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 -- Mental Health Furniture - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q9550
 
Response Due
8/24/2018
 
Archive Date
10/23/2018
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
CONTRACT SPECIALIST
(darius.crane@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 36C24718Q9550 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is 36C24718Q9550 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011.     Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,000 employees. (v) This requirement consists of the following Brand Name or EQUAL item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 NORIX BEHAVIORAL HEALTH FURNITURE, OR APPROVED EQUAL, FORTE SERIES, SQUARE DINING TABLE, FT620, SIZE: 42"SQ. X 30.5"H, FINISH: BASE: MOSS, PLAM TOP: MONTANA WALNUT, EDGE, MONTANA WALNUT. LOCAL STOCK NUMBER: FT620 1.00 EA __________________ __________________ 0002 NORIX BEHAVIORAL HEALTH FURNITURE OR APPROVED EQUAL, OASIS TABLE, SIZE: 30" X 72', LAMINATE TOP FINISH: MONTANA WALNUT, BASE FINISH: BLACK. LOCAL STOCK NUMBER: OT3072PT 1.00 EA __________________ __________________ 0003 NORIX BEHAVIORAL HEALTH FURNITURE, ATTENDA PLATFORM BED, W/BOTTOM ENCLOSER, FINISH: PINE CONE, ATN101B LOCAL STOCK NUMBER: ATN101B 20.00 EA __________________ __________________ 0004 NORIX BEHAVIORAL HEALTH FURNITURE, RESTRAINT RINGS LOCAL STOCK NUMBER: ATNR06N 20.00 EA __________________ __________________ 0005 NORIX BEHAVIORAL HEALTH FURNITURE, REMEDY BLUE MATTRESS, SEALED SEAMS, SIZE: 36" X 80". LOCAL STOCK NUMBER: MRB6-3680 20.00 EA __________________ __________________ 0006 NORIX BEHAVIORAL HEALTH FURNITURE, ATTENDA SHELF WALL UNIT, SIZE: 27"W X 53"HIGH, FINISH: PINE CONE. LOCAL STOCK NUMBER: ATN300 25.00 EA __________________ __________________ 0007 NORIX BEHAVIORAL HEALTH FURNITURE, ATTENDA DESK, SIZE: 24"D X 36"L, FINISH: PINE CONE, TOP: WILSONART SOLAR OAK, 7816-60. LOCAL STOCK NUMBER: ATN601 10.00 EA __________________ __________________ 0008 NORIX BEHAVIORAL HEALTH FURNITURE, ATTENDA STOOL, SIZE: 16.5" DIA X 16"H, FINISH: PINE CONE. LOCAL STOCK NUMBER: ATN500 10.00 EA __________________ __________________ 0009 NORIX SECURITY HARDWARE LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ 0010 INSTALLATION LOCAL STOCK NUMBER: N/A 1.00 EA __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER QUANTITY DELIVERY DATE 0001-0011 SHIP TO: DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VA MEDICAL CENTER 109 BEE STREET CHARLESTON, SC 29403 5799 USA ALL 45 DAYS ARO MARK FOR:                                   Specific features: Brand Name or Equal            New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good until September 30,2018.   STATEMENT OF WORK GENERAL INFORMATION Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), under Specifications and illustrated on floor plans. The work includes the supply and installation of various furniture that will furnish patient areas located in the Inpatient Mental Health ward and the Emergency Department of the VA Medical Center. The space will be made ready by the Government for the installers to go room by room to install furniture to designated areas. Removal of existing Norix furniture is required; see list below. Period of Performance: The project shall be addressed in a 5-phased delivery - phase I installation shall start within 45-60 working days (6-8 weeks) of award/review and agreement per all parties and be completed within 14 days from onset of installation. Phases 2, 3, 4, & 5 shall follow at dates TBD. The contractor will submit a schedule to accomplish this work to the CO for approval. The contractor s work shall take place at the government site after normal clinic hours and/or weekends so as not to disturb clinic hours and patient care. Type of Contract: FIRM FIXED PRICE Delivery Location: Ralph H. Johnson VA Medical Center 109 Bee Street, Charleston, SC 29401 Inpatient Mental Health 3rd floor; Inpatient Mental Health Ward Emergency Department 1st floor CONTRACT AWARD MEETING The Contractor shall not commence performance on the tasks in this SOW until the VHA CO has conducted a kick off meeting, or has advised the Contractor that a kick off meeting is waived. GENERAL REQUIREMENTS The Contractor shall provide in writing a delivery and installation schedule. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks: The Contractor shall provide the specific deliverables described below within the performance period within this SOW. The Contractor shall install all furniture per specification and assemble as much as possible before delivery. The COR is to be present onsite for guidance to installers. If there is any discrepancy during this project the VHA CO and COR must be consulted for direction prior to any advancement being taken by the Contractor. SCHEDULE FOR DELIVERABLES The Contractor shall complete the date for each deliverable specified. If for any reason any deliverable cannot be delivered within the scheduled time frame, the Contractor is required to explain why in writing to the VHA CO, including a firm commitment of when the work shall be completed. This notice to the VHA CO shall cite the reasons for the delay. QUOTE FORMAT: The quote shall be submitted with all fees such as handling, delivery, and installation listed as separate line items. GOVERNMENT RESPONSIBILITIES The government will provide access to the facilities. The Contractor s installer will deliver to the specific rooms via elevators and/or stairs. SALIENT CHARACTERSITICS: To apply to all commercial packaged office items: Behavioral Health Furniture Behavioral Health Furniture: Salient characteristics to apply to all behavioral health furniture: Floor Mount Bed: One piece, rotationally molded polyethylene. Passes Cal. 133 flammability testing. Fits mattress: 36 W x 80 L Rated for 1,000 lbs Fire retardant, high-impact polyethylene with ultraviolet light stabilizers. Chemically resistant to blood, vinegar, urine, feces, salt solution and chlorine solution. Color: Pine Cone Solid structure no seams for leakage of bodily fluids onto floor Beds required to be bolted, this bed has feature to easily complete this task Manufactured for easy install of restraint rings also included in the quote Engineered for intensive use durability and proven suitable for continuous daily use in a healthcare or correctional environment. Impact resistant. Meets criteria set by the mental health environment of care standards Includes all manufacturer s security mounting hardware Mattress: · Sealed seam protection for intensive use facilities Passes Cal. 133 flammability testing. Fire retardant, high-impact polyethylene with ultraviolet light stabilizers. Resistant to blood, vinegar, urine, feces, bed bugs, anti-microbial, anti-fungal, salt solution and chlorine solution. Color: Pine Cone Size: 6 TH x 36 W x 80 L Greenguard Certified for low chemical emissions 26 lbs. Meets criteria set by the mental health environment of care standards Dining Table w/Fixed Seating: Four seat Configuration Size: 30 total Width x 72 Long Fixed Seating Table Color: Table: Base: Black PLam Top: varies Seats: Pine Cone Edge: Black No ligature points No seams therefore easy clean for infection control Inset hole has fully enclosed tamper-resistant bolt-down system Fully welded seams and construction Top is permanently bonded to 45 lb. core particle board with embedded T-nuts for metal to metal connection, 1-1/2 thick top. Used in mental health settings; radiused corners for safety. Meets criteria set by the mental health environment of care standards Flammability Test Standards: Molded Base complies with the following flammability standards: State of CA Technical Bulletin No. 133 UL 1056 Fire Test of Upholstered Furniture ASTM E1537 NFPA 261 UL94 HB GREENGUARD Gold Certified 10 year manufacturer s warranty. Locations: Dining/Lounge Room per plan. Includes all manufacturer s security mounting hardware Dining Table: Size: 42 SQ. x 30.5 tall Color: Table: Base: Moss PLam Top: Montana Walnut Edge: Montana Walnut No ligature points No seams therefore easy clean for infection control Inset hole has fully enclosed tamper-resistant bolt-down system Fully welded seams and construction Top is permanently bonded to 45 lb. core particle board with embedded T-nuts for metal to metal connection. Used in mental health settings 10 year manufacturer s warranty Meets criteria set by the mental health environment of care standards Performance Test Standards: tested to 1000 static load. Includes all manufacturer s security mounting hardware GREENGUARD Gold Certified Locations: Dining/Lounge Room per plan Floor Mount Desk: One piece, rotationally molded polyethylene. Passes Cal. 133 flammability testing. Fire retardant, high-impact polyethylene with ultraviolet light stabilizers. Chemically resistant to blood, vinegar, urine, feces, salt solution and chlorine solution. Size: 29- ¼ H x 35- 9/16 W x 23- 11/16 D Weighted Modesty Panel Top: Decorative high-pressure laminate sealed with a specially formulated, high durable molded edge. Edge is radiused for safety and pressure fused to the top, rendering it permanently non-removable and highly sanitary. Increases safety of staff and patients in treatment rooms on behavioral health locked unit. Meets criteria set by the mental health environment of care standards Includes all manufacturer s security mounting hardware Stool: One piece, rotationally molded polyvinyl Passes Cal. 133 flammability testing. No ligature points No seams therefore easy clean for infection control Weighted Used in mental health settings Meets criteria set by the mental health environment of care standards Includes all manufacturer s security mounting hardware SPECIFICATIONS: Behavioral Health Furnishings: Tables: T-1: Square Dining Table: Norix or approved equal, Forte series, FT620, 42 Sq. x 30.5 h, Plam top, 1-1/2 thick with polyethylene molded base, Finish: Laminate Top: Montana Walnut, Base: Moss IPMH; Quan 1. T-2: Rectangular Dining Table: Norix or approved equal, Oasis series with cluster seats, OT3072, 30 w x 72 l, 31 h, Plam top w/tubular steel base, powder coated metal; Finish: Laminate Top: Montana Walnut, Seats: Pine Cone, Frame: Black IPMH; Quan 1. B-1: Floor Mount Bed: Norix or approved equal: ATN101B AT-9, Color: Pine Cone, Size: 36 W x 80 L IPMH; Quan: 18; ED: Rooms B175 & B173; Quan 2. Mattress: Norix or approved equal, Comfort Shield Remedy Blue MRB6-3680: Size: 6 TH x 36 W x 80 L IPMH; Quan: 18; ED: Rooms B175 & B173; Quan 2. B-1a: Restraint rings: Norix or approved equal: ATN R06N, Color: Pine Cone IPMH; Quan: 18; ED: Rooms B175 & B173; Quan 2. S-1: Shelves: Norix or approved equal: Attenda shelves; ATN 300, Color: Pine Cone: Size: 29 W x 57 H x 12 D IPMH: Quan: 25. DK-1: Floor Mount Desk: Norix or approved equal: Attenda ATN 600, Color: Pine Cone: Size: 29- ¼ H x 35- 9/16 W x 23- 11/16 D IPMH; Quan: 8; ED: Room B175; Quan: 1 DK-1a: Stool: Norix or approved equal: Attenda ATN 500, color: Pine Cone IPMH; Quan: 8; ED: ROOM B175; Quan: 1 PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: VA Badge and security clearance: Contractors will go to Engineering Services for badges and must check in there. Employees shall bring photo ID to obtain a VA Contractor identification badge at the VA Police office that shall be worn above the belt at all times while on Medical Center property. PART C SUPPORTING INFORMATION C.1 Places of Performance The Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401 C.2 Period of Performance The Contractor shall perform all work during normal business hours. C.3.0 The Contracting Officer s Technical Representative (COTR) is responsible for the inspection of the work called for in this job. The COTR will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.1 The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.2 The Infection Control Nurse is responsible to meet with COTR and Contractor to complete Infection Control Rating Assessment. This will determine the level of infection control practices needed in each area affected by installation. Contractor will need to meet all rating assessments. C.3.3 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. Removal of Existing Furniture: IPMH Desks: Norix ATN 600 (9) IPMH Stools: Norix ATN 500 (9) IPMH Beds and Mattresses: Norix ATN101B AT-9 (18) ED Beds and Mattresses: Norix ATN101B AT-9 (2) END (vi)  The items for this solicitation are to be delivered to:                             DELIVER TO: DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VA MEDICAL CENTER 109 BEE STREET CHARLESTON, SC 29401-5799 USA (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering;   VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2,   Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.   Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.   Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services.   Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.   If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items.   The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.   If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov   (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3. If paragraph (j) of the provision is applicable, a written submission is required. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions.     (xvi) Site Visit:   N/A (xviii) QUOTES/OFFERS ARE DUE August 24, 2018 at 10:00 AM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov.   Please place ATTENTION: MENTAL HEALTH FURNITURE 36C24718Q9550 in the subject line of your email. All offers must include the solicitation number.   Quotes/offers received after this date may not be considered for award.  (xvii)   Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9550/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9550 36C24718Q9550.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548273&FileName=36C24718Q9550-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548273&FileName=36C24718Q9550-000.docx

 
File Name: 36C24718Q9550 IPMH FURNITURE PLAN.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548274&FileName=36C24718Q9550-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548274&FileName=36C24718Q9550-001.pdf

 
File Name: 36C24718Q9550 ED Expansion Furn Plan Phase II.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548275&FileName=36C24718Q9550-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548275&FileName=36C24718Q9550-002.pdf

 
File Name: 36C24718Q9550 3A ENLARGED LOUNGE FURN PLAN.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548276&FileName=36C24718Q9550-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548276&FileName=36C24718Q9550-003.pdf

 
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: RALPH H. JOHNSON VAMC;109 BEE STREET;CHARLESTON, SC
Zip Code: 29401
 
Record
SN05044154-W 20180819/180817231330-1ae7ace5ab563fe78830f4a6fcb48c2a (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.