7110--Furniture, Task Chairs Lab Bldg 1, A-wing, 2nd Floor, IND

expired opportunity(Expired)
From: Federal Government(Federal)
36C25022Q1122

Basic Details

started - 07 Sep, 2022 (20 months ago)

Start Date

07 Sep, 2022 (20 months ago)
due - 12 Sep, 2022 (19 months ago)

Due Date

12 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
36C25022Q1122

Identifier

36C25022Q1122
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103555)VETERANS AFFAIRS, DEPARTMENT OF (103555)250-NETWORK CONTRACT OFFICE 10 (36C250) (5713)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Combined Synopsis Solicitation: Climate Controlled Conex VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 13.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation number is 36C25022Q1122 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04/ 04-15-2020. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors
may submit quotes. This requirement will be awarded on an all-or-none basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 1000 employees. The FSC/PSC is 7110. All interested companies shall provide quotations for the following: STATEMENT OF WORK Richard L. Roudebush VAMC 1481 West 10th Street Indianapolis IN 46202 Renovate Lab project Furniture 1.0 GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for healthcare furniture for Richard L. Roudebush VA Medical Center at 1481 West 10th St. Indianapolis, IN 46202 for Building 1, A-wing, 2nd Floor (Histology, Cytology, and Molecular) that meets the VHA IDIQ specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes laboratory furniture and non-built-in storage cabinetry. Service required is detailed in SV4 Healthcare Furniture technical requirements per VHA healthcare furniture multiple award IDIQ The Contracting Officer Representative (COR) is John S. Bendel, john.bendel@va.gov or 317-988-2415 (desk). Healthcare furnishings include: Assorted workstations (including task chairs and guest seating) and associated storage for private and shared offices spaces, Assorted furniture for break room and conference spaces, Assorted workstations (including task chairs and guest seating) and associated storage for open lab areas, Assorted door storage and filing cabinets for open lab spaces. The contractor shall submit any necessary RFIs if they do not understand something, or if the package is missing any information. Contractor can request a meeting with the COR, Interior Design and the corresponding COR of the construction project to review any questions or concerns. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. The contractor shall remove all packaging/shipping materials from the jobsite and job location and not utilize on-site dumpsters that are under contract to the facility where the installation is occurring. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. The C&A requirements do not apply, and that a Security Accreditation Package is not required! VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, development, and generation for final specifications. Furniture delivery, installation of new furniture and removal of existing furniture will be required early Sept-2022 The project consists of 12/twelve phases not every phase requires furniture. Each phase of the project could take up to 30/thirty days to complete with the entire project requiring 1/one year. Duty hours will be 0800 1630 Monday through Friday. Weekends times are not ideal, but may be available for unforeseen issues, if needed. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Juneteenth, Memorial Day, Independence Day, Labor Day, Indigenous People s Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. If the holiday falls on a Saturday, it s observed on a Friday. The contractor shall: Coordinate REMOVAL of old/existing furniture and install the new furniture with the COR; a ONE - for ONE match. Coordinate and provide project management of all products and services to manage, design, order, ship, deliver remove old furniture and install new furniture from the manufacturer until final acceptance by the Contracting Officer Representative (COR)/ VA John S. Bendel. Requested furniture ought to be strong enough to perform in a 24/7 work environment. All work surfaces/table-tops to be high-pressure laminate with 3mm edge-banding and be non-porous, heat, chemical, and scratch resistant. No wood of any kind will be accepted. Upholstery will need to be comfortable and suitable for 24/7 lab use; upholstered surfaces especially seating surfaces - to withstand 500,000 double-rubs minimum hospital-grade synthetic upholstery covering. Vendor/Contractor or representative is required to attend no less than three (3) face to face in person meetings (virtual meetings are acceptable), project phasing, and scheduling requirements to include planning, measuring, manufacturing, project management, removal and disposal of all existing furniture, and delivery, installation/assembly of all new furniture, & one post walk through, and an additional meeting if necessary, to make corrections if needed. Prepare and provide as-built furniture drawings in PDF and AutoCAD or Revit. Provide maintenance manuals for all products specified in PDF form. Contractor shall mail all cut sheets and sample materials to the COR - John S. Bendel. 3.0 KICKOFF MEETING The prime contractor(s) shall participate in a kickoff meeting within ten (10) days of task order issuance, in person at 1481 West 10th St, Building 6, Indianapolis, IN 46202, or on Microsoft TEAMS. Time and date will be determined by VA Point of Contact, COR John S. Bendel. 4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received 9/10/2022. All questions submitted for this solicitation must be electronically sent to the following email address: Jordan.Carlsen2@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) drawings, (floorplans, isometrics, shop drawings, renderings.) complete manufacturer s product specifications Bill of Materials tagged per CLIN/ floorplan department and room etc. quantity of man hours for labor/installation project management plan product literature project staffing plan physical finish samples (mail all samples to Indianapolis VA Medical Center, Attn: John S. Bendel, Interior Designer, Building 6 Interior Design Office. 1481 West 10th St. Indianapolis IN 46202 ) sustainability certification documents complete testing results / certificates mockup samples (pictures and all the product emailed to COR and finish samples mailed to COR John S. Bendel) warranty. Self-certifying statement confirming ability to meet project deadlines Volume 2: (pricing) price quote with separate line for current furniture removal/labor/installation Bill of Materials with subtotals and tagged per CLIN/ floorplan Submissions can be sent in multiple emails to avoid computer system email size limitation, to [insert CO name and email address]. 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 / floorplan department and room etc. PDFs of detailed and dimensioned: Plan, 2-D and 3-D drawings of each workstation (and/or) products with multiple parts lists to represent exactly what is being included in task order and to determine accuracy. Cut sheets with product detail for each line item. Labor/Services appropriate to the scope of work. (no pricing included) Project staffing plan appropriate to scope of work; Project management plan appropriate to scope of work; 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 or skin/body surfaces. See attachment for technical requirement of products. (MTR Sheet) Finish color and seat material will be picked out with the option to review what is available (without incurring delays in shipment) per Vendor. 8.0 SERVICES Service required is detailed in [SV4] SV4 Project Management Turn-Key Services with Furniture Contract Tasks/Requirements a. Based on provided furniture specifications for the individual order, the contractor shall provide a separate, typed document that matches the VA line item: including unit price and total price per provided quantity. Products or services that include multiple parts shall be listed within each line item and only the totals for the whole unit and total price per quantity provided will be provided. No additional line items will be added. Package to include PDFs of detailed and dimensioned: Plan, 2-D and 3-D drawings of each workstation (and/or) products with multiple parts lists to represent exactly what is being included in the bid and to determine accuracy. Package to include a cut sheet with product detail for any alternate products. Package to list Labor/Services on a separate line item(s) than the product line items. Contractor shall be responsible for ordering, tracking, and installing all specified items, managing, and coordinating all deliveries for the installation schedule as approved by the VA COR. Design Contract Tasks/Requirements As part of the request for design service quotes the contractor will provide a quote on a specifically requested scope of work/Project and provide a firm-fixed price. Contractor to provide end-user programming services, space planning, product specifications, and attend in-person end-user meetings with VA COR. Contractor to develop detailed specifications, conduct product research and assemble materials/finishes as approved by VA COR. Contractor to provide finished specification binder with cut sheets and material samples to the VA per the Statement of Work. Contractor to provide design services such as space planning, schematic design, specifications, finish boards, 2D/3D Rendered models, construction drawings, installation layouts in AutoCAD, Sketch Up, Revit, and Adobe Creative Suite Programs. Contractor shall comply with all Environmental Product specifications, tracking, and documentation building to obtain Leadership in Energy and Environmental Design (LEED) Credits for ongoing projects as needed. Contractor to provide Professional Project Management Services including field support, design, move and installation coordination and management from small to large scale projects per the SOW. Contractor shall act in collaboration with VA COR and multi-disciplinary services such as IT, Housekeeping, Facilities, and In-House Construction Teams. The contractor shall define and furnish the necessary hardware, software, and all other equipment necessary to accomplish design tasks. Standard equipment in addition to the hardware and software shall include but not limited to reproduction machines, plotters, paper, pencils/pens/markers/highlighters, fax machines, email and office furniture. The contractor shall be responsible for the collection of information relevant to the design/redesign of a space. Examples could include personnel interviews, questionnaires, and walk-through inspections of the facility, as well as the existing furniture database (if available). Services shall include site evaluation to ensure proper fit of the furniture within the given space and that all structural and other anomalies are considered. The contractor is responsible for notifying the COR/Government Project Manager of all power requirements regarding location of communication, LAN and power junction boxes, with the expectation that the user will be responsible for providing and locating those junction boxes within 4'-0" of the ceiling penetration of the power pole location provided by the contractor and within the required distance on the wall for J-boxes. If electrical power poles are needed in the design, the Design shall ensure that power poles do not protrude into main walkways. Design shall ensure that all outlets included in the design are accessible to the user, free and clear of obstacles. Design shall not allow more than four cubicles to be served by a single circuit. Design shall ensure that no existing wall outlets or thermostats are covered or concealed by panels or other systems furniture components. The contractor shall utilize any existing government product to its maximum as applicable when the project includes add-on parts to existing systems furniture. All designs of furniture layouts, including original designs and any subsequent redesigns, must be accomplished by a qualified professional Interior Designer with either a four (4) year Interior Design degree from an accredited school by the Council for Interior Design Accreditation (CIDA/FIDER), or 5 years experience, and one year experience using contractor s software like that proposed for this contract. The contractor shall meet with the VA COR to review the installation drawings prior to submission of a final price quote. The contractor shall provide additional drawings of furniture layouts, if requested by VA organizations in an unlocked electronically transmitted AutoCAD drawing set complete with any attached layers in both .dwg and .pdf formats unless otherwise specified in the contract. The hardware/software utilized by the contractor shall perform computerized inventory, the computer aided design, automated take-off function, and report generation for all product purchased. The software for this contract shall be compatible software for AutoCAD. The software shall be fully compatible with Microsoft Windows, the most current version. Design service shall include an initial complete design with up to three additional revisions prior to final approval. Designs of each location shall include a Panel and Hardware Layout sheet for system and modular furniture: to include all finish colors and fabrics, panel widths (30", 36", 42", etc.), in 1/4" = 1'0" scale, in addition to display hardware, keys and locksets shall be included. Design sheet layouts of each location shall include a Furniture Power Distribution sheet in 1/4" = 1'0" scale to include: the location of all powered panels, powered components, receptacles, communication ports, power poles, powered raceways, base electrical feeds and building connection points. Designs of each location shall include a 3D drawing and/or elevations for a clear understanding of objects that cannot be seen in floor plan view. Design/redesign timelines shall be expected: aa. Within five (5) business days after the final design has been accepted by the base requesting organization, a bill of materials detailing all inventory, and all plans including basic floor plan, moveable wall, panel and electrical layouts will be provided to the COR/ Government Project Manager for the project. bb. Drawing changes required to a layout due to contractor errors or omissions shall be the responsibility of the contractor and the corrected drawing and bill of materials shall be delivered to the government within three (3) calendar days of the request. cc. Contractor shall make the government aware of any discrepancies to existing conditions not previously identified. Project Manager (PM) Requirements PM shall be responsible for all communication with VA Interior Designer as pertaining to Requests for Information (RFIs), updates, design changes, notifications, and installation scheduling in writing by email in addition to any phone conferences or in-person meetings. PM shall represent the Contractor, not the installation company. PM shall perform an on-site assessment of product and replacement of damaged product due to freight delivery. PM shall schedule arrival of the product and installation date. PM shall perform an on-site review of space and installation plans at least 5 business days in advance with VA COR. PM shall perform on-site visit and assess the area for any encumbrances (loading dock, path of travel, electrical/data need locations, etc.) that would be a potential delay to the project. PM shall be on-site during installation to answer any questions regarding product installation or space/area. PM shall perform on-site walk-through and punch list after installation with lead Installer and VA COR. PM shall provide final sign-off for completion of installation. Protection of Property The Contractor shall perform an inspection of the buildings and grounds with the COR prior to commencing work. Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the buildings, grounds, and furnishings. The Contractor shall repair or replace any items related to buildings or grounds damaged accidentally, or on purpose due to actions by the Contractor, utilizing materials of the same quality, size, grade, and color to match existing work. To ensure that the contractor shall be able to repair or replace any items, components, on the buildings or grounds damaged due to negligence and/or actions taken by the Contractor. The Contractor shall communicate with the COR to resolve all repairs beyond simple surface cleaning. Concurrence of the COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for the security of the areas in which the work is being always performed prior to completion. The Contractor shall maintain accountability and control of any keys provided and shall return them to the COR upon completion of the work. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. Delivery Contractor shall contact the COR at least 14 business days prior to start of work/shipping to ensure that the building is ready for install. In the event there is a delay in delivery, Contractor must notify the assigned VA COR immediately in writing, preferably via email. (john.bendel@va.gov AND Malak.ibrahim@va.gov) Contractor shall provide the COR with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum in advance. The contractor must ensure that the driver of the delivery vehicle has copies of the delivery order and shall not attempt to deliver any items before the scheduled delivery date. Contractor must be bonded and insured in accordance with standard commercial practices and state requirements for vehicles and trailers. Contractor shall provide 30-days Free Storage once all items have been received from the bill of materials at a conditioned facility that meets all building requirements including but not limited to the sprinkler, security, safety, temperature, and environmental controls as not to void furniture warranties. Receive and Unload If the Contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor will be responsible for moving these items to a secure location, until the next available work day. The Contractor will be responsible for moving the items from the overnight storage site to its designated position in the building. The Contractor shall verify and inspect all items. All deficiencies (damage/overage/shortage) shall be brought to the attention of the COR. The Contractor shall store damaged items in the location designated by the COR. The Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the COR daily. Contractor shall repair or coordinate with the COR for replacement of damaged, defective, or missing items. Assembly and final acceptance Contractor shall be responsible for following all safety and security guidelines within the area in which work is being performed, to include securing and contractor-owned tools or equipment, and any on-site storage being utilized. The contractor shall install all furniture in accordance with each requirement statement and basic component floorplan, panel plan, and electrical plan designed and provided by the contractor with each task order. Contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. Contractor shall prevent its personnel from entering any area other than the designated work area. The Contractor shall maintain a means of egress within all designated work areas to comply with fire codes. Contractor shall inspect to ensure that the furniture is free of surface dirt, clean and polished, free of defects, and that the installation is complete and ready for use. The Contractor shall do a final walkthrough with COR and provide a punch list before releasing crew for the day. Jobsite Cleanliness Contractor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all furniture items installed under this contract. Final Acceptance by the Government will not occur until all installed furniture items have been wiped cleaned and debris/dust connected with installation is removed from the VA site. Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials will not be stored in the buildings for any period exceeding 24 hours. The Contractor shall ensure its personnel eat, drink, or smoke only in designated areas. Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site daily by the Contractor. Warranty Items The warranty of an item is to run from the date of acceptance of the products/services by the Government. The Contractor agrees to, without cost to the Government, repair or replace of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor. 7.0 Kickoff Meeting The prime contractor(s) shall participate in a contract kickoff meeting, in accordance with the terms of the first task order. See below under Design Contract Task/Requirements 8.0 Quality Control Plan The Contractor is responsible for Contract Management and Quality Control. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this SOW. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is how the contractor ensures their work complies with the requirement of the contract. The Contractor shall be responsible for quality control (QC) for all work accomplished during the performance of this contract. Work and documentation produced by the contract personnel may be regularly reviewed by the Contracting Officer Representative (COR). 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. Salient Characteristics The Indianapolis VAMC is in need of items that match the salient characteristics listed below: Category: Seating  GENERAL REQUIREMENTS FOR ALL SEATING  a.      Contributes to LEED points  b.     Entire frame and seat structure should be bleach solution and healthcare grade germicide cleanable  c.      Any wood shall have an antimicrobial technology applied to inhibit the growth of stain and other bacteria.  d.     Meets or exceeds ANSI/BIFMA standards  e.     Compliant with TB 117-2013 or most current standard TS4 Ergonomic Task Chair/ must be counter height 3 total  Salient Characteristics: To include minimum of the following specifications:  a.      Weight Capacity a minimum of 300 lbs.  b.     Metal five star base with soft casters for hardfloors  Adjustments  a.      Independent lumbar support w/ height and depth adjustability  b.     Adjustable seat depth  c.     Pneumatic adjustable height  d.     Synchronized back to seat recline angle, with tilt tension, forward tilt stop  e.       Arm adjustments to include post width, height, arm pad width, arm pad pivot of 360 degrees  f.      24-27 seat height with foot ring  a1.     Choice of two back size options with built-in lumbar support  b1.      Soft caster for hard floors - no plastic  c1.     Multi-density foam cushion seat with waterfall front  d1.       Chrome 5 star base  e1.      Medical grade vinyl with 400,000 minimum Double Rub - no mesh  f1.     Moisture barrier fabric backing or barrier wrapped foam  Warranty: 24/7 Continuous Shift, 10 year part replacement with 5 year cylinder guarantee TS TASK CHAIRS 25 total TS1 24/7 Ergonomic Heavy Duty Task With Bariatric version in similiar style.  Salient Characteristics: To include minimum of the following specifications:  a. Weight capacity shall be a minimum of 300 lbs. with steel reinforced seats and heavy duty gas cylinder  b. Metal five star base with soft casters for hard floors  Adjustments  a.      Independent lumbar support.  b.     Seat depth adjustment up to 3  c.      Back: recline angle, tilt tention, and forward tilt stop  d.     Seat: depth, tilt, and pneumatic height  e.     Arms: post width, height, width, arm pad 360 degrees  f.      Headrest with independent positioning  g.     Extended height range cylinders from 14 to 22  h.      Choice of two back size options with built-in lumbar support  i.     Soft Casters for hard floors- -No plastic  j.     Multi-density foam cushion, with waterfall front  k.      Chrome 5 star base  l.     Vinyl - -Medical grade that exceede 400,000 double rubs - no mesh  m.        Moisture barrier fabric backing or barrier wrapped foam  n. Back height adjustment option  Warranty: 24/7 Continuous Shift, 10 year part replacement with 5 year cylinder guarantee TS2 Multiple-Position Task Chair: - No Arms 5 total  Salient Characteristics: To include minimum of the following specifications:  b.      Weight Capacity a minimum of 300 lbs.  c.     Metal five star base with soft casters for hard floors  Adjustments  a.      Independent lumbar support w/ height and depth adjustability  b.     Seat slider adjustable up to 3  c.      Back: height and angle  d.     Seat: pneumatic height, synchronized back to seat recline angle, tilt tension, forward tilt stop  e.     No arms  f.     Extended height range cylinders 22  g.      Choice of two back size options with built-in lumbar support  h.     Soft Casters for hard floors  i.     Multi-density foam cushion, with waterfall front  j.      Chrome 5 star base  k.     Medical grade vinyl with 400,000 minimum double rubs. No mesh  l.        Moisture barrier fabric backing or barrier wrapped foam  m.     Foot ring needed  Warranty: 24/7 Continuous Shift, 10 year part replacement with 5 year cylinder guarantee TS1 24/7 Ergonomic Heavy Duty Task . No Casters 5 total  Salient Characteristics: To include minimum of the following specifications:  a. Weight capacity shall be a minimum of 300 lbs. with steel reinforced seats and heavy duty gas cylinder  b. Metal five star base with soft glides for hard floors  Adjustments  a.      Independent lumbar support.  b.     Seat depth adjustment up to 3  c.      Back: recline angle, tilt tention, and forward tilt stop  d.     Seat: depth, tilt, and pneumatic height  e.     Arms: post width, height, width, arm pad 360 degrees  f.      Headrest with independent positioning  g.     Extended height range cylinders from 14 to 22 or to fit foot ring  h.      Choice of two back size options with built-in lumbar support  i.     Soft Glides for hard floors- -No plastic, no casters  j.     Multi-density foam cushion, with waterfall front  k.      Chrome 5 star base  l.     Vinyl - -Medical grade that exceede 400,000 double rubs, no mesh  m.        Moisture barrier fabric backing or barrier wrapped foam  n. Back height adjustment option  Warranty: 24/7 Continuous Shift, 10 year part replacement with 5 year cylinder guarantee TS2 Multiple-Position Saddle Chair: 3 total  Salient Characteristics: To include minimum of the following specifications:  b.      Weight Capacity a minimum of 300 lbs.  c.     Metal five star base with soft casters for hard floors  Adjustments  a.      Independent lumbar support w/ height and depth adjustability  b.     Seat slider adjustable up to 3  c.      Back: height and angle  d.     Seat: pneumatic height, synchronized back to seat recline angle, tilt tension, forward tilt stop  e.     No arms  Options  a.     Extended height range cylinders 22  b.      Choice of two back size options with built-in lumbar support  c.     Soft Casters for hard floors  d.     Mlti-density foam cushion, with waterfall front  e.      Chrome 5 star base  f.     Vinyl - -Medical grade that exceede 400,000 double rubs, no mesh  g.        Moisture barrier fabric backing or barrier wrapped foam  Warranty: 24/7 Continuous Shift, 10 year part replacement with 5 year cylinder guarantee Assembly,installation and removal of all other furniture or equipment. Place of Performance/Place of Delivery Address: Indianapolis VAMC 1481 W 10th Street Indianapolis, IN Postal Code: 46202 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items with the following added as addenda to Provision, Addendum to 52.212-1; 52.216-1, firm fixed price; 52.232-33;52.233-2; 852.233-70; 852.233-71; 852.252-70; FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.216-18; 52.216-22 (Fill-ins); 52.217-8 (Fill-ins); 52.217-9 (Fill-ins); 52.219-18; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2019). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6; 52.204-10; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 All quoters shall submit the following: Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. All quotes shall be sent to the Jordan Carlsen at Jordan.Carlsen2@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12/04/2020 at 3:00pm Est. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Jordan Carlsen 317.988.1555 Jordan.Carlsen2@va.gov

VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET  DAYTON , OH 45428  USALocation

Place Of Performance :

Country : United StatesState : IndianaCity : Indianapolis

Classification

naicsCode 337127Institutional Furniture Manufacturing
pscCode 7110Office Furniture