Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2022 SAM #7409
SOURCES SOUGHT

71 -- Patient Room Information Boards

Notice Date
3/12/2022 11:36:05 AM
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0518
 
Response Due
3/18/2022 12:00:00 PM
 
Archive Date
06/18/2022
 
Point of Contact
Caroline L Robinette
 
E-Mail Address
Caroline.Robinette@va.gov
(Caroline.Robinette@va.gov)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY.� This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs.� Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists.� Therefore, do not request a copy of a solicitation.� The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Patient Information Boards comprised of brand name only Egan Visual EVS Whiteboards and 2/90 Sign Systems Windows and installation of the information boards.� STATEMENT OF NEED PATIENT ROOM INFORMATION BOARDS 1.0������ GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for new Patient Room Information boards for University Drive Campus, Oakland PA. This requirement includes boards and installation. Healthcare furnishings included are to match building standards for patient information boards, display insert signs as noted below within this Statement of Need. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to deliver and install signs.� 2.0������ PRODUCT SPECIFICATIONS Refine and coordinate directly with vendor/manufacturers/distributors the delivery of signage, staging/storage, moving, and installation of the following signage specified to ensure a seamless turn-key solution. Basis of Furniture Specifications: Patient Information Boards �Quantity:� 200 Each Specialized Marker board needs to meet the following criteria: EVS Whiteboard Surface Manufacture:� Egan Visual Cleaning ability without ghosting Magnet Compatible Matt Finish:� Low Gloss/Glare � 160 deg Viewing Angle Green Guard Gold Ability to customize graphic that is integral part of the board Size 36� Wide x 24� High Aluminum Frame � at least �� solid extruded aluminum frame Squared Radis Corners � no sharp edges Markerboards are standard with EVS (Egan Versa Surface), a guaranteed-to-clean dry-erase surface that accepts magnetic accessories. Marker Tray:�� 16� Standard Safety Brackets for Mounting Boards � Z-Clip Installation 10 Year warranty for cleanability without ghosting Overall product design: Clear Anodized Aluminum Frame EVS Surface � Custom Graphic Honeycomb Core Steel Back Z-clip mounting bracket GA18 � Egan Grip Adhesive Mount 18� Length Clear Anodized Aluminum Graphical Layout: Pocket Windows �Quantity:� 100 Each Specialized Insert Signs needs to meet the following criteria: Manufacture:� 2/90 Sign Systems Type:� N5 � 8 1/2 x 11 Window Product Line:� Slide Sign Type:� 8 1/2 x 11 Window Size:� 9 1/4� x 12 1/4"" Mag:� N Win: N Mount: A Size to fit an 8 1/2� Wide x 11� High insert Safety Brackets for Mounting Boards � Z-Clip Installation 10 Year warranty Overall product design: Steel Back Z-clip mounting bracket ��������� Pocket Windows �Quantity:� 210 Each Specialized Insert Signs needs to meet the following criteria: Manufacture:� 2/90 Sign Systems Type:� N5.a - 11 x 17 Window Product Line:� Slide Sign Type:� 11 x 17 Window Size:� 12� x 18� Mag:� N Win: N Mount: A Size to fit an 11� Wide x 17� High insert Safety Brackets for Mounting Boards � Z-Clip Installation 10 Year warranty Overall product design: Steel Back Z-clip mounting bracket 3.0������� PERFORMANCE REQUIREMENTS The contractor shall: Coordinate and provide project management of all products and services to manage, order, ship, deliver and install new signage from the manufacturer until final acceptance by VA�s Interior Designer. Contractor shall place and track orders, schedule deliveries and coordinate trucks with the manufacture for manufacturing and delivery according to VA project schedule. Contractor shall provide all necessary materials, equipment, labor, supervision and management to: (A) coordinate delivery; (B) load and unload; (C) place/install items in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VA premises. Upon award, the VA will require a copy of the bill of materials.� An installation foreman must be onsite during installation. Provide written maintenance and care requirement for all products specified within this Statement of Need. Contractor and any sub-contractor working for the contractor shall comply with all regulations in reference to OSHA, COVID-19 guidelines and VA Pittsburgh Healthcare System Medical Center Requirements (Attachment A) Contractor and any sub-contractor working for the contractor in performance of this contract must provide neat, clean and well-groomed personnel.� Appropriate and professional attire shall be worn at all times.� Athletic and athletic-style garments (i.e. jogging suits, sweat suits, running short, T-shirts) shall not be worn by contractors or their employees.� Steel-toed shoes recommended.� Hard hats or other protective gear may be required in some areas of the hospital. Contractor and any sub-contractor are expected to use appropriate language.� Obscene language is not permitted, and all individuals are expected to be courteous.� This requirement includes any conversation that can be overheard on federal property.� There is a zero-tolerance policy for sexual harassment (implied, verbal, suggestive or physical). Contractor shall follow the following VHA Directive for Flu Vaccination and Tuberculosis Screening: VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers and trainees who work in VA locations.� HCP covered by the policy are expected to receive annual influenza vaccinations.� Those HCP unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season.� Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff are compliant with the requirements outlined in VHA Directive 1192.� The contractor shall maintain the following documentation: Documentation of vaccination, e.g. signed record of immunization from a healthcare provider or pharmacy, or a copy of medical records documenting a vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccination. Annual certification that all contract staff performing services at VA facilities are in compliance with VHA Directive 1192.� This is to be submitted to Contracting Officer�s Representative (COR). VHA Directive 2011-036 requires that all contractors must certify annually to the VA Program Point of Contact overseeing the contract, that all contractor employees working at VA facilities have a documented screening for latent tuberculosis within the last 12 months.� If screening for latent tuberculosis is positive, clearance from a physician is required prior to working at VAPHS.� Contractor employees that fail to meet this requirement will not be permitted to work at VAPHS facilities and may be asked to leave VAPHS property without notice until the requirement is met. 4.0 ����� 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. 5.0 ����� INCIDENTAL SERVICES Design Contract Tasks/Requirements The contractor shall attend at least one (1) virtual meeting to review final award with VA Interior Designer and End Users and to make necessary revisions.� Additional meetings may be needed to coordinate additional details of the signage and installation. 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 provide final, clean [1/4� � 1/8�] scaled drawings of product layout for sign-off prior to scheduling manufacturing. The contractor shall track manufacturing schedule and notify VA Interior Designer and Contracting Officer with updates of estimated completion date by email. The Government maintains the option to modify the normal work week, days, and hours, as necessary for the accomplishment of VHA mission. 6.0 ����� DELIVERY AND INSTALLATION Work Required by Others All work required by other trades shall be identified under this section by the Quoter. Delivery and installation must be managed and completed in coordination with VA Standards.� No direct deliveries will be accepted by the VA; the vendor must arrange and be present for all deliveries.� The VA will turn away any unscheduled deliveries at the vendor�s expense.� A project manager or project designer and installation foreman must be onsite during installation. For furniture delivery, the combination freight/passenger elevator is available at no additional charge during normal business hours, which are 7:00am to 3:30pm (University Drive) or 8:00am to 4:00pm (Heinz), Monday through Friday.� All deliveries are through the loading dock and must be scheduled 2 weeks prior to delivery.� The loading dock can be congested at times. For installation, the contractor/vendor is responsible for protecting the floors to and from the elevator and from the elevator to the workspace.� Masonite is required for all floors as well as door jamb and corner protection.� All transport carts and wheeled equipment must be checked and verified to ensure damage is not made by them.� Any damage done to the space must be repaired within 90 days at the furniture vendor�s expense. Equipment contractor must provide and use: HEPA Drills with Dust extraction tube kit with hose HEPA Shop VAC that will allow the attachment of the dust extraction Hammer drill Moving equipment Deliveries must be scheduled through the interior design office before installation. END OF STATEMENT OF NEED 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, Unique Entity Identifier (SAM), DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 337124 (size standard of 750 employees).� Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, such as but not limited to: Small Business (SB), Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?� If so, please include the schedule or contract number. (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, provide additional information shown below.� This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. ����������� Does your company exceed 500 employees ����������� Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;� ����������� Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; ����������� Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub-contracted work and completion of job. (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (8) Please submit your capabilities regarding the salient characteristics and/or brand name equipment/supplies detailed above and any information pertaining to �equal to items� to establish capabilities for planning purposes? (9) Please review salient characteristics/statement of need and provide feedback or suggestions. If none, please reply as N/A. *** Submissions addressing number (8) should show clear, compelling and convincing*** evidence that all �equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Caroline.Robinette@va.gov no later than, 03:00 PM Eastern Time (ET) on Friday, March 18, 2022. This notice will help the VA in determining available potential sources only.� Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.� All questions will be addressed by the Contracting Officer, Caroline L. Robinette. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.� This notice does not commit the government to contract for any supplies or services.� The government will not pay for any information or administrative cost incurred in response to this Request for Information.� Information will only be accepted in writing by e-mail to Contracting Officer at Caroline.Robinette@va.gov. 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.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d3c43f6b8c64c2285862d84f7497b2c/view)
 
Place of Performance
Address: Pittsburgh, PA 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06265313-F 20220314/220312230057 (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 |
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.