0938-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04513160-W 20170519/170518000438-54cc877972f1b16501eedecffd81462f (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.