Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

71 -- Administrative Furniture - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0590
 
Response Due
9/16/2019
 
Archive Date
10/16/2019
 
Point of Contact
Valaria Juarez
 
E-Mail Address
Valaria.Juarez@va.gov
(valaria.juarez@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote (RFQ) #: 36C259-19-Q-0590 Administrative Furniture This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to valaria.juarez@va.gov no later than 2:00 pm ET, September 16, 2019. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0590 the government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 continued effective 13 August 2019. The North American Industrial Classification System (NAICS) code for this procurement is 337215 with a small business size standard of 1000. This solicitation is a 100% SDVOSB set-aside List of Line Items: ITEMS 4 of each item Office Chair, Quantity 4 each DESCRIPTION: Office Task Chair w/arms MTR:TS2 Salient Characteristics: To include minimum of the following specifications: a. Flexible Back: High Performance Elastomer or equal material b.      Weight Capacity a minimum of 300 lbs. c.      Metal five-star base with carpet casters Adjustments a.      Independent lumbar support w/ height and depth adjustability b.      Seat slider adjustable up to 3 c.      Back: height and angle d.      Seat: pneumatic height, synchronized back to seat recline angle, tilt tension, forward tilt stop e.      Arms: post width, height, width, arm pad 360 degrees Options a.      Extended height range cylinders from 14 to 22 b.      Choice of two back size options with built-in lumbar support c.      Multiple caster options for hard surface, soft surface, rubber flooring or a multi-function caster for varying floor types d.      Multiple seat materials to include, mesh, plastic, or multi-density foam cushion, with waterfall front e.      Chrome 5-star base f.      Textile options ranging from fabric to vinyl to include COM/Healthcare grade fabric and the ability to clean using germicide or bleach solution g.      Moisture barrier fabric backing, or barrier wrapped foam Warranty: 24/7 Continuous Shift, 10-year part replacement with 5-year cylinder guarantee   Height Adjustable Desk, Quantity 4 each DESCRIPTION: Hght Electrical Desk MTR: HAW3 Salient Characteristics: To include minimum of the following specifications: a.      Available in 24 -30 D x 36 -140 W in the rectangle configuration. b.      A variety of shapes including rectangular, 90-degree, 120-degree corner configurations c.      25 50 +/- 2 electric height adjustability range d.      Minimum of 220 lbs. distributed load bearing capacity per table. e.      Lifting columns controlled by master and slave motors via a single switch. f.      Electrical 120V, 60Hz, Single phase, 10% duty cycle. Maximum draw 4 amps under full load, idle current is typically 20mA g.      All assemblies meet or exceed ANSI/BIFMA standards h.      Worksurface to allow work tools to be attached. i.      3-stage synchronized lifting columns with integral shrouding. j.      Push button height adjustability k.      Glides have.5 of height adjustment for surface leveling on uneven floors. Glides to not scratch or mar flooring either carpet or hard flooring. l.     Worksurface finish to be HPL m. Edge of table top to include but not limited to T-mold and square option. n.    Wire management is available o.    A rigid design to maximize floor space without sacrificing stability. p.    Full clearance under the worksurface. q.    Electronics are certified by TUV to UL-73 and CSA C22.2 r.    Provide trough to manage wires s.      6'-0 minimum power cord   Cable Spline, Quantity 4 each DESCRIPTION: Protects Cords on Ht. Adj. Desk MTR: DA1 Salient Characteristics: To include minimum of the following specifications: a. Widths in 24 -60, 12 -18 High b.        Must be able to mount on system furniture panels, wall mount and be available freestanding c.          Minimum support weight shall be 60 lbs. d.        Variety of work/organizing tools meeting 5 of the following 13 items; binder holder, letter tray, pen/pencil cup, double square dish, hanging brackets, paper manager, utility hook, slat shelf dividers, universal shelf, telephone caddy, marker board, glove box/tissue box holder, and tack strip e.        Made with heavy duty plastic in a variety of colors to match system s furniture. f.          10-year warranty   Clamp on Power Strip, Quantity 4 each DESCRIPTION: Ht. Adj. Desk Power Strip USB MTR: DA1 Salient Characteristics: To include minimum of the following specifications: a. Widths in 24 -60, 12 -18 High b.        Must be able to mount on system furniture panels, wall mount and be available freestanding c.          Minimum support weight shall be 60 lbs. d.          Variety of work/organizing tools meeting 5 of the following 13 items; binder holder, letter tray, pen/pencil cup, double square dish, hanging brackets, paper manager, utility hook, slat shelf dividers, universal shelf, telephone caddy, marker board, glove box/tissue box holder, and tack strip e.         Made with heavy duty plastic in a variety of colors to match system s furniture. f.            10-year warranty   Cable Basket, Quantity 4 each DESCRIPTION: Desk Accessory for Cords MTR: DA1 Salient Characteristics: To include minimum of the following specifications: a. Widths in 24 -60, 12 -18 High b.        Must be able to mount on system furniture panels, wall mount and be available freestanding c.          Minimum support weight shall be 60 lbs. d.          Variety of work/organizing tools meeting 5 of the following 13 items; binder holder, letter tray, pen/pencil cup, double square dish, hanging brackets, paper manager, utility hook, slat shelf dividers, universal shelf, telephone caddy, marker board, glove box/tissue box holder, and tack strip e.           Made with heavy duty plastic in a variety of colors to match system s furniture. f.              10-year warranty   Mobile Pedestal, Quantity 4 each DESCRIPTION: Drawer box/File Drawer MTR: VF1 Salient Characteristics: To include minimum of the following specifications: a.           A variety of widths 15 and 18 wide and 18, 22, or 28 depths (+/- ¼ ) b.         Counterweight option must be able to be added in the field d.         Smooth steel paint options to match most major metal furniture manufacturers e.         Multiple base heights from a minimum of 1 to 3 (+/- ¼ ) f.           Positive interlock safety function allowing only one drawer to open at a time g.         Drawers shall operate with full extension, telescoping, steel ball-bearing slides for full access to all drawer contents and smooth operation h.         Leveling Glides that provide 1" adjustment range Options: a.       Optional posting shelf b.        Optional label holders c.         Ability to add on modules in the field d.        Common top options to span over multiple units in either laminate or wood   Tower Storage, Quantity 4 each DESCRIPTION: File/Shelf/Wardrobe w/Hook MTR: SC1 Salient Characteristics: To include minimum of the following specifications: a.          A variety of widths 30, 36 and 42 wide and 18 or 20 depths (+/- ¼ ) b.       Counterweight option must be able to be added in the field c.         Lock mechanisms must be flush with the front of the cabinet and cannot protrude past the face of the cabinet d.        Smooth or textured steel paint options to match most major metal furniture manufacturers e.        Ability to add on modules in the field f.          Multiple base heights from a minimum of 1 to 4 (+/- ¼ ) g.        Leveling Glides that provide 1" adjustment range h.        16-gauge steel minimum construction i.            180-degree door swing Options: a.        Door pull options that meet ADA Accessibility Guidelines b.        Common top options to span over multiple units in either laminate or wood c.          Additional modules for combination storage such as sliding door, double swing door or open shelving (bookcase) Description of Requirements for the items to be acquired (salient characteristics/specifications): See Attachment Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 2360 E. Pershing Blvd., Cheyenne WY 82001-5356 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Price. Volume I Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (s): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to valaria.juarez@va.gov by 2:00 pm ET, Monday September 16, 2019. Name and email of the individual to contact for information regarding the solicitation: Val Juarez, valaria.juarez@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0590/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25919Q0590 36C25919Q0590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147216&FileName=36C25919Q0590-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147216&FileName=36C25919Q0590-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05438858-W 20190912/190910231302-69fb20ccb6a9c81b6f36dc35aeb13617 (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.