DOCUMENT
71 -- B211 & B24 Furniture - Attachment
- Notice Date
- 9/13/2017
- Notice Type
- Attachment
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25017Q1203
- Response Due
- 9/19/2017
- Archive Date
- 11/18/2017
- Point of Contact
- John Tschirhart
- E-Mail Address
-
7-3952<br
- 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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The applicable solicitation number is VA250-17-Q-1203 and it is issued as a request for quote (RFQ). Ensure responses include this solicitation number. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95. This procurement is a 100% Veteran Owned Small Business (VOSB) set-aside. Only quotes from VOSBs currently in VetBiz Registry will be accepted. The North American Industry Classification System (NAICS) code for this acquisition is 337211, Wood Office Furniture Manufacturing. For this procurement, the small business size standard is 1,000 employees. The requirement is for building 211 and 24 furniture at the Chillicothe VA Medical Center. Delivery location is Chillicothe VAMC, 17273 State Route 104, Chillicothe, Ohio 45601. FOB shall be destination. Delivery required within 30 days of contract award. Specific Tasks: All Furniture must be delivered to Building 211 and Building 24 and installed upon time of delivery the VA will not be able to store the furniture for any reason. The furniture must be inspected for damages during installation and dealer is expected to repair/replace any damaged furniture. The installer must point out all damaged furniture to the Interior Designer and go over plan to fix and or replace the damaged furniture. It needs to be written up in final paperwork for VA to sign off on for installation completion. VA Interior Designer will be present for installation and will be the point of contact for deliveries and installations. If any issues arise the Interior Designer must be notified. If any pieces of furniture arrive damaged it is to be noted on final paperwork and to be replaced as needed at no cost to the VA Medical Center. If any pieces of furniture are damaged and to be replaced it is the dealer s responsibility to coordinate delivery and install of the pieces with the Interior Designer. Must be delivered to Building 211 and Building 24 and installed on the same day. The VA will not be able to store any furniture for any length of time. The furniture is to be delivered/installed in Building 211 and Building 24 at the Chillicothe VA Medical Center Chillicothe Ohio 45601. There is no loading dock. There are two elevators in the building. The furniture needs to be delivered and installed no later than October 20, 2017. Requirement: Brand name of Group Lacasse (Neocase) Casegoods Products or equal. Group Lacasse (Neocase) Casegoods QTY. 41 Dresser, 4 Drawers, 36 W x 24 D x 35 H Finish: Amber Cherry 7919-60 Item Number: SH1N?N-24243U Dresser must have lock cores/ keys (Verify with VA what core numbers/ keys to use) QTY. 41 Wardrobe with Doors, with 2-30 drawers at the bottom, hidden by the doors when closed, 1 hat shelf and 1 hanger bar, 30 W x 24 D x 72 H Finish: 7919-60 Amber Cherry Item Number: SH1N?N-243072C Must have lock cores/keys (Verify with VA what core numbers/ keys to use) QTY. 41 Bedside Table, 3 Drawers, 24 W x 24 D x 72 H Finish: 7919-60 Amber Cherry Item Number: SH1N?N-242430U Must have lock cores/ keys (Verify with VA what core numbers/ keys to use) QTY. 41 Dresser, 4 drawers, 36 W x 24Dx35H Finish: 7919-60 Amber Cherry Item Number:SH1N?N-24365U QTY. 26 Left Single B/F Pedestal Desk, 48 W x 24 D x 29 H Finish: 7061-60 Natural Pear Item Number: S31N?N-F2448S Must have lock cores/keys (Verify with VA what core numbers/ keys to use) QTY. 4 Wardrobe with 2 doors, w/vertical divider in center width, 4 adjustable shelves on right and 1 fixed shelf above hanger bar, with 1.5 thick back for additional stability, 36 W x 25 D x 72 H Finish: 7061-60 Natural Pear Must have lock cores/ keys (Verify with VA what core numbers/ keys to use) QTY. 1 Removal of old furniture QTY. 1 Installation of new furniture requires coordination with VA Interior Designer. Salient Characteristics: Neocase Modular Wood Casework Product Construction: Casework Boxes: 1 (2.54cm) thick Melamine Component panels. Finish for edges: solid high impact edge band ABS 2.5mm thick Machine applied edge bands Trim face and corners for a uniform appearance Low VOC adhesive Finished casework- No exposed particleboard, including concealed surfaces. Gables, Tops, Rails, Bottoms: 5/8 thick Melamine component panels Typical exposed edges: Solid High impact edge band 3mm thick Machine applied edge bands Trim face back and corners for uniform appearance Backs: 5/8 Thick Melamine component panels Panel Materials: Thermally fused Melamine panels Plastic laminate fused to both sides. M-2 Grade particleboard substrate with 100% recycled wood fiber. Laminate plastic adhesive Shelves: Adjustable shelves 1 thick for shelves under 24 wide and 1 ABS for add edges 1 thick MCP for shelves over 24 W and up to 42 with center shelf support 2.5mm ABS for add edges Fixed Shelves: 1 thick for MCP for shelves up to 41 wide 2.5mm ABS for all edges Secured at side ends and back Doors- Standard: 5/8 thick Melamine Component Panels with 3mm ABS edges Doors are surface mounted, flush overlay style Drawer Faces: 5/8 thick Melamine Component Panels with 3mm ABS edges Drawers are surface mounted, with flush overlay Drawer Boxes: All drawers are to be fabricated using one piece v-grooved folded drawer box construction in order to minimize seams. Toe Space: Integrated into base cabinets all faces sealed, no exposed wood or particleboard 4 high Installed after flooring is completed Cleaning- adjust doors, drawers, hardware, fixtures and other moving or operating parts to function smoothly and correctly. Clean casework inside cupboards and drawers and outside surfaces Cabinet Hardware: Door Hinges- 135 degrees, fully adjustable, concealed, 110 degrees, fully adjustable, concealed where requested. Door D Pull and Drawer pulls: 128mm centers, 10mm diameter, metal with nickel finish Steel Drawer Slides: Standard of Acceptance Ball bearing carrier fully extendable of quality to operate adequately for size and capacity of drawer. Locks- where indicated Olympus 777 complete with Schlage full size Interchangeable cores. Catch: Magnetic standard Door and Drawer Bumpers: Standard Shelf supports: Metal 5mm diameter, adjustable, for shelves behind doors. Metal wire supports in side groove, 3mm diameter, concealed into shelf side, adjustable, anti-tip, for open bookcase sections. Warranty: Provide 25 Year extended warranty for provision of casework from date of substantial completion. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94 and 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: (6) The following clauses and provisions apply to this solicitation (available from http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/) FAR 52.212-1, Instructions to Offerors--Commercial Items (April 2014), applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation Commercial Items (Jan 1999) as amended. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Priced Technically Acceptable offer. Evaluations will be conducted under FAR Part 13.106-1(e) and any subsequent award will be made to the offeror that provides the Lowest Price Technically Acceptable to the Government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2013), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Information must be included with offer if not completed within the System of Award Management (SAM.GOV) website. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2013), applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2014), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-3, Evaluation Exclusive of Options FAR 52.217-4, Evaluations of Options Exercised at Time of Contract Award FAR 52.217-5, Evaluation of Options FAR 52.217-6, Option for Increased Quantity FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act Wage Determination 2005-2420, Rev 17 FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70 Commercial Advertising VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.237-70 Contractor Responsibility VAAR 852.246.70 Guarantee VAAR 852.246-71 Inspection Any questions are to be submitted to John Tschirhart by email at john.tschirhart@va.gov by Friday September 15, 2017 at 10:00am local time. Questions will be answered by Friday September 15, 2017 at 3:00pm local time. *****Quotes are to be emailed to John Tschirhart at john.tschirhart@va.gov no later than September 19, 2017 4:00pm (EST) *****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017Q1203/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-1203 VA250-17-Q-1203.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3792446&FileName=VA250-17-Q-1203-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3792446&FileName=VA250-17-Q-1203-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-1203 VA250-17-Q-1203.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3792446&FileName=VA250-17-Q-1203-000.docx)
- Place of Performance
- Address: John Tschirhart;Network Contracting Office (NCO) 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH
- Zip Code: 45409-1337
- Zip Code: 45409-1337
- Record
- SN04675462-W 20170915/170913232015-d094de646a5dabd003a997eb015f7473 (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 |