Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

71 -- HAWORTH ADJUSTABLE TABLES - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) 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
36C26218U0006
 
Response Due
8/24/2018
 
Archive Date
9/23/2018
 
Point of Contact
Mayra Barbosa
 
Small Business Set-Aside
N/A
 
Description
RFQ#:36C26218U0006 PROJECT TITLE: HAWORTH ADJUSTABLE TABLES FOR VETERANS AFFAIRS WEST LOS ANGELES HEALTHCARE SYSTEM This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26218U0006. The Department of Veterans Affairs West Los Angeles Healthcare System, Los Angeles, CA 90037 has a requirement for Haworth Adjustable Tables. The Contractor shall furnish all supplies/services at the West Los Angeles Healthcare System 11301 Wilshire Blvd. Warehouse Bldg. 297, Los Angeles, CA 90037. If you are interested, and are capable of providing the required supplies please provide the requested information and pricing for the line item as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 0001 Haworth, Planes Height Adjustable Table EA 30       TARA-2958-LJSNCS GRADE A                   0002 Haworth, Planes Height Adjustable Table EA 30       SUFB-2754-FU           Modesty Screen and Tack Board         0003 Haworth, Planes Height Adjustable Table EA 15       TARA-2946-LJSNCS GRADE A                   0004 Haworth, Planes Height Adjustable Table EA 15       SUFB-2742-FU           Modesty Screen and Tack Board         0005 Haworth, Planes Height Adjustable Table EA 30       TARA-2358-LJSNCS GRADE A                   0006 Haworth, Planes Height Adjustable Table EA 30       SUFB-2754-FU           Modesty Screen and Tack Board         0007 Haworth, Planes Height Adjustable Table EA 15       TARA-2346-LJSNCS GRADE A                   0008 Haworth, Planes Height Adjustable Table EA 15       SUFB-2742-FU           Modesty Screen and Tack Board         0009 Haworth, Planes Height Adjustable Table EA 10       TARA-2340-LJSNCS GRADE A                   0010 Haworth, Planes Height Adjustable Table EA 10       SUFB-2736-FU           Modesty Screen and Tack Board         0013 Installation/Relocation of 2 Stations only JB 1                             Include shipping cost on the items price. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal, a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. Vendor Requirements: 1. Vendor shall provide delivery. 2. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery. 3. The pricing terms and conditions of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote. STATEMENT OF WORK This project is part of the Department of Veterans Affairs Greater Los Angeles Veterans Health Care System Located at: 11301 Wilshire Blvd., Los Angeles, CA 90073 INTRODUCTION This statement of work (SOW) describes the requirement for the need of Adjustable Height Tables to accommodate not only Ergonomics but to also to replace those that area worn, broken and beyond warranty and repair, as well as additional ordered to keep in stock. SCOPE OF WORK: This project consists primarily of the following: (a) 30 Planes Tables, 30 x60 (b) 15 Planes Tables, 30 x48 (c) 30 Planes Tables, 24 x60 (d) 15 Planes Tables, 24 x48 (e) 10 Planes Tables, 24 x40 including Modesty Screens for all the adjustable tables to be delivered to the above address. Do not use VA dumpsters for disposal of scrap/waste without prior VA approval. OVERVIEW VA Greater Los Angeles Healthcare campus will have adjustable tables provided in multiple locations. Delivery is to occur between the hours of 8:30 am and 12:00 pm, during normal working hours. SPECIFICATION 1 3/16 thick Top Electric Adjustable Height table with modesty/tackboard screen combination (27 H min.) and C-leg for knee clearance and room for lower storage Includes power/data, power cords and glides Weight Capacity: 250 lbs. Finish: Top: Absolute Acajou (WY160SD) Trim/Frame: Smoke Design Intent: QUANTITIES The quantities of each item are listed as noted below. Awarded vendor shall include purchase order number on all shipping labels to include contents. ITEM DESCRIPTION UNIT QUANTITY 0001 Haworth, Planes Height Adjustable Table EA 30   TARA-2958-LJSNCS GRADE A     0002 Haworth, Planes Height Adjustable Table EA 30   SUFB-2754-FU Modesty Screen and Tack Board     0003 Haworth, Planes Height Adjustable Table EA 15   TARA-2946-LJSNCS GRADE A     0004 Haworth, Planes Height Adjustable Table EA 15   SUFB-2742-FU Modesty Screen and Tack Board     0005 Haworth, Planes Height Adjustable Table EA 30   TARA-2358-LJSNCS GRADE A     0006 Haworth, Planes Height Adjustable Table EA 30   SUFB-2754-FU Modesty Screen and Tack Board     0007 Haworth, Planes Height Adjustable Table EA 15   TARA-2346-LJSNCS GRADE A     0008 Haworth, Planes Height Adjustable Table EA 15   SUFB-2742-FU Modesty Screen and Tack Board     0009 Haworth, Planes Height Adjustable Table EA 10   TARA-2340-LJSNCS GRADE A     0010 Haworth, Planes Height Adjustable Table EA 10   SUFB-2736-FU Modesty Screen and Tack Board     SUBSTITUTION REQUESTS No substitution requests will be accepted. All bids must include exact specifications as indicated in section 2.2.1 Sections. WARRANTY All workmanship and furniture quality shall be covered under a standard warranty. VENDOR FURNISHED ITEMS AND RESPONSIBILITIES The selected vendor shall furnish all items as described in the statement of work. DELIVERY DELIVERY GLA Interior Designer will coordinate the delivery date and time with the selected vendor. INSTALLATION GLA Interior Designer will coordinate the installation date and time with the selected vendor. Installation to include putting together only two (2) of the 30x60 adjustable desk with modesty/tackable screen. All other items to be drop shipped. EVALUATION OF PROPOSALS Proposals shall be evaluated based on in order of importance Price, Quality, Time of Delivery. INSPECTION AND ACCEPTANCE The Interior Designer shall inspect the delivery and sign off of any and all missing or damaged products in the form of a delivery manifest, vendor provided. The Interior Designer shall ensure all delivery of merchandise is completed and received satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTS Vendor shall deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Vendor shall package to prevent damage or deterioration during shipment, handling, storage and installation. Vendor shall store products in dry condition inside enclosed facilities. All prices quoted at the placement and acceptance of order shall be firm fixed price. All delayed delivery arrangements, within 60 days, shall be at no additional cost to the Government. Interference to Normal Function: The selected vendor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, work performance may be stopped and rescheduled at no additional cost to the government. The selected vendor s personnel shall inform the Interior Designer or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with Interior Designer or designee. Salient Characteristics & Specifications for Haworth Planes Height Adjustable Tables Department of Veterans Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Project: VAGLAHCS Height Adjustable Tables Project - Stock Transaction Number: 691-18-3-5064-0126 GENERAL VA Greater Los Angeles Healthcare System is in need of Adjustable Height Tables to accommodate not only Ergonomics but to also to replace those that area worn, broken and beyond warranty and repair, as well as additional ordered to keep in stock. 2. STATEMENT OF LINE REQUIREMENTS Planes Height Adjustable Table Adjustable height allows universal comfort that encourages productivity C-leg base allows for knee clearance and room for lower storage Electric adjustment provides several ranges of height Optional wire management storage under the work surface that can keep wires organized Optional privacy screens that attach to the table 3. PRODUCT SPECIFICATION AND MEASUREMENTS Planes Height Adjustable Table Single Sided Bench, Freestanding, Electrical Adjustment QTY: (30) Planes Tables, 30x60 w/ attached Modesty Screens & Tack board Combo (15) Planes Tables, 30x48 w/ attached Modesty Screens & Tack board Combo (30) Planes Tables, 24x60 w/ attached Modesty Screens & Tack board Combo (15) Planes Tables, 24x48 w/ attached Modesty Screens & Tack board Combo (10) Planes Tables, 24x40 w/ attached Modesty Screens & Tack board Combo Finishes: Laminate top Absolute Acajou (WY160SD) Trim/Frame Smoke 1 3/16 thick top C-leg base with two telescoping posts Power and data included Electric height adjustable controls Height adjustment: 1.4 per second Includes a power cord that connects to the electric height adjustment mechanism Glides included Weight capacity: 250 lbs 5. ENVIRONMENTAL REQUIREMENTS/Sustainability: Planes Height Adjustable Table BIFMA level 3 GREENGUARD FSC Contributes to LEED ETL Listed to US 962 Manufactured in the USA 88% recyclable materials 63% recycled content 6. WARRANTY Vendor shall provide manufacture standard warranty on the product CLAUSES INCORPORATED BY REFERENCE FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. Oct 2016 FAR Clause 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Oct 2015 FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items. Jan 2017 FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items. Jul 2018 FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation. Jul 2013 FAR Clause 52.222-26 Equal Opportunity. Sep 2016 FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities. Jul 2014 FAR Clause 52.225-1 Buy American Supplies May 2014 FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases. Jun 2008 CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-1, Instructions to Offerors Commercial Applies to this acquisition and the following addenda to the provision. (a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. (b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. (c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. FAR 52.212-2(a) Evaluation Commercial Items (Oct 2014) Applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Offerors shall include a completed copy of the provision at with its offer. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. VAAR CLAUSES 852.203.70 COMMERCIAL ADVERTISING (JAN 2008) 852.232-72 Electronic submission of payment requests. As prescribed in 832.7002-2, insert the following clause: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org ) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 337214 Size Standard 1,000 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Friday, August 24, 2018 at 11:00 AM PST. NO EXTRA TIME WILL BE GIVEN, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Mayra Barbosa, Contracting Specialist at Mayra.Barbosa@va.gov with 36C26218U0006 and HAWORTH ADJUSTABLE TABLES in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0006/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218U0006 36C26218U0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548793&FileName=36C26218U0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548793&FileName=36C26218U0006-000.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: VA West Los Angeles Healthcare System;11301 Wilshire Blvd.;Warehouse Bldg. 297;Los Angeles, CA
Zip Code: 90037
 
Record
SN05043771-W 20180819/180817231159-02755b4049433b63668ac7fe0fd1378d (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.