Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2024 SAM #8177
SOURCES SOUGHT

71 -- Adjustable Dining Tables

Notice Date
4/15/2024 10:25:57 AM
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1025
 
Response Due
4/17/2024 11:00:00 AM
 
Archive Date
06/16/2024
 
Point of Contact
dyne.kim@va.gov, Dyne Kim, Phone: 562-826-8000
 
E-Mail Address
dyne.kim@va.gov
(dyne.kim@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) 36C26224Q1025 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). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research 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 is 1,100 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 Adjustable Dining Tables that at a minimum meets the following salient characteristics in the Statement of Work for the VA LONG BEACH HEALTHCARE SYSTEM: Item Number Description/Part Number ( EQUAL TO ITEMS SATISFYING THE SALIENT CHARACTERISTICS LISTED IN THE SOW WILL BE ACCEPTED FOR ANY ITEM LISTED BELOW WILL BE ACCEPTED) Quantity Unit of Measure Unit Price Amount 0001 T9HMBL4Z - T9 ADJUATBLE BASE -4 CASTER. OM OR EQUAL 44 EA     0002 T84848-G3 - T8 VINYL T-MOLD TABLE TOP WITH FAWN CYPRESS LAMINATE AND BLACK EDGE OR EQUAL. 48 X 48 33 EA     0003 T84848-G3- T8 VINYL T-MOLD TABLE TOP IN KENSINGTON MAPLE W BLACK EDGE OR EQUAL 2 EA     0004 T84200-G3 - T8 VINYL T-MOLD TABLE TOP KENSINGTON MAPLE W BLACK EDGE OR EQUAL 4 EA     0005 T84800-G3 - T8 VINYL T-MOLD TABLE TOP KENSINGTON MAPLE W BLACK EDGE OR EQUAL 5 EA     TOTAL   Include shipping cost on the items price. Vendor Requirements: Period of Performance for installation if 60 days after receipt of order (ARO). Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the Statement of Work (SOW). Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. STATEMENT OF WORK Introduction The VA Long Beach Healthcare System has a requirement to purchase with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. This requirement is in support of a brand name or equal requirement. See VAAR Clause 852.211-73 Brand Name or Equal (JAN 2008) for additional information. See attachments for salient characteristics. This requirement is in support of the activation of the VA Long Beach Healthcare System Project. Item(s) are to be delivered to the location specified in section 2.4.1. Table 1 Package Items Summary JSN # Item Description Quantity ---- T9HMBL4Z - T9 ADJUATBLE BASE -4 CASTER. OM OR EQUAL 44 F0796-Z1 T84848-G3 - T8 VINYL T-MOLD TABLE TOP WITH FAWN CYPRESS LAMINATE AND BLACK EDGE OR EQUAL. 48 X 48 33 F0796-Z2 T84848-G3- T8 VINYL T-MOLD TABLE TOP IN KENSINGTON MAPLE W BLACK EDGE OR EQUAL 2 F0796-W1 T84200-G3 - T8 VINYL T-MOLD TABLE TOP KENSINGTON MAPLE W BLACK EDGE OR EQUAL 4 F0796-X1 T84800-G3 - T8 VINYL T-MOLD TABLE TOP KENSINGTON MAPLE W BLACK EDGE OR EQUAL 5 General Conditions Site Address The address of the VA Long Beach Healthcare System is listed below. Additional information on delivery is located in section 2.4. VA Long Beach Healthcare System 5901 E. 7th Street Building 149 Long Beach, CA 90822 Schedule and Order Management The above delivery schedule is based upon the current construction schedule. The vendor shall not increase prices for a change in delivery date for up to 30+ days due to construction delays. The awardees actual delivery dates will be confirmed by VA upon award. Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the COR and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below.To coordinate delivery, contact Miles Harrison at (571) 417-8110, mharrison@concoursefederal.com or Vickie Orloff at (714) 904-8850, Victoria.Orloff@va.gov or Brian Fleenor at brian.fleenor@va.gov, 562-743-9263 IOT&A Contractor-Provided Warehouse Local to the VALBHCS 575 N Batavia St Orange, CA 92868 Delivery shall be freight on board (FOB) Destination. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1500 (i.e.: 8:00am to 3:00pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Use of Warehouse If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Deliverables The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. Assembly and Installation The vendor is required to manage and coordinate installation at the VALB with the COR. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VALB. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Training The vendor shall coordinate through the VA POC to provide a hands-on training session to staff selected by the VA. Training shall be completed within 45 days after final installation of equipment. The vendor will record the training and provide a copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date. Use of Premises During the performance of this contract, work will be carried out on VALB premises. The vendor will perform all work in such a manner that will cause a minimum interference with VALB operations and the operations of other contractors on the premises. The vendor will communicate through the VA POC any required coordination requirements with the GC prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor will take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor will assume responsibility for taking precautions for the vendor s (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). VA Long Beach 405 F0796-Z1 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 405 Issue Date: September 2023 _ Total Quantity: 33 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Vinyl T-Mold Top (T84848-G3) / T9 Series Base (T9HMBL4Z) Brand Name or Equal: Akin Furniture Salient Characteristics Table top weight: 60 lbs 4 - seater T-Mold laminate top with black urethane edge Table top size: 48 W x 48 D Height adjustable base with crank Base size: 39.25 W x 39.25 D x 29 -32 H Base weight: 23 lbs 4 locked casters Tilt top feature Base: black Laminate top: Wilsonart Fawn Cypress Main Image: Departments/Rooms (Qty): 1113, 1202, 1302, 1402, 1502, 2202, 2302, 2401, 2502, 3302, 3402 Qty: 33 _ VA Long Beach 405 F0796-Z2 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 405 Issue Date: September 2023 _ Total Quantity: 2 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Vinyl T-Mold Top (T84848-G3) / T9 Series Base (T9HMBL4Z) Brand Name or Equal: Akin Furniture Salient Characteristics Table top weight: 60 lbs 4 - seater T-Mold laminate top with black urethane edge Table top size: 48 W x 48 D Height adjustable base with crank Base size: 39.25 W x 39.25 D x 29 -32 H Base weight: 23 lbs 4 locked casters Tilt top feature Base: black Laminate top: Wilsonart Kensington Maple Main Image: Departments/Rooms (Qty): 1110 Qty: 2 _ VA Long Beach 405 F0796-X1 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 405 Issue Date: September 2023 _ Total Quantity: 5 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Vinyl T-Mold Top (T84800-G3) / T9 Series Base (T9HMBL4Z) Brand Name or Equal: Akin Furniture Salient Characteristics Table top weight: 60 lbs 4 - seater T-Mold laminate top with black urethane edge Table top size: 48 Diameter Height adjustable base with crank Base size: 39.25 W x 39.25 D x 29 -32 H Base weight: 23 lbs 4 locked casters Tilt top feature Base: black Laminate top: Wilsonart Kensington Maple Main Image: Departments/Rooms (Qty): 2110 Qty: 5 VA Long Beach 405 F0796-W1 5901 E. 7th Street Long Beach, CA 90822 _ Project: VA Long Beach 405 Issue Date: September 2023 _ Total Quantity: 4 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ _ Item Name: Vinyl T-Mold Top (T84200-G3) / T9 Series Base (T9HMBL4Z) Brand Name or Equal: Akin Furniture Salient Characteristics Table top weight: 60 lbs 4 - seater T-Mold laminate top with black urethane edge Table top size: 42 Diameter Height adjustable base with crank Base size: 39.25 W x 39.25 D x 29 -32 H Base weight: 23 lbs 4 locked casters Tilt top feature Base: black Laminate top: Wilsonart Kensington Maple Main Image: Departments/Rooms (Qty): 3119, 3110 Qty: 4 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 dyne.kim@va.gov. Telephone responses shall not be accepted. Responses must be received no later than April 24, 2023, at 11:00 AM Pacific Time. If a solicitation is issued it shall be announced at a later date, 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. Please reference 36C26224Q1025, Adjustable Dining Tables.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b7428f6fe3c9448c888b768912f4bf24/view)
 
Place of Performance
Address: VA Long Beach Healthcare System Tibor Rubin VA Medical Center 5901 E. 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN07031162-F 20240417/240415230056 (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.