Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOURCES SOUGHT

71 -- Outpatient lobby seating to match existing furniture.

Notice Date
7/6/2020 11:03:13 AM
 
Notice Type
Sources Sought
 
NAICS
337121 — Upholstered Household Furniture Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0896
 
Response Due
7/13/2020 3:00:00 PM
 
Archive Date
07/23/2020
 
Point of Contact
kristi.mummert@va.gov, Kristi Mummert, Phone: 713-794-7061
 
E-Mail Address
kristi.mummert@va.gov
(kristi.mummert@va.gov)
 
Awardee
null
 
Description
This is a sources sought / request for information. The responses to this posting will be used to establish the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Please see attached document for details on how to respond. Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0896 BACKGROUND: MEDVAMC has a requirement for the following suggested manufacturer brand name Kwalu Designed to Last furniture or Equal: 185 waiting room guest chairs; and 11 bariatric chairs DELIVERABLES/SCOPE OF WORK: Overview This project will consist primarily of receiving, delivery and installation of waiting room guest chairs for outpatient lobbies in Building 100 on floors 1st, 2nd and 5th to match existing. All work is to be completed during regular business hours. The Contractor shall submit an estimated schedule for delivery and installation. The Contractor shall be responsible for any damage to the furniture that occurs due to Contractor/freight error or neglect. The Contractor will be responsible for the coordination for delivery, receiving and installation to the VAMC, as well as all debris removal from the project site. VAMC will provide the dumpsters needed for project related trash and recyclables, the Contractor is responsible to transport and properly dispose of all trash and recyclables from the project site. Scope The project consists of purchase, receiving, and delivery of 185 guest chairs and 11 bariatric chairs as follows: Caterina Upholstered Back Caterina Slat Back Valdina Bariatric Guest Chairs: Standard Chairs/Upholstered Back - (125 total) 350lb weight capacity; 33.75 high x 23.5 wide x 24.5 deep with 25 arm height, Kwalu Caterina Guest Chair Model CTE21; Upholstered Back style, with wall-saver back legs, a steel reinforced joint system, with integral antimicrobial product protection or equal guest chairs. Guest Chairs: Standard Chairs/Slat Back - (60 total) 350lb weight capacity; 33.75 high x 23.5 wide x 24.5 deep with 25 arm height, Kwalu Caterina Guest Chair Model CTE11; Slat Back style, with wall-saver back legs, a steel reinforced joint system, with integral antimicrobial product protection or equal guest chairs. Bariatric Chairs - (11 total) 500lb weight capacity; 35 high x 34 wide x 27 deep with 26 arm height, Kwalu Valdina Short Back Bariatric Chair Model VDNB11 with a steel reinforced joint system, wall-saver back legs and integral antimicrobial product protection or equal guest chairs. Fabrics/Finish Selections: All Frame Colors shall be Kwalu Light Walnut Classic Color or equal . Floor Product Slat Back/Uphol Seat Uphol Back Uphol Seat Bari Seat & Back Qty               1st (Blue): SCI Caterina Upholstered Back   ArcCom: Sea Willow, AC-62360, color Sky #11 Stinson: Montana, MTA89 Burro   10 1st (Blue): SCI Caterina Slat Back ArcCom: Sea Willow, AC-62360, color Sky #11       5 1st (Blue): SCI Valdina Bariatric       Architex: Mantel, color- Density 0               1st (Red): Emergency Room Caterina Upholstered Back   Stinson: (Patty Madden) Vortexia/SOF-VOR-05/Venice ArcCom: Drifter/AC-63613/Stone #4   60 1st (Red): Emergency Room Caterina Slat Back Stinson: (Patty Madden) Vortexia/SOF-VOR-05/Venice       30 1st (Red): Emergency Room Valdina Bariatric       Architex: Mantle/Density 6               2nd (Blue): Neurology Caterina Upholstered Back   ArcCom: Spin, AC-61765, color #6 Sky ArcCom: Silverado, AC-6766, color - #17 Nugget   30 2nd (Blue): Neurology Caterina Slat Back ArcCom: Spin, AC-61765, color #6 Sky   15 2nd (Blue): Neurology Valdina Bariatric       Stinson: Diva, DVA50, color- Gala 4               5th (Green): Surgical Clinic (5C) Caterina Upholstered Back   Stinson: (Patty Madden) Bubble/SOF-BUB-07/Yuzu ArcCom: Pebble Beach/AC-66540/Lime #11   25 5th (Green): Surgical Clinic (5C) Caterina Slat Back Stinson: (Patty Madden) Bubble/SOF-BUB-07/Yuzu     10 5th (Green): Surgical Clinic (5C) Valdina Bariatric       ArcCom: Drifter/AC-63624/Avocado #15 1                 TOTALS           Caterina Upholstered Back 125           Caterina Slat Back 60           Valdina Bariatric 11         Lobby guest chairs in outpatient clinic lobby areas shall be of the quality and transitional style type of Kwalu Caterina and Valdina Series guest chairs, vinyl upholstered seat and back and some with a slat back for variation. Guest chairs (standard and bariatric) shall have the ability to be re-upholstered as or if needed at an off-site upholstery shop. Guest chairs shall be rated for 24/7 healthcare use. Guest chairs shall be easy to clean and sanitize, light weight enough to move as needed for floor cleaning purposes and shall carry a 10-year performance warranty on construction, finish and anti-microbial product protection. Upholstery must meet be Class 1 in accordance to NFPA 260: Standard Methods of Tests and Classification System for Cigarette Ignition Resistance of Components of Upholstered Furniture. Frame Construction & Cleaning: The chair frame shall be made up of high-density polyurethane with steel-reinforced joints and stress points. Bariatric chair frame shall be made of high-density polyurethane with solid steel frame that must be capable of safely holding up to 500 pounds of weight. The finish shall be 1/8 thick, patented high-impact resistant repairable polymer, that is scuff-, scratch-, and water resistant. Finish has an imbedded anti-microbial agent that permeates the entire product, not just a topical coating, to provide adequate product protection to inhibit the growth of a broad spectrum of odor-causing bacteria, and protect the chair framework from stains and product deterioration over time. Finish must have the ability to be thoroughly cleansed with most water-based or water-soluble cleaning system and sanitizing solutions commonly used in healthcare and senior living environments, without compromising the antimicrobial product protection properties or damaging the finish. (US Patent No. 5,067,842). Chair frame shall be resistant to most organic solvents or compounds such as ammonia, gasoline, white spirits, paraffin, both mineral and vegetable oils, animal fats, fruit pulp, grape acid, castor oil, blood, all body waste, lipstick, shoe polish, and salt water. Chair frame shall demonstrate an excellent resistance to acids, bases and oils. Legs/Glides: Legs shall have metal knock-in Teflon cap glides. Seat: Features cleanout All upholstery materials meet the requirements of California Technical Bulletin #117 Seat frame is constructed of ¾ plywood with elastic webbing band. Back: Back frame constructed of ¾ plywood covered with cardboard. Back is attached to the arms using 1 screw flat square. Cushioning: Seat and back cushion shall be plywood frame upholstered with 2 hard foam (1st layer), ½ hard foam (2nd layer) and ½ hard foam on the band sides and top. Testing: Shall be capable of safely holding up to 350/500 pounds of weight or the bariatric and endure the most rigorous testing standards to provide supreme strength and safety for each user. ***Manufacturer is Kwalu Designed to Last Furniture or Equal- FAR 52.211-6 Brand Name or Equal*** FOR ALL PRODUCTS: Must meet salient characteristics outlined above when quoting an or equal item FAR 52.211-6 Brand Name or Equal. Or equal items quoted should be similar to the requested dimensions, color scheme, function, and quality. Or equal products must include manufacturer s product brochure including specification information and all proposed finish selections. Actual finish samples if quoting an or equal item must be submitted for review by VA Interior Design for technical and aesthetic review. FAILURE TO CLEARLY NOTE THAT THE PRODUCTS BEING QUOTED ARE THE REQUESTED BRAND NAME, OR FAILURE TO SUPPLY OR EQUAL PRODUCTS SPECIFICATIONS AND INFORMATIONAL LITERATURE SHALL CONSTITUTE A NON-RESPONSIVE BID AND WILL NOT BE FURTHER EVALUATED FOR AWARD. DELIVERABLES. See Scope PERIOD OF PERFORMANCE. Contract shall be completed within 90-120 days after contract awarded. PLACE OF PERFORMANCE. Michael E. DeBakey VAMC 2002 Holcombe Blvd. Houston, TX 77030 OPERATIONAL HOURS. Facility will be available for deliveries and installation between the hours of 0830 and 1600 M-F, excluding Federal Holidays. Delivery and Installation Information The Contractor shall submit an estimated schedule for delivery within 2 weeks after receipt of order (ARO). The Contractor shall submit an installation schedule for approval identifying total installation time. Vendor will retain all materials at their warehouse until time of delivery at the Michael E. DeBakey VA Medical Center/Texas City OPC and final acceptance will occur when the designated space for such materials is certified by the Project Manager for occupancy. Delivery and installation of the products will occur in each waiting room on each floor that this product is to be installed at the Michael E. DeBakey VA campus and Texas City OPC. Note: Michael E. DeBakey VAMC location does have a loading dock. Elevator access is available to all floors of the building. Storage requirements: The Vendor shall provide up to 30 days free storage if needed. Deliver materials to job in manufacturer's original sealed containers with brand name, intended location/floor/waiting room, clearly marked thereon. Protect materials from damage. Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. GOVERNMENT-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITIES PROVIDED. N/A CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Performance Work Statement. SECURITY REQUIREMENTS. a. Installation passes. The contractor will coordinate for the issuance of required installation passes to contractor personnel. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. b. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. c. Company will return all issued US Government installation badges and passes when the contract is completed. d. In addition to the changes otherwise authorized by the change clause of this contract, should the security condition change at any facility, the Government may require changes in contractor security requirements. NON-PERSONAL SERVICE STATEMENT. Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and perform the inspection and acceptance of the completed work. Contract Officer Representative (COR). The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the resulting order. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the items listed in section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide items that may be determined EQUIVALENT to the items listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Kristi.mummert@va.gov. Please respond to this RFI no later than July 13, 2020 by 1700 CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7267a1f422c45b9a0fa87d60399cfb3/view)
 
Place of Performance
Address: Michael E. DeBakey VAMC 2002 Holcombe Blvd. Houston, TX 77030
 
Record
SN05712638-F 20200708/200706230152 (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  © 1994-2020, Loren Data Corp.