Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
DOCUMENT

72 -- ICU Cubicle Curtains and Tracks The purpose of this modification is to update line item quantities the SOW and extend the closing date. - Attachment

Notice Date
3/12/2018
 
Notice Type
Attachment
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q0327
 
Response Due
3/19/2018
 
Archive Date
6/26/2018
 
Point of Contact
DARIUS CRANE
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
36C24718Q0326 Solicitation Number: 36C24718Q0327 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is 36C24718Q0327 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011.     Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 314120, with a small business size standard of 750 employees. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 CUBICLE CURTAINS, HL-MESHPANEL, SIZE:187"W X 16"H, COLOR: TUSK MESH LOCAL STOCK NUMBER: N/A 2.00 EA __________________ __________________ 0002 CUBICLE CURTAINS, HL-MESHPANEL, SIZE: 247"W X 16"H, COLOR: TUSK MESH LOCAL STOCK NUMBER: N/A 7.00 EA __________________ __________________ 0003 CUBICLE CURTAINS, HL-MESHPANEL, SIZE: 126"W X 16"H, COLOR: TUSK MESH LOCAL STOCK NUMBER: N/A 4.00 EA __________________ __________________ 0004 CUBICLE CURTAINS, HL-SNAPPANEL, STUCTUREX-MIST SIZE: 66"W X 66"H PANEL LOCAL STOCK NUMBER: N/A 42.00 EA __________________ __________________ 0005 CUBICLE CURTAIN, HL-SNAPPANEL STRUCTUREX MIST, SIZE: 66"W X 66"H PANELS, SPARE LAUNDRY SET. LOCAL STOCK NUMBER: N/A 42.00 EA __________________ __________________ 0006 TRACKS, INPRO OR APPROVED EQUAL, OPTITRAC, CE500007-AN, 7' TRACK LOCAL STOCK NUMBER: CE500007-AN 12.00 EA __________________ __________________ 0007 TRACK, INPRO OR APPROVED EQUAL,OPTITRAC, CE500008-AN, 8' TRACK LOCAL STOCK NUMBER: CE500008 1.00 EA __________________ __________________ 0008 TRACK, INPRO OR APPROVED EQUAL, OPTITRAC, CE500012-AN, 12' TRACK LOCAL STOCK NUMBER: CE500012-AN 4.00 EA __________________ __________________ 0009 TRACK, INPRO OR APPROVED EQUAL, OPTITRAC CE500016-AN, 16' TRACK LOCAL STOCK NUMBER: CE500016-AN 7.00 EA __________________ __________________ 0010 TRACK, INPRO OR APPROVED EQUAL, OPTITRAC CE5094-AN 4' X 4' 90 DIAG BEND TRACK. LOCAL STOCK NUMBER: CE5094-AN 1.00 EA __________________ __________________ 0011 HARDWARE, INPRO OR APPROVED EQUAL, SPOOL CARRIER, CE5040 LOCAL STOCK NUMBER: CE5040 840.00 EA __________________ __________________ 0012 HARDWARE, INPRO OR APPROVED EQUAL, OPTITRAC, SPLICE CE5050-AN. LOCAL STOCK NUMBER: CE5050-AN 2.00 EA __________________ __________________ 0013 HARDWARE, INPRO OR APPROVED EQUAL, OPTITRAC, END CAP CE5080-AN. LOCAL STOCK NUMBER: CE5080-AN 24.00 EA __________________ __________________ 0014 HARDWARE, INPRO OR APPROVED EQUAL, OPTITRAC END CAP, CE5100-AN LOCAL STOCK NUMBER: CE5100-AN 24.00 EA __________________ __________________ 0015 INSTALLATION LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ GRAND TOTAL __________________                                       Specific features: Brand Name or Equal            New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation.   STATEMENT OF WORK GENERAL INFORMATION Description of the Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), under Specifications and illustrated on floor plans. The work includes the supply of cubicle curtains and tracks in rooms as listed below. Delivery: The delivery of the cubicle curtains and tracks shall be within 30 days of award of this contract. Delivery Location: Ralph H. Johnson VA Medical Center 109 Bee Street, Room G202A Charleston, SC 29401 Attn: Suzette Poletti, Interior Designer (843) 789-6734 QUOTE FORMAT: The quote shall be submitted with all fees such as handling, delivery and installation listed as separate line items. SPECIFICATIONS: GENERAL INFORMATION C.1 INTRODUCTION This requirement is for providing all labor, materials, equipment, transportation and supervision to fabricate, supply and install new cubicle curtains and tracks according to Specifications in this document. C.2 BACKGROUND The areas within the scope of work is for Phase I of the ICU Expansion project. C.3 DESCRIPTION OF WORK The Contractor shall conduct an onsite review of areas and verification of measurements and quantities. Work includes the fabrication, supply, (including shipment and/or delivery), and installation of cubicle curtain and tracks in all Patient Rooms, Pre-Op Rooms and Staff Bathroom. Only supply and installation of tracks are required in all Patient Bathrooms. CONTRACTOR IS RESPONSIBLE FOR VERIFICATION OF ALL MEASUREMENTS. Locations: Patient Rooms A214, A215, A216; A217, A218, A219, A220, A221, A222, A223 Pre-Op Rooms A281, A282. Staff Bathroom: A201 Patient Toilet Rooms: A214A, A215A, A216A, A217A, A218A, A219B, A220A, A221A, A222A, A223A, A224A. Patient Room: A214: 12 -0 A215: 12 -0 A216: 14 -0 A217: 16 -6 A218: 15 -0 A219: 4 X 6 A220: 15 -0 A221: 15 -0 A222: 15 -0 A223: 15 -0 A281: 10 -0 A282: 10 -0" Staff Bathroom: A201: 7 -0 Patient Bathrooms: A214A: 7 -6 A215A: 5 -6 A216A: 5 -6 A217A: 5 -6 A218A: 5 -6 A219B: 5 -6 A220A: 5 -6 A221A: 5 -6 A222A: 5 -6 A223A: 5 -6 A224A: 6 -6 **NOTE: SEE ATTACHMENT 1 FOR FLOOR PLANS AND LAYOUTS ***Ceiling height in Patient Rooms is 8 -0 A.F.F. ****Ceiling height in Patient Bathrooms is 7 -10 A.F.F. Note: Contractor shall include one complete set of spare curtains for attic stock/laundry set. C.4 MATERIALS Privacy Fabric: Arc Com: Structure-X, AC-33290X, Mist #1, Repeat 72 horizontal; 23 vertical. Mesh Fabric: Pattern: heavy duty large scale woven mesh Color: beige, (coordinate to privacy fabric). Contents: 100% nylon Width: 72, (183 cm) Flame Retardancy: NFPA 701, CLASS A Cleaning Code: WS-Water Solvent, Washable to 160 degrees Fahrenheit Note: Cutting for approval provided to Interior Designer for approval prior to fabrication. DESCRIPTION: Cubicle Curtain Overall Curtain length with mesh: To be determined by Contractor based on criteria of 12 above finished floor, (AFF), allow 66 for panel height and 30 (+/-) at mesh, depending on ceiling height with allowance for 18 distance from finished ceiling. Curtain Fullness: Length of track plus 12% additional fullness Curtain Heading: Standard track heading; Color: beige Curtain Seams: Flat, ½ gauge double needle lock stitch, 100% mercerized cotton thread Curtain Hems: Double turned, twin needle stitched, 100% mercerized cotton thread Curtain Hem Size: Top and Bottom = 3 wide; Sides = 1 ½ wide Fabric Testing: Passes NFPA 701 Fabric Durability: Able to be laundered at temperatures of 160 degrees max Top of Curtain: Mesh Header i. Mesh: 100% Nylon; Color: Beige j. Mesh Fabrication: continuous; Z folded to the body of the curtain k. Mesh opening size: ½ aperture l. Mesh portion to consist of (+/-) 30 of large scale heavy nylon mesh m. Top 1 ¼ woven selvage banding shall be folded before final sewing n. Double row stitching 7/8 inch apart shall be used on all banding o. Provide beige/aluminum snaps, Dia.:.5 ; anodized aluminum or painted white snaps p. Snaps located every 4 o.c. Fabric Panel q. Privacy curtain fabric panels shall be installed to provide continuous track coverage by overlapping each panel 4 inches and vertical snaps provided for privacy between panels on 8 o.c. Provide beige/aluminum snaps, Dia.:.5 ; anodized aluminum or painted white snaps. r. Finished privacy curtain panel size approx. 66 w X 66 h from bottom of mesh header to finished length of panel. s. Quantity of privacy curtain panels is determined by linear feet of track to be covered. All covered areas must have a minimum of 12% fullness after overlaps have been deducted t. All thread shall be triple stand washable polyester color matched to fabric. No monofilament u. Top, bottom, and side hems shall be formed by a 1 double turned fold and securely sewn using thread listed above. Track: Inpro or approved equal; extruded aluminum channels and associated accessories: OPTITRAC, CE50000*-AN Clear Anodized Cubicle Track; select length and model number to minimize seams in track; (CE500007-AN (7 ); CE500008-AN (8 ); CE500009-AN (9 ); CE500012-AN (12 ); CE500016-AN (16 ). OPTITRAC CE5080-AN Grey End Cap OPTITRAC CE5040 Ball and Chain Carrier OPTITRAC CE 5050-AN Splice · Anodized finish · 94% recycled content · Tracks shall be mounted to ceiling with manufacturer s recommended hardware. · Contractor shall supply all associated hardware and parts. END SOW (vi)  The items for this solicitation are to be delivered to:                             DELIVER TO: SUZETTE POLETTI 109 BEE STREET CHARLESTON, SC 29401-5799 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering;   VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2,   Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.   Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.   Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services.   Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.   If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items.   The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.   If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov   (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions.    Please place ATTENTION: ICU CUBICLE CURTAINS 36C24718Q0327 in the subject line of your email. (xvi) Site Visit:   N/A (xviii) QUOTES/OFFERS ARE DUE March 20, 2018 at 08:00 AM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov.   Please place ATTENTION: ICU CUBICLE CURTAINS 36C24718Q0327 in the subject line of your email. All offers must include the solicitation number.   Quotes/offers received after this date may not be considered for award.  (xvii)   Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0327/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0327 36C24718Q0327_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4143175&FileName=36C24718Q0327-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4143175&FileName=36C24718Q0327-001.docx

 
File Name: 36C24718Q0327 ICU Cubicle Curtain and Track Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4143176&FileName=36C24718Q0327-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4143176&FileName=36C24718Q0327-002.pdf

 
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: Department of Veterans Affairs;Ralph H. Johnsn VA Medical Center;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN04851344-W 20180314/180312231441-03ed398d0bc3b44c0fc5a33973fe65f5 (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  © 1994-2020, Loren Data Corp.