Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
DOCUMENT

71 -- Office Furniture for Finance for VALLHS - Attachment

Notice Date
7/24/2018
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9793
 
Response Due
7/31/2018
 
Archive Date
10/29/2018
 
Point of Contact
Jason J White
 
E-Mail Address
6-2236<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26218Q9793 Posted Date: 07/24/2018 Original Response Date: 07/31/2018 Current Response Date: 07/31/2018 Product or Service Code: 7110 Set Aside (SDVOSB/VOSB): SDVOSB Set-Aside NAICS Code: 337127 Contracting Office Address Dept. of Veterans Affairs Network Contracting Office (NCO) 22 4811 Airport Plaza Drive Long Beach, CA 90822 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 in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees. The NCO 22, 4811 Airport Plaza Drive, Long Beach, CA 90822 is seeking to purchase Office Furniture for Finance for VA Loma Linda Healthcare System. All interested companies shall provide quotations for the following: Supplies B.3 STATEMENT OF WORK Project Schedule: Project Coordination Award Meeting: Within 5 business days of award notification. Site Review: by Manufacturer Dealer-Installer for field measure: Within 5 business days of award notification Final Installation Drawings: Manufacturer and Furniture Dealer-Installer submittal of Installation Drawings for review and approval: Within 7 business days of receipt of award notification Manufacturer provided shipping dates: Within 4 business days of selection of all colors, materials and fabrics for products purchased Installation of product: Coordinated with the COR. TBD. Installation Inspection: Awarded Vendor shall schedule punch with Interior Designer contact 5 business days prior to installation completion. Installation inspection shall take place no more than 5 business days after installation completion Acceptance of product and work by VA Interior Designer: Time to be determined. Final acceptance will not occur until all punch items have been corrected. Product Delivery Location: Product is to be shipped to the dealer or installers warehouse and delivered to the work space of the Client Agency s Delivery Address Prior to providing a submittal an optional site visit shall be conducted. If you wish to participate, Contact the Contracting Officer. Participating vendors will meet in the main lobby of the bldg. the VA will provide information regarding the paths of travel, size and capacity of the elevator, and size of hoist way opening and loading dock access and rules Items that require special moving requirements (i.e. door enlargement, freight on top of the elevator, etc.) will be funded and coordinated by user agency Quote Preparation: Provide a complete technical submission detailing all of the requirements listed in this solicitation packet. All technical submissions must be in the following format and in the following order; Cover Page: At a minimum, the following information must be included: solicitation number, client/agency name and delivery location, name of company submitting the proposal, date, and a list of the manufacturers used in the proposal. Any additional information may be added at the bidders discretion. Administrative: Past Performance References including the name of the organization, period of performance, dollar value and contact information for the primary contact person for 3 projects that were completed for similar work within the past 3 years. Complete List of Items organized by room with item quantities and Warranty Information Project Delivery and Installation Schedule Product Details: Detailed Specifications for each item specified with an attached image Dimensioned, detailed, drawing of each typical areas needed to best depict proposed product(s) Plan view and isometric view or elevations with legend or keyed notes matching the Complete List of Items ANSI/BIFMA: Certificates of ANSI/BIFMA compliance certificates labeled with the product(s) that it applies to Environmental: Environmental Testing Certificates labeled with the product(s) that it applies to. Warranty: Warranty Certificates labeled with the product(s) that it applies to. Teaming: Copy of teaming agreement(s) with any vendors or manufacturers. Non-Obsolescence: Non-Obsolescence policies labeled with the product(s) it applies to. Installation Plans and Sample Submittals: The Awarded Vendor is required to do the following: Prepare installation plans based on this solicitation requirement to ensure any problems and dimensional conflicts are identified and resolved prior to the start of the installation. Verify dimensions to ensure that specified product will fit in the space as shown on the plan prior to installation and advising the VA of conditions found which will not allow specified items to fit as shown on the drawings Any problems, which would impact installation, shall also be reported to the Contracting Officer and resolved prior to start of installation Provide AutoCAD files of installation plan to the Interior Designer on CD Rom The Awarded Vendor shall attend meeting(s), as requested, with the VA and other contractors for coordination purposes. Permits and Building Access: The Awarded Vendor shall obtain necessary clearances (including proof of insurance, if required by the COR) or permits for all personnel. User agencies are responsible for coordinating entry and clearances for site access by vendors Prior to the start of work the Awarded Vendor shall advise the COR of existing damage and conditions which are present on a marked and noted copy of the floor plan or by written memo if it occurs beyond the immediate work site. Personnel Requirements: The Awarded Vendor shall furnish all necessary supervision and labor for each day that work is scheduled. The Awarded Vendor shall utilize qualified and experienced personnel. The Awarded Vendor shall coordinate with the COR to determine the level of background check needed to admit the laborers into the building The Contractor will be responsible for confining its crew and work to the designated project areas. The Contractor will also be responsible for ensuring that the installation personnel are identifiable VA representatives may require the Contractor to remove any employees from the job should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on VA controlled property Installation: Delivery and installation services include inside product delivery and coordination, unpacking, inspection of product for shipping damage, placement, set-up, assembly and leveling of product in accordance with any recommended manufacturer instructions/guidelines to conform to the requirements and drawings of this RFQ and approved installation drawings provided by the Awarded Vendor. The installation services shall include removal of all product packing materials from the government work space and buildings and shall also include wipe down of handling marks, fingerprints and air borne soil from all furniture surfaces and parts prior to final review of the installed product. The Contractor shall ensure that all products and installation comply with the General Specifications in the Schedule for 65A11. Medical Equipment & Supplies Installation Equipment and Materials: The Awarded Vendor shall furnish all necessary material and equipment including padding or other protective material for the interior of the building. The Awarded Vendor shall provide Masonite sheets taped to the carpet in major walking paths and primary entry to the work space to be installed. All walls, corners and door frames on path of delivery must be protected. All material handling vehicles shall have rubber clad wheels. Forklifts and power walkers can only be powered electrically or by battery and no propane or gas sourced vehicles can be used Damage Responsibility: The Contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful Contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru, and daily submissions of checklists to the designated agency representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the Contractor to protect the building (elevators, walls, floors, etc.). Any damage to walls, corners, doors etc. will be charged to awarded vendor. Building Utilities: The Contractor s work shall not interrupt building utility services without the prior written approval of the customer and the Construction Manager. The Contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation on each floor. The Contractor shall be responsible for all replacement costs, including communications, shipping, and installation Cooperation with Other Vendors: The Awarded Vendor is required to cooperate with other vendors who may be performing other services during the installation, such as installations for telephones and cabling which must be run through the systems furniture. The Awarded Vendor shall notify the COR immediately of an unexpected building or construction related conditions or damage found on his product Waste Disposal: The Contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The Contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the Contractor. The Contractor shall at all times keep the job site, including staging and storage areas used by the Contractor, free from accumulations of waste material or rubbish. This material shall be removed on a daily basis to eliminate the accumulation of debris. Prior to completion of the work, the Contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the Contractor or used under the Contractor s direction Cleaning: The Contractor shall clean and dust wall and floor surfaces affected by the installation of their product upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the space for occupancy and immediate use Authorized Changes: The Government is not responsible for payment for any changes during installation that are not in accordance with the approved design. If changes are required, the Contracting Officer for the delivery order must approve a modification prior to the change being implemented Changes performed by the Contractor, either of his own volition or at the request of an individual other than the CO, including other VA or agency officials, are not authorized and will not be reimbursed. In the event additional parts are required, a modification to the delivery order must be obtained from the CO prior to ordering. Inspection and Acceptance: The Awarded Vendor shall notify the VA representative and the client agency contact person at least five days in advance of the time when the installation will be completed so an inspection may be scheduled The Awarded Vendor representatives for final inspection and acceptance of the product and related work shall include furniture dealer s account manager, installation team supervisor and one laborer. A list of incomplete or unacceptable items shall by prepared by VA and provided within 24 hours after the inspection Items listed which are unsafe or unusable, shall be corrected immediate. All other items shall be repaired within (10) ten working days of the inspection. The Awarded Vendor shall notify the VA CO when all items have been delivered, are complete and/or accepted Final acceptance of the project will be determined by the VA COR Roles and Responsibilities: Role and Responsibilities of Government: The Contracting Officer (CO) has overall responsibility for the administration of the delivery order. He/she alone, without delegation is authorized to take action on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, etc. Responsibilities may be delegated to other representatives. The Contracting Officer Representative (COR) responsibilities include: Determining the adequacy of performance with the terms and conditions of the contract in consultation with tenant agency personnel Advising the CO of any factors, which may cause delay in performance of the work Requesting modifications to the contract when required Recommend approval to Contracting Officer for requests for payment Provide coordination with the client agency and access and use to the building for the Awarded Vendor. Salient Characteristics / Furniture Specifications Loma Linda VA Corporate Business Center Offices Furniture Redlands, California General New furniture for 5 social workers in room 130 and one person in room 122. Furniture is being upgraded to accommodate privacy needs and ergonomic needs to include height adjustable tables. Warranty Requirements All non-seating manufacturers must offer a lifetime warranty that product is free from defects in materials and workmanship (Includes shipping, parts and labor for the repair or replacement of defective items.) Lifetime warranty exception: Metal Paint colorfastness 4-year warranty. Lifetime warranty exception: Performance Table Top Laminate one-year (1) warranty. All other Laminate surfaces ten-year (10) warranty. Height adjustable mechanisms exception: Five-year (5) warranty. Height adjustable table exception: Twelve-year (12), 24/7 warranty. Accessories exception: Fifteen-year (15), 24/7 warranty. Light fixture exception: Five-year (5), no warranty on lamp. All Seating 12-year warranty, with factory repair or replacement of defective seating, free of charge. Casters and glides exception: Minimum of 5-year warranty. Fabric vinyl exception: Minimum of 3-year warranty with normal use. Height adjustable mechanisms exception: Five-year (5) warranty. Testing, Technical Specification and Code Requirement Must meet or exceed all current ANSI/BIFMA standards for structural quality. All Seating must be tested and warranted for users 300 lbs. or greater. Additional requirements may be required per line item and shall be called out in Salient Specifications. All Seating must follow the ergonomic guidelines established in BIFMA G1-2013. Provide documented proof that packaged product underwent shipping vibration and shock testing to ensure product received at site is undamaged. Environmental Features Shall be constructed free of environmentally hazardous materials such as PVC, CFC, solvent-based adhesives, heavy metals (chrome, lead and mercury) and benzene. Paint is VOC-free powder coat type. Wood products are to be FSC certified. Must be constructed free of environmentally hazardous processes such as those that product VOC s and deplete ozone. All items must be able to achieve a minimum of 35% recycled content capability. All furniture items must be able to achieve a minimum of 94% recyclable capability. PVC-free edge banding shall be standard on laminated wood tops to avoid potential long-term human and environmental impacts that have been associated with the manufacture and future disposal of PVC. Product shall have certification of environmentally intelligent product design from a third party, such as MBDC Cradle-to-Cradle Certification, California CHPS 1350 Indoor Air Quality, etc. In lieu of disposing furniture in a landfill at the end of its useful life, the manufacturer provides opportunities for the VA to either recycle or refurbish used furniture for repurposing, extending the useful life. Certifications Furniture must be certified to meet the emissions requirements of the California DPH Standard Practice for the Testing of Volatile Organic Emissions from Various Sources-2004 (CA Section 01350) and ANSI/BIFMA X7.1 Standard for Formaldehyde and TVOC Emissions of Low-emitting Office Furniture Systems and Seating using either the open plan or private office exposure scenarios defined in ANSI/BIFMA M7.1 Standard Test Method for Determining VOC Emissions from Office Furniture Systems, Components, and Seating. Testing must be conducted in accordance with ANSI/BIFMA M7.1. Certification must be provided by an organization independent of the manufacturer as well as from the testing laboratory, in accordance with the requirements of ISO/IEC Guide 65 General requirements for bodies operating product certification systems. Seating must meet at a minimum Level 2 certification to ANSI/BIFMA e3 standard. All other product must meet at a minimum Level 1 certification to ANSI/BIFMA e3 standard. Furniture bid must meet one of the following certification standards: 1. SCS Indoor Advantage and Indoor Advantage Gold or GREENSGUARD Gold Certification. Manufacturer must give preference to wood vendors who provide wood products from certified forests. Forest certification programs focus on ensuring that forests are managed so that harvesting doesn t exceed the growth rate of the trees. Certification also ensures that the use of pesticides is minimized and that soil and water quality is maintained or enhanced by forest management activities. Preference may be given to manufacturing within 500 miles or by providing shipping documentation supporting rail or over water transportation to installation site, provided all other salient specifications are met 100%. For purposes of this procurement only, LEED certification level is Silver. Fulfilling this point requirement MAY or may not be required. Please indicate how each of your line items may meet this requirement. Seating must meet California Technical Bulletin 133: Flammability Test Procedure for Seating Furniture for Use in Public Occupancies (CTB 133). Testing certification documentation must be presented upon request. Keying All new locked storage units must be keyed alike in each work station and/or office and differently from work station/office to work station/office. Provide 2 master keys to the client agency POC for each core number. Finish Colors Metal components shall match Herman Miller Metallic Silver or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Laminate Worksurfaces shall match Wilsonart 7909-60 Fusion Maple or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Worksurface PVC-free plastic edge band is applied to the entire perimeter of the top to prevent any out gassing from exposed particleboard. Edging to match Wilsonart 7909-60 Fusion Maple (or EQUAL) grain pattern and color. Fabrics and chair finishes shall be called out according to specific upholstery unit. All public seating must be bleach cleanable. VA Designer will allow for slight, nominal variances ONLY. Designer must approve submittals for color variations from match or EQUAL prior to bid acceptance. Required Features per Item Quantities listed below Work Stations Requirements: For purposes of this procurement the Basis of Design is: Teknion Leverage panel system or EQUAL with Surface Materials and required options including: 66" High Work Station Panels and Connecting Brackets. Widths vary. Finishes/Options: Trim Paint: Platinum Panel Fabric: Grade A Wired Up 1017 in Circuit W744 Mobile Pedestal w/Cushion. Box/File, 18"Dx15"W, Metal, Full Pull. Includes keys, master key and counterweight kit. Finishes/Options: Paint: Platinum Cushion Fabric: Grade 1 Fundamentals in Brier E518 Teknion Side Opening Storage Cabinet 65.6"H x 24"W x 24"D, BBF, Side and Front Open Shelf, Full Pull. Model #LSLS5024246612AAL/LSLS5024246612AAR Finishes/Options: Paint: Platinum *Refer to Drawing attachment for details/locations General Notes: The work surfaces used for work stations will be comprised of panel supported components, unless noted otherwise, or in the case of adjustable height tables. The work surfaces shall consist of standard, modular lengths to accommodate defined tasks. The work surfaces shall have standard depths of 18", 24" or 30" as required to accommodate the defined tasks. Any required custom work surface shapes shall meet or exceed the performance ratings of a standard work surface. The furniture system shall have a modular power and data distribution system that connects to the building feed and supports a minimum of 4 workstations. The utility distribution system should be below the work surfaces, providing easy access without the need to use special tools or alteration of components, such as with a continuous slot opening or grommets to allow for user connection of PC's, telephones and other equipment to the utility distribution system. The work surfaces must align with adjacent surfaces, units and components. All work surface components must be height adjustable within a typical ergonomic range to support differing occupant needs, and be easily adjustable without the use of special tools or expertise. In cases where sitting to standing height adjustable work surfaces are needed, the work surface must match the non-adjustable surfaces in style & construction and must be easily adjustable by the end users without the use of tools or assistance by others. Panels and Frames: Panel thickness: 3 STC: 18 minimum NRC:.65 minimum Panel Height: Overall height throughout shall be noted on detailed drawing. Panel Length: Length shall be 18 -60. No panels over 60 due to stability. Textile Quality: Manufacturer s middle quality standard line. All fabric panels shall be tackable acoustic material unless otherwise noted on detailed drawing. Laminate, Metal and Hard materials: All panels other than fabric shall be from manufacturer s standard finish line. Panels or tiles: Panel sizes are dimensioned on typical work station drawings. All panels shall be free of imperfections. Panel Tiles shall be replaceable in the field and be removable without tools to allow for internal access to the panel frame, telecommunications and data cabling. Frame: Shall allow for vertical adjustments of workstation components in 1 increments. Glass Tiles: Glass or acrylic 0.240-.500 (6mm to 12.7mm) thick. Glass finish to be selected from manufacturers standard selection. Framed or frameless noted on detailed drawing. Glides: for systems panels and bases and floor mounted components must have 1 height adjustment capability. Panel Connectors: Painted metal, to be selected from manufacturers standard or medium grade metal finishes. Panel Top Caps and End Caps: Painted metal, to be selected from manufacturers standard or medium grade metal finishes. Panel Bases: Painted metal, to be selected from manufacturers standard metal finishes. Raceway: To be a minimum of 3.5 H on electrified panels. Electrical and Data Services: Raceway: Provide for all electrified panels. All panels 30" or wider will accommodate up to four base-line duplex outlets per panel (2 duplexes per side). 24" W base panels will accommodate up to two base-line duplex outlets (1 duplex per side). Should be a minimum 3.5 H Integral Electrical-data distribution systems: should be integral with systems product and made or provided specifically for the manufacturer s system. Whips/power poles: Work stations shall be wired in clusters/groups of no more than 6 work stations per whip or pole. Whips or poles shall be provided to the building electrical contractor. The building electrical contractor will make the initial electrical connection and the furniture installer shall continue the distribution within the work stations. Electrical and data cable shall be held off the floor to improved integrity of the services and appearance of the installation. Electrical systems: 8 wire 4 circuit system. No more than 4 workstations per normal circuit, no more than 6 workstations per isolated ground. Shall be enough power feeds to supply a minimum of 8 computer circuit amps (isolated ground) per workstation Shall provide a minimum of 4 utility common ground amps per workstation Electrical Devices: Shall be located with whip feed in the base (or power pole). Shall be UL labeled. Shall be visibly different for clean and match the systems base color for dirty. Duplex or triplex outlets are acceptable. Place outlets according to detailed drawings. Low Voltage Data/Cabling: Panels shall have the holding capability for five CAT-6 cables, a total of twenty CAT-6 cables for group of 4 workstations. Provide cable tray if required by panel system for powered panels only. Personal Storage Tower: Wardrobe, 3 Shelves (2 Adjustable), 1 Box Drawer, and 2 File Drawer Cabinets: 1. Cabinet: Overall depth: 23 D min. 24 D max. Overall height: 64 min. 66 max. Overall width: 24 W Sturdy welded construction with a minimum of 22ga. (.030 ) steel components, reinforced with at least 22ga. vertical steel upright side braces and horizontal back braces to minimize racking and misalignment. Back must be finished to allow cabinet to be used in the open plan without wrapping with panels to save money. Standard 1.5 H 2.5 H toe kick base shall be integral to the cabinet. Base shall include adjustable glides in each corner with an adjustment range of 7/8 1 for installation on uneven floors. Coat rod shall be provided in wardrobe storage section. Hook is not acceptable. Doors shall feature flush fronts with full-height or full width integral pulls. Locking Wardrobe section separate from locking 6 /12 /12 drawer bank configuration. Keyed to match. 2. Fixed and Adjustable Shelves: Two (2) adjustable shelves shall fit within the overall depth and width of drawer/shelf side of combination storage unit. Repositioned increments of adjustable shelves must be at least ¾ and maximum of 1 in separation, with 75% of allowable height space coverage to provide the maximum adjustment range. Shelves shall be at least 18ga. (.047 ) steel for impact resistance, durability and rigidity. Front edge of shelf shall feature a full-width, full-round bullnose or full square flange of at least 5/8 thickness 3. Drawers: Steel drawer fronts must be 22ga. (.030 ) steel and shall feature a flush front with attached pull. One (1) 6 Box drawer: Depth shall be full depth of overall cabinet depth. Width shall be standard width to accommodate hanging letter sized office supplies. Height shall be minimum of 4 H and not to exceed 6 H. Small sliding pencil tray shall be standard feature as interior accessory to the 6 Box drawer or added as an additional line item. Two (2) 12 File drawers: Depth shall be full depth of overall cabinet depth. Width shall be standard width to accommodate hanging letter file frames. Height shall be a minimum of 9-1/4 12 maximum. File drawers shall include minimum of two (2) standard adjustable hanging file folder bars for turned 90 degrees to accommodate legal size files. Drawer fronts shall feature a 22ga. (.030 ) steel innerhead on the inside to provide a finished appearance and to shield the interior of the drawer from the lock mechanism. Progressive, heavy-duty steel suspensions shall allow for complete, full depth access to drawer and rollout shelf/drawer contents. 4. Construction minimum requirements: Steel case backs shall be hemmed on exposed sides for safety and stiffness using reinforcement with horizontal steel braces. Steel case sides shall be flanged on top and side for safety and stiffness using reinforced vertical steel upright braces with slots for precision placement of adjustable shelves. Steel Top shall have flanged edges, welded in the corners with steel reinforcing channel for support of top loads. Bases shall provide features to accommodate counterweights and shall be field retrofitable. Glide feet must be a hex-shaped 13ga. (.085 ) steel base that provides a stable contact area with the floor and is easily adjusted with a wrench. Hinge Door skin shall be at least 20ga. (.036 ) steel with hinge brace and lock brace with at least 22ga. (.030) steel. Hinge bracket shall be at least 18ga. (.047 ) steel. Work Surfaces: Construction: Grade M2 or M3 particleboard or a 45lb Class MD medium density fiberboard core. Interior core thickness: 13/16 1 ¼ thick. Laminate to be 0.050 thick, high pressure laminate Underside must have a backer material to prevent warping Laminates shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Edge: 2mm edge band on front 2mm edge band on sides and back Wire management offset, scallops or grommets are acceptable. Support: Panels, brackets or legs shall be provided. These shall not obstruct the ADA/ABAAS required knee and toe clearances for accessibility. Unsupported work surfaces 47 or longer in length shall have a metal reinforcement channel below the work surface to minimize deflection. Wire Management: 1 clearance between works surface and panel 2.5 scallop cuts or grommets must be provided (Grommet inside diameter shall have a minimum of 2.6 forconnector/plug.) Adjustable Electric Sit/Stand Worksurface: General Notes: Adjustable worksurfaces shall meet Construction, Edge and Support specifications as stated above. 1. Electronics: Minimum distributed load (including worksurface) shall not be less than 220 lbs. Repositioned increments of adjustable shelves must be at least ¾ and maximum of 1 in separation, with 75% of allowable height space coverage to provide the maximum adjustment range. Motors must be UL approved, with low voltage motors, synchronized to each leg to maintain a level worksurface. Motor must be able to run from one-watt of reserved standby power. Motors must be fully enclosed in housing for safety. A DC power supply with 3-prong grounded 6 long power cord for 110V power source shall be provided. Service parts must be guaranteed available for a minimum of 12 years after first order entry date. 2. Leg support: Overall height shall be electronic motor-assisted with infinite increments within the range of 26 H and 42 H. (Top of worksurface to floor) Height adjustment speed shall be at least 1.5 per second. Push button actuator shall be mounted under the worksurface and shall feature intuitive controls with memory-preset capability. User must hold the buttons continuously to engage operation for safety. Preferences given to least stretcher bar structure or connector bar (See ACCESSORIES Adjustable Keyboard Tray) to best accommodate mounting of 3rd party articulating keyboard trays with least possible interference. Surface must meet Distributed Functional Load ANSI/BIFMA weight load requirements without sagging. VA supplied double desktop monitors, large desktop CPU, lamp, telephone, clamping hardware, and minor accessories such as pencil sharpeners stapler, etc. plus daily working paper loads shall be added to overall weight load factors for testing purposes. All electronic motor cords shall be secured appropriately not to be caught or interfere with working clearances. Leg support structure must not conflict with edge clamp-mounted accessories for monitors, lamps and modesty screens. Mobile Pedestal with Cushion Top: Case: Overall depth: 20 min. 22-1/2 D max. Overall width: 15 16 W Sturdy welded construction with a minimum of 22ga. (.030 ) steel components, reinforced with at least 22ga. vertical steel upright side braces and horizontal back braces to minimize racking and misalignment. Back must be finished to allow cabinet to be used in the open plan. Standard 1.5 H 2.5 H toe kick base shall be integral to the cabinet. Wheels (if specified) and construction must accommodate a minimum of 300 lbs. overall weight load. Drawer faces shall feature flush fronts with attached pulls. Pull handle for ease in movement of rolling pedestal shall be included as a standard feature for this procurement. Cushion top to be upholstered soft-top with boxed sewn pillow using double stitching. Drawers: Steel drawer fronts must be 22ga. (.030 ) steel and shall feature a flush front with attached pull. Drawer fronts shall feature a 22ga. (.030 ) steel innerhead on the inside to provide a finished appearance and to shield the interior of the drawer from the lock mechanism. Progressive, heavy-duty steel suspensions shall allow for complete, full depth access to drawer and rollout shelf contents. Box Drawers to include 1 adjustable pencil tray or inserted as a separate line item. File Drawers to accommodate hanging both letter and legal hanging file configurations. Private and Shared Office Stations Requirements: For purposes of this procurement the Basis of Design is: National Office Furniture Model #WWN2469RREFW / WW1728EPW or EQUAL with Surface Materials and required options including: National Return 24x60 with box/box/file pedestal with support grommeted end panel. (2) 30x30 Wood overhead storage with (1) tackboard 42" Diameter wood conference table with round disc base. Base finish: Platinum wood credenza with lateral files, 24D x 72W. Finishes/Options: Edge: Softened Pull: Type and finish TBD Grommet: Center Wood: Finish and color TBD *Refer to Drawing attachment for details/locations Work Surfaces: Construction: Grade M2 or M3 particleboard or a 45lb Class MD medium density fiberboard core. Interior core thickness: 13/16 1 ¼ thick. Laminate to be 0.050 thick, high pressure laminate Underside must have a backer material Laminates shall be bonded to the core with a PVA adhesive in a cold press or hot press process to prevent separation of the laminate from the core. Modesty panel shall be 18 in height and finished with plastic laminate to match the work surface top. Curved/contoured 90 degree intersecting inner corner to accommodate corner mounted keyboard trays 2. Edge: 3mm edge band on front 1mm edge band on sides and back Wire management offset, scallops or grommets are acceptable (Grommet inside diameter shall have a minimum of 2.6 for connector/plug.) 3. Support: Panels, brackets or legs shall be provided. These shall not obstruct the ADA/ABAAS required knee and toe clearances for accessibility. Unsupported work surfaces 47 or longer in length shall have a metal reinforcement channel below the work surface to minimize deflection. 4. Leg support: Overall height shall be electronic motor-assisted with infinite increments within the range of 26 H and 42 H. (Top of worksurface to floor) Height adjustment speed shall be at least 1.5 per second. Push button actuator shall be mounted under the worksurface and shall feature intuitive controls with memory-preset capability. User must hold the buttons continuously to engage operation for safety. Preferences given to least stretcher bar structure or connector bar (See ACCESSORIES Adjustable Keyboard Tray) to best accommodate mounting of 3rd party articulating keyboard trays with least possible interference. Surface must meet Distributed Functional Load ANSI/BIFMA weight load requirements without sagging. VA supplied double desktop monitors, large desktop CPU, lamp, telephone, clamping hardware, and minor accessories such as pencil sharpeners stapler, etc. plus daily working paper loads shall be added to overall weight load factors for testing purposes. All electronic motor cords shall be secured appropriately not to be caught or interfere with working clearances. Leg support structure must not conflict with edge clamp-mounted accessories for monitors, lamps and modesty screens. Item # Description/Part Number* Qty 1 Teknion Leverage 66" High Work Station Panels and Connecting Brackets. Widths vary. 5 ea 2 Teknion Mobile Pedestal w/Cushion. Box/File, 18"Dx15"W, Metal, Full Pull. Includes keys, master key and counterweight kit. 5 ea 3 Teknion Side Opening Storage Cabinet 65.6"H x 24"W x 24"D, BBF, Side and Front Open Shelf, Full Pull. Model #LSLS5024246612AAL/LSLS5024246612AAR 5 ea 4 Grand Stands 3-Leg Electric table Base, 20" height range, with 24/10 foot kit, standard up/down switch. Laminate top 24x66x24x48 and 24x48x66x24. Model #L-2-22-3L 5 ea 5 Grand Stands L-series electric adjustable base, 20" height range, (2) 22" feet, (1) 10" foot, up/down switch, silver finish. Top 36D x 72W extended P shaped wood surface, left hand with softened rim, grommet on the right, wire manager. Wood finish TBD. 1 ea 6 National Return 24x60 with box/box/file pedestal with support grommeted end panel. Model #WWN2460RREFW/WW1728EPW 1 ea 7 National (2) 30x30 Wood overhead storage with (1)tackboards. Model #WW3030SOHMW/NAC6017TBRA 1 ea 8 National wood credenza with lateral files, 24D x 72W. Model #WWN2472CFFW 1 ea 9 National 42" Diameter wood conference table with round disc base. Model #WWN42RDW/CBV2728DRNBP 1 ea 10 SW Fixtures Custom Wood Top Stained to Match existing office. 23x72x84 Peninsula top. 1 1/8" thick work surface in maple veneer with maple veneer edges stained to match existing wood furniture. 1 ea 11 Installation 1 jb 12 Panel and station cleaning for 75 existing work stations. 1 jb Place of Performance Address: 11201 Benton St. Loma Linda, CA Postal Code: 92357 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering price. The government will evaluate information based on the following evaluation criteria: price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: 1 copy of the quote. All quotations shall be sent to the contract specialist electronically. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order or delivery order/task order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quoters must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Tuesday July 31, 2018 by 3:30 pm Pacific Time at electronically. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed offers will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Jason White, JD, Jason.white2@va.gov. Point of Contact Jason White, JD, Contract Specialist, Jason.white2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9793/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9793 36C26218Q9793.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4503536&FileName=36C26218Q9793-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4503536&FileName=36C26218Q9793-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05004154-W 20180726/180724230829-71626f50dfeb8b1173c9c662b7fddf60 (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.