DOCUMENT
65 -- ER Waiting Room Furniture - Attachment
- Notice Date
- 7/26/2017
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
- ZIP Code
- 35233
- Solicitation Number
- VA24717Q0829
- Response Due
- 8/4/2017
- Archive Date
- 10/3/2017
- Point of Contact
- Scott Self
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is VA247-17-Q-0829. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-95 effective January 13th, 2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 and the Small Business Size standard is 1000 employees. This combined/synopsis solicitation is set aside for Veteran Owned Small Businesses (SDVOSB s) in accordance with VAAR 852.219-11. Only VA verified VOSB s in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The Department of Veterans Affairs, Birmingham VA Medical Center has a requirement for the following, BRAND NAME OR EQUAL, Legacy Conover Bariatric Arm Chairs with Wall Saver Legs for the Birmingham VA Medical Center, Emergency Room waiting area. (14 ea.) Legacy Conover Bariatric Arm Chair with Wall Saver Legs with the following salient characteristics: Withstands intensive use Withstands healthcare cleaning requirements Contributes to LEED credits Open Arms Single Arch Arm Cap-Thermofoil #HHE Frontier Smooth Light Pewter Metal Finish #TRP61 14 Gauge metal tubular steel Multi-density, Cal 117 compliant urethane foam seats Cal 133 Wallsaver leg Includes upholstered seat and back Frame: Durable, anti-microbial finish Glides: Non-marring Field replaceable seat, back and arm caps Waterfall front and side seat tailoring. Horizontal cleanout COM yardage / COL square footage: 2.5/42.5 Seat: 1.0/17.0 Back: 1.25/21.25 Dimensions SH: 19 (483mm) AH: 27 (686mm) TH: 34 (864mm) SD: 19.5 (495mm) TD: 26.5 (673mm) SW: 44.5 (1130mm) TW: 49 (1245mm) Textiles Back Fabric: (Grade 19) Momentum Silica Spoke; Color-Ore Seat Fabric (Grade 5) Momentum Groove, Expanse Installation- Delivery and Installation of this purchase order shall be during W.H.E.N. hours. Installation cost to reflect this requirement. W.H.E.N. hours include the following: Weekends, Holidays, Evenings, Nights. Products shall be delivered to contractors warehouse. The specified products are to be installed at the jobsite no later than sixty (60) calendar days after receipt of executed purchase order. All deliveries are to be approved and coordinated with the BVAMC Interior Designer at least two (2) weeks before the install date. Delivery Date: ARO 60 days Contract Type: Firm Fixed Price (FFP) FAR 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product (s) is other than domestic end product(s) as defined in the clause entitled Buy American Act Supplies, the offeror shall so state and shall list the country of origin. FAR 52.212-2 (OCT 2014) Evaluation Commercial Items- The following factors shall be used to evaluate offers: Technical Capability of the item offered to meet the Government requirement Price Offerors, if not registered in SAM, must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. The following identified clauses are incorporated by reference: 852.211-73, 852.219-10, 852.237-70, 852.246-70, 852.246-71, 52.211-16, 52.216-1, 52.222-41, 852.270-1, and 852.273-74. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.233-2, 52.203-13, 52.203-17, 52.204-9, 52.228-5 Offers for the items described above are due by 3:00PM CST on August 4th, 2017 to Jonathan.Self@va.gov and must include, solicitation number, FOB destination to the BVAMC, proposed delivery schedule, discount/payment terms, warranty duration, and DUNS number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/VA24717Q0829/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-Q-0829 VA247-17-Q-0829.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686913&FileName=VA247-17-Q-0829-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686913&FileName=VA247-17-Q-0829-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-17-Q-0829 VA247-17-Q-0829.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3686913&FileName=VA247-17-Q-0829-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham, AL
- Zip Code: 35233
- Zip Code: 35233
- Record
- SN04599402-W 20170728/170726232301-33bdcd0ad52a5e5295ab791e7d8fc958 (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 |