SOURCES SOUGHT
71 -- ERGONOMIC FURNITURE GRANDSTANDS EASY LIFT DIAL TILT WITH ZIP BOARD COMBO
- Notice Date
- 7/28/2020 9:11:08 AM
- Notice Type
- Sources Sought
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1208
- Response Due
- 7/31/2020 3:00:00 PM
- Archive Date
- 08/30/2020
- Point of Contact
- latricia.williams2@va.gov, LATRICIA WILLIAMS, Phone: 562-766-2245
- E-Mail Address
-
latricia.williams2@va.gov
(latricia.williams2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) 36C26220Q1208 - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 337214 (size standard of 1000 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Grandstands Easy-Lift Dial Tilt with Zip-Board Combo with brand name or equal for the VA Long Beach Healthcare System: FY2020 FURNITURE: 23475/3600ZB 1 ERGONOMIC ITEMS GRANDSTANDS Easy Lift Dial Tilt with the Zip Board Combo 23475/3600ZB CS1 180 EA M8.1 2 HUMANSCALE M8.1 Monitor Arm M81 CS2 Option Choice Option Selection DM Combo Mount - Clamp & Bolt-Through S Silver with Gray Trim B Angled Link/Dynamic Link H Crossbar for 2 monitors, with Handle B Standard 100mm x 100mm, black 40 EA V647-0707-210 000 3 HUMANSCALE V6 Viewpoint Technology Wall Stations V647-0707-21000 CS4 Option Choice Option Selection V6 V6 Wall Station 47 47"" Track 07 Arm for Monitor: One 9"" Straight Arm and One 12"" Adjustable Arm- extends 27"" from wall 07 Arm for Keyboard: One 9"" Straight Arm and One 12"" Adjustable Arm- extends 37"" from wall 2 V/Desk: keyboard and writing surface combo 1 Track Mounted CPU cradle 20 EA DE200 4 GRANDSTANDS Mini Corner wedge DE200 CS1 100 EA CPU600 5 HUMANSCALE CPU Holder, CPU600 Holder CPU600 CS3 50 EA 500782100 6 RICHELIEU Height Adjustable Legs (Set of 2) GRAY PROGRAMMABLE SWITCH SMART CIRCUITRY 500782100 HAW3 10 EA 500783100 7 RICHELIEU Height Adjustable Legs (Set of 3) GRAY PROGRAMMABLE SWITCH SMART CIRCUITRY 500783100 HAW3 10 EA SLA FEE 8 SLA FEE (3%) 1 EA STATEMENT OF WORK 1.0 GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for healthcare furniture for [location and project name] that meet the VHA IDIQ specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes Health Care office furniture. Healthcare Furniture technical requirements per VHA Healthcare Furniture multiple award IDIQ The Contracting Officer Representative (COR) Healthcare furnishings include, Case goods, Desks, Filing and storage as detailed in 2.0. The contractor shall provide all materials, transportation, and supervision necessary to satisfy the needs of each ordering activity. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications. Furniture delivery to 5901 E. 7th Street, Building 149 receiving warehouse, Long Beach, CA 90822. Delivery hours will be between 7:30 am and 1:00 pm weekdays. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The contractor shall: Provide the specified product that will meet or exceed the following specifications. Shipment and delivery of new stock furniture / Ergonomic equipment must be arranged with the POC of this contract one week prior to delivery. POC: Cesar R. Buenaflor II, Interior Designer, (562) 340-9948. CS1 Computer Support Tools- Keyboard Trays Salient Characteristics: To include minimum of the following specifications: a. Integral, left/right mouse platform b. Rectangle Keyboard Platform c. Wrist pad on keyboard tray d. Platform made from ¼ durable phenolic e. Tray height and tilt mechanism f. 6.5 Height adjustment (.25 above to 6.25 below track) g. +/- 15° Tilt Adjustment h. Minimum 10-year warranty Options: a. Sit-to-stand mechanism option b. Make-a-Corner option with minimum desk coverage. CS2 Computer Support Tools- Monitor Arms Salient Characteristics: To include minimum of the following specifications: a. Adaptable to single or double b. Gas assists lifting, one finger adjustment and 360-degree movement c. Quick release monitor holder d. Mounting option to include C-clamp, bolt-through, grommet and wall mount e. Wire management down arm f. Dual monitor arms move independent from each other g. Dual monitor arms position two screens side by side with minimum gap h. A minimum of 10-year warranty Options: a. Double pivot or Dual Joint Monitor arm allows for turning monitor 180 degrees b. Sit-to-stand monitor arm option c. Dual tandem monitor arm option d. Triple monitor arm with independent movement or tandem option. CS3 Computer Support Tools- CPU Holder Salient Characteristics: To include minimum of the following specifications: a. Powder coated steel or aluminum b. Adjustable to support CPUs from 3.5"" to 9.5"" wide c. Adjustable to support CPUs from 12"" to 20"" tall d. Must support 40 pounds or greater e. Slide out track Options: a. Rotating track b. Freestanding option with casters. CS4 Computer Support Tools- Wall Mount Workstation Salient Characteristics: To include minimum of the following specifications: Sit to stand height adjustment of 27-57 high (+/- 1"") or separate keyboard and monitor mounts in a single wall track. Extension arms to allow 36 - 56 (+/- 1"") extension into room with 2 dynamic pivot joints to allow user to turn 90 degrees to wall Fold flat against wall to store in 8 (+/- 1"") Or less depth Weight capacity up to 20 lb. Independent monitor and keyboard height adjustments Internal cable management Keyboard and mouse platform to accommodate both functions on a single surface with integral cord catcher, cushioned palm rest of cleanable material, and integral pull handle. Fabricated of powder coated steel or aluminum frame, inherently anti-microbial Options: a. Pivot limiter b. CPU Holder for top or bottom mount c. Writing surface. HAW GENERAL REQUIREMENTS for all HEIGHT ADJUSTABLE WORKSTATIONS a. Surfaces must be hard, and durable to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners. b. Meets or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001). c. Contributes to LEED Credits d. Warranty minimum of 10 years to Lifetime HAW3 Height Adjustable Worktable, sit to stand, Electric, HPL 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 tabletop 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 Prepare and provide specified furniture per MTR specifications. Provide maintenance manuals for all products specified. Quick Ship Option Minimum 10-year Warranty 3.0 KICKOFF MEETING Not applicable 4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received by Friday, July 31, 2020. All questions submitted for this solicitation must be electronically sent to the following email address: latricia.williams2@va.gov. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. 5.0 SUBMISSION OF QUOTATION Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Volume 1: (technical) complete manufacturer s product specifications Bill of Materials tagged per CLIN product literature physical finish and/or finish samples sustainability certification documents complete testing results / certificates mockup samples (list any needed here) warranty. Self-certifying statement confirming ability to meet project deadlines Volume 2: (pricing) price quote with separate line for each item. Bill of Materials with subtotals and tagged per CLIN Submissions can be sent in multiple emails to avoid computer system email size limitation. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. Pricing must be within the established IDIQ Pricing. 6.0 EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per CLIN. Cut sheets with product detail for each line item. Sustainability Certification 7.0 PRODUCT General All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. See attachment for technical requirement of products (MTR). 8.0 SERVICES Not applicable. Design Contract Tasks/Requirements The contractor shall be responsible for providing all sample materials for awarded product (2-Day Delivery) as requested by VA Interior Designer. The product must not be placed into production without clearance from the VA COR. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email a minimum of 7 days prior to delivery. The contractor shall provide 30 days free storage if needed. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. Work Required by Others All work required by other trades shall be identified under this section by the Bidder. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Latricia.williams2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 31, 2020 @3:00p.m. PST. A solicitation will be issued later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/80c4a4a40d5c48cc913f840f29fdbf2b/view)
- Place of Performance
- Address: VA LONG BEACH HEALTHCARE SYSTEM 5901 EAST SEVENTH STREET WAREHOUSE BLDG. 149 LONG BEACH, CA 90822, USA
- Country: USA
- Country: USA
- Record
- SN05736857-F 20200730/200728230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |