Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
DOCUMENT

71 -- Unicor Ergonomic Sit/Stand Desks - Attachment

Notice Date
5/8/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
9601
 
Response Due
5/21/2018
 
Archive Date
6/20/2018
 
Point of Contact
Robert Hamilton
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), 8(a), Hub-Zone and other Small Businesses interested and capable of providing items requested, as well as any large businesses. To include a search for Small business manufacturers. The Department of Veterans Affairs, NCO20 has an office furniture request (Unicor Part Information) and is looking for sources of the following: QTY Item 200 Unicor FLOAT: Sit-To Stand/Height-Adjustable Table Base and Leg Sets for existing 60 W worksurfaces (Ergo Referral Accommodation). 100 Unicor FLOAT: Sit-To Stand/Height-Adjustable Table Base and Leg Sets for existing 48 W worksurfaces (Ergo Referral Accommodation) 50 Unicor: Keyboard Trays for Sit-To-Stand Desks 50 Unicor Freedom Ergonomic Chair with Headrest, vinyl upholstery, with arms and 5-Caster base 20 Unicor Freedom Saddle-Seat Stool with vinyl upholstery, no arms and 5-Caster base Statement of Work/Salient Characteristics (Brand Name or Equal): All items must be approved for hospital use. Items 1 and 2 - All Sit-To-Stand leg sets must have requirements as specified below. Basis of Design for Adjustable-Height Leg Sets (Sit-To-Stand) for Rectangular Worksurfaces. - Sit-To-Stand leg sets shall be electric and/or counterbalance hydraulic-operated. Crank-operated mechanism is not acceptable due to its limited range on height adjustability. - Leg sets shall fit and accommodate existing rectangular worksurfaces that are at least 1-1/4 thick and have no pre-drilled holes: -For Worksurface Width: 60 x Depth: 24 -For Worksurface Width: 48 x Depth: 24 Shape: Large Base Long Flat Feet for 60 wide worksurface; Short Base Long Flat Feet for 48 worksurface. Standard adjustable height range (electric-operated or counterbalance adjusting legs): 22.5 - 48.7. Frame set: 2-Leg frameset, with structural crossbar; electric frame set operated with a standard UP/Down control switch, or counterbalance adjusting legs with a release paddle. 2-Leg foot kit: Flat feet. Frame set & foot kit finish and color: Metallic Silver. GREENGUARD certification or equivalent, with up to 75% of recyclable content. All Sit-To-Stand leg sets shall have adjustable glides providing.5 of adjustment. Warranty: 10-year Comparable product: equal to Float Adjustable-Height Legs Sets, by UNICOR. All finishes shall be selected and approved by VAMC requesting interior designer. Items 3 - Basis of Design for Keyboard Tray for STS desks Thin-Profile Keyboard Tray System for desks: Size: 25 W x 9 D Metal finish: Paint. Paint color: Black. With tilt adjust mechanism. Vinyl palm rest. Mouse platform, both right and left-handed. Keyboard tray must have a 12 -12.5 track length that is shallow enough to fit Sit-To-Stand desks with a crossbar running across, and underneath the worksurface. Warranty: 10-year Comparable product: equal to Float keyboard Tray for Sit-To-Stand desks, by UNICOR. All finishes shall be selected and approved by VAMC requesting interior designer. Item 4 - Basis of Design for Ergonomic Desk Chair with Headrest Freedom Task Chair with Headrest by Humanscale through Unicor: Weight: 38 pounds. Chair Width: 27.25. With Adjustable Armrests. With Adjustable Seating Height. Base Width: 25. Base with five dual casters: for both softy and hard flooring. Frame Color: Graphite. Upholstery: Black Vinyl, PVC-Free Fabric. The facility will not accept cloth fabric option as many of these chairs will be placed in clinical areas with stringent infection control guidelines. Warranty: 10-year Comparable product: equal to Freedom Task Chair with Headrest, by UNICOR. All finishes shall be selected and approved by VAMC requesting interior designer. Item 5 - Basis of Design for Ergonomic Desk Chair with Headrest Freedom Saddle Stool by Humanscale through Unicor: Weight: 14 pounds. Chair Width: 22. With Adjustable Seating Height. Base Width: 22. Base with five dual casters: for both softy and hard flooring. Frame Color: Graphite. Upholstery: Black Vinyl, PVC-Free Fabric. The facility will not accept cloth fabric option as many of these chairs will be placed in clinical areas with stringent infection control guidelines. Warranty: 10-year Comparable product: equal to Freedom Saddle Stool, by UNICOR. All finishes shall be selected and approved by VAMC requesting interior designer. Lead Time and Delivery: Portland VA Medical Center is expecting a 5-to-6-week lead time after the award. The facility is requesting all STS desk legs, STS keyboard trays, and seating to be shipped directly to our main warehouse facility located at: Vancouver Warehouse 1601 E FOURTH PLAIN BLVD Vancouver WA 98661 Special Delivery Note: Prior to delivering furniture items to our medical center, the vendor must notify the facility s furniture warehouse staff one week in advance to prepare for receiving requested furniture items. Potential contractors shall provide, at a minimum, the following information to robert.hamilton8@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 Furniture, Hospital Manufacturing. To be considered a small business your company must be less than the following size standard: 750 employees. This notice is to determine the marketplace for this specific requirement. Please check the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no 8a/Hubzone Small Businesses [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Distributors or Resellers must be authorized by the manufacturer and provide proof of such agreement to be considered for award. 6) Any equal items, be sure to include product information/specifications that outline how your product meets or exceeds the preferred manufacturer. Responses are due by 05/21/2018 12:00 PM EST, to the Point of Contact. Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov 360-852-9880 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/9601/listing.html)
 
Document(s)
Attachment
 
File Name: 9601 9601_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288596&FileName=9601-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288596&FileName=9601-000.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: Vancouver Warehouse;1601 E Fourth Plain Blvd;Vancouver, WA
Zip Code: 98661
 
Record
SN04914082-W 20180510/180508230823-7fbac6016eca5810b787166b6b21db16 (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.