65--Service-Cubicle Tracks Curtains

expired opportunity(Expired)
From: Federal Government(Federal)
36C26218Q9730

Basic Details

started - 17 Jul, 2018 (about 5 years ago)

Start Date

17 Jul, 2018 (about 5 years ago)
due - 27 Jul, 2018 (about 5 years ago)

Due Date

27 Jul, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C26218Q9730

Identifier

36C26218Q9730
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs

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.

Added:
Jul 17, 2018 9:00 pm THIS REQUEST FOR INFORMATION (RFI) 36C26218Q9730 -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).

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. IAW FAR 15.201(e), 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain
knowledge of potential qualified sources and their size classification relative to NAICS 314120 (size standard of 1000 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 Furniture that at a minimum meets the following salient characteristics with brand name for the VA Loma Linda Healthcare System:


Cubicle Tracks/Curtains:
Provide all materials for Barrier
Free's Privacy System mounted approx.
83" to 86" above the floor which
allows the removal and replacement of
provided cubicle curtains without the
use of a ladder. Suspended track and
curtains to be provided for 56 Exam
and Procedure Rooms on 3NE and 3NW.
56 EA

2 Installation during NON-Business
Hours

4 Installers for evening and weekend install
160 HR







-VA Loma Linda Healthcare System
B.3 STATEMENT OF WORK

Project Schedule:

Project Coordination Award Meeting: Within 5 business days of award notification.

Site Review: by Manufacturer Dealer-Installer for field measure: Within 5 business days of award notification

Final Installation Drawings: Manufacturer and Furniture Dealer-Installer submittal of Installation Drawings for review and approval: Within 7 business days of receipt of award notification

Manufacturer provided shipping dates: Within 4 business days of selection of all colors, materials and fabrics for products purchased

Installation of product: Coordinated with the COR. TBD.

Installation Inspection: Awarded Vendor shall schedule punch with Interior Designer contact 5 business days prior to installation completion. Installation inspection shall take place no more than 5 business days after installation completion

Acceptance of product and work by VA Interior Designer: Time to be determined. Final acceptance will not occur until all punch items have been corrected.

Product Delivery Location:

Product is to be shipped to the dealer or installers warehouse and delivered to the work space of the Client Agency s Delivery Address

Prior to providing a submittal an optional site visit shall be conducted. If you wish to participate, Contact the Contracting Officer. Participating vendors will meet in the main lobby of the bldg. the VA will provide information regarding the paths of travel, size and capacity of the elevator, and size of hoist way opening and loading dock access and rules

Items that require special moving requirements (i.e. door enlargement, freight on top of the elevator, etc.) will be funded and coordinated by user agency

Quote Preparation:

Provide a complete technical submission detailing all the requirements listed in this solicitation packet. All technical submissions must be in the following format and in the following order;

Cover Page:
At a minimum, the following information must be included: solicitation number, client/agency name and delivery location, name of company submitting the proposal, date, and a list of the manufacturers used in the proposal. Any additional information may be added at the bidders discretion.

Administrative:

Past Performance References including the name of the organization, period of performance, dollar value and contact information for the primary contact person for 3 projects that were completed for similar work within the past 3 years.

Complete List of Items organized by room with item quantities and Warranty Information

Project Delivery and Installation Schedule

Product Details:

Detailed Specifications for each item specified with an attached image

Dimensioned, detailed, drawing of each typical area needed to best depict proposed product(s)

Plan view and isometric view or elevations with legend or keyed notes matching the Complete List of Items

ANSI/BIFMA:

Certificates of ANSI/BIFMA compliance certificates labeled with the product(s) that it applies to

Environmental:

Environmental Testing Certificates labeled with the product(s) that it applies to.

Warranty:
Warranty Certificates labeled with the product(s) that it applies to.

Teaming:

Copy of teaming agreement(s) with any vendors or manufacturers.

Non-Obsolescence:

Non-Obsolescence policies labeled with the product(s) it applies to.

Installation Plans and Sample Submittals:

The Awarded Vendor is required to do the following:

Prepare installation plans based on this solicitation requirement to ensure any problems and dimensional conflicts are identified and resolved prior to the start of the installation.

Verify dimensions to ensure that specified product will fit in the space as shown on the plan prior to installation and advising the VA of conditions found which will not allow specified items to fit as shown on the drawings

Any problems, which would impact installation, shall also be reported to the Contracting Officer and resolved prior to start of installation

Provide AutoCAD files of installation plan to the Interior Designer on CD Rom


The Awarded Vendor shall attend meeting(s), as requested, with the VA and other contractors for coordination purposes.

Permits and Building Access:

The Awarded Vendor shall obtain necessary clearances (including proof of insurance, if required by the COR) or permits for all personnel. User agencies are responsible for coordinating entry and clearances for site access by vendors

Prior to the start of work the Awarded Vendor shall advise the COR of existing damage and conditions which are present on a marked and noted copy of the floor plan or by written memo if it occurs beyond the immediate work site.

Personnel Requirements:

The Awarded Vendor shall furnish all necessary supervision and labor for each day that work is scheduled. The Awarded Vendor shall utilize qualified and experienced personnel. The Awarded Vendor shall coordinate with the COR to determine the level of background check needed to admit the laborers into the building

The Contractor will be responsible for confining its crew and work to the designated project areas. The Contractor will also be responsible for ensuring that the installation personnel are identifiable

VA representatives may require the Contractor to remove any employees from the job should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on VA controlled property


Installation:

Delivery and installation services include inside product delivery and coordination, unpacking, inspection of product for shipping damage, placement, set-up, assembly and leveling of product in accordance with any recommended manufacturer instructions/guidelines to conform to the requirements and drawings of this RFQ and approved installation drawings provided by the Awarded Vendor. The installation services shall include removal of all product packing materials from the government work space and buildings and shall also include wipe down of handling marks, fingerprints and air borne soil from all furniture surfaces and parts prior to final review of the installed product. The Contractor shall ensure that all products and installation comply with the General Specifications in the Schedule for 65A11. Medical Equipment & Supplies

Installation Equipment and Materials: The Awarded Vendor shall furnish all necessary material and equipment including padding or other protective material for the interior of the building. The Awarded Vendor shall provide Masonite sheets taped to the carpet in major walking paths and primary entry to the work space to be installed. All walls, corners and door frames on path of delivery must be protected. All material handling vehicles shall have rubber clad wheels. Forklifts and power walkers can only be powered electrically or by battery and no propane or gas sourced vehicles can be used

Damage Responsibility: The Contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful Contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru, and daily submissions of checklists to the designated agency representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the Contractor to protect the building (elevators, walls, floors, etc.). Any damage to walls, corners, doors etc. will be charged to awarded vendor.


Building Utilities: The Contractor s work shall not interrupt building utility services without the prior written approval of the customer and the Construction Manager. The Contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation on each floor. The Contractor shall be responsible for all replacement costs, including communications, shipping, and installation

Cooperation with Other Vendors: The Awarded Vendor is required to cooperate with other vendors who may be performing other services during the installation, such as installations for telephones and cabling which must be run through the systems furniture. The Awarded Vendor shall notify the COR immediately of an unexpected building or construction related conditions or damage found on his product

Waste Disposal: The Contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The Contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the Contractor. The Contractor shall always keep the job site, including staging and storage areas used by the Contractor, free from accumulations of waste material or rubbish. This material shall be removed daily to eliminate the accumulation of debris. Prior to completion of the work, the Contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the Contractor or used under the Contractor s direction

Cleaning: The Contractor shall clean and dust wall and floor surfaces affected by the installation of their product upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the space for occupancy and immediate use

Authorized Changes: The Government is not responsible for payment for any changes during installation that are not in accordance with the approved design. If changes are required, the Contracting Officer for the delivery order must approve a modification prior to the change being implemented

Changes performed by the Contractor, either of his own volition or at the request of an individual other than the CO, including other VA or agency officials, are not authorized and will not be reimbursed.

In the event additional parts are required, a modification to the delivery order must be obtained from the CO prior to ordering.

Inspection and Acceptance:

The Awarded Vendor shall notify the VA representative and the client agency contact person at least five days in advance of the time when the installation will be completed so an inspection may be scheduled

The Awarded Vendor representatives for final inspection and acceptance of the product and related work shall include furniture dealer s account manager, installation team supervisor and one laborer. A list of incomplete or unacceptable items shall by prepared by VA and provided within 24 hours after the inspection

Items listed which are unsafe or unusable, shall be corrected immediate. All other items shall be repaired within (10) ten working days of the inspection. The Awarded Vendor shall notify the VA CO when all items have been delivered, are complete and/or accepted

Final acceptance of the project will be determined by the VA COR

Roles and Responsibilities:

Role and Responsibilities of Government: The Contracting Officer (CO) has overall responsibility for the administration of the delivery order. He/she alone, without delegation is authorized to act on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, etc. Responsibilities may be delegated to other representatives.

The Contracting Officer Representative (COR) responsibilities include:

Determining the adequacy of performance with the terms and conditions of the contract in consultation with tenant agency personnel

Advising the CO of any factors, which may cause delay in performance of the work

Requesting modifications to the contract when required

Recommend approval to Contracting Officer for requests for payment

Provide coordination with the client agency and access and use to the building for the Awarded Vendor.





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 can provide 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:


Product Specifications
605-18-3-575-0110

Barrier Free Cubicle Track and Curtains
3NE & 3NW Exam and Procedure Rooms
VHALLMC Loma Linda, California


Specifier Note: Custom layouts are to be designed to meet project requirements as per the architectural attached in the solicitation.


PART 1 GENERAL

PROJECT DATA

Basis of Design
FSC Bid Group: 65, Part II, Section A / FSC Class: 6510
(Medical Equipment & Supplies)

Curtain Fabric:
ArcCom Tidal Stripe Seafoam #6


REFERENCES
American Society for Testing Materials (ASTM)
B221-14, Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes
B221M-13, Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes (Metric)
B456-11, Electrodeposited Coatings for Copper Plus Nickel Plus Chromium and Nickel Plus Chromium

Aluminum Association (AA)
DAF 45-09 Designation System for Aluminum Finishes

American Architectural Manufacturers Association (AAMA):
2603-13, Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels

The National Association of Architectural Metal Manufacturers (NAAMM)
AMP 500 Series, Metal Finishes Manual

National Fire Protection Agency (NFPA)
NFPA 701 Standard Methods of Fire Tests for Flame Propagation of Textiles and Films

GENERAL SCOPE AND RELATED WORK
Installation of a barrier free curtain Track Rail Support System CTRSS Custom Patient Lifts Cubicle Curtain Track System that will work seamlessly with either an existing or new patient lift system. (See Product Specifications in Section 4)

All barrier free Cubicle Curtain Systems must be installed at 84 above the floor which will allow for the removal and replacement of cubicle curtains without the use of a ladder.


Vendors will furnish all labor, materials and supervision to install new Trolley, Gate, Swing Arm, Drop-Down and or Flat Track Cubicle Curtain System with Easy On - Easy Off cubicle curtains.

Flat Sided Oval Track System, Silver Infused Antimicrobial support beam is made from high grade aluminum 6005-T61 aluminum flat sided tubing and has a dimension of 1.50 inches by .88 inches wide. Vertical supports are not required for this product for lengths under 12 feet in most cases. The curtain support will be attached to the walls at both ends using a .1875-inch-thick by 3 inches wide by 4 inches high mounting plate having 2 chamfered 5/16-inch mounting holes. The base plates will be welded to the curtain support bar with a minimum of .125-inch fillet aluminum wild. All radius bends will be smooth rolled form one continuous piece of high-grade aluminum and inspected for weld fractures and stress prior to finishing.

Acoustical ceiling tile and suspension systems. The Flat Sided Oval track is supported from the wall via wall supports or from the ceiling via the base plates described above, and attached to a 1 inch by 6 inches by 23.75 inches long fire-retardant structure secured into ceiling grid with screws and supported from above via Hilt drop ceiling support system.

DETAILED REQUIREMENTS
The contractor installing rooms shall use a Trolley, Gate, Swing Arm, Drop-Down and or Flat Track Cubicle Curtain Systems will be required to work closely to establish a work schedule with the hospital staff in all areas to ensure smooth process.

A site walk will be scheduled for all interested contractors which will be coordinated with the Interior Designer to tour, measure and inspect the site. All vendors must attend the site visit to measure prior to providing an estimate and supply CAD drawings with their estimate showing each room installation specifications to include all custom bends and points of attachment. This will guarantee that the facility can take into consideration any items that will impede the installation. These items could include TV s, head walls, cabinets, sharp boxes, etc...

The contractor shall submit bid using only Trolley, Gate, Swing Arm, Drop-Down and or Flat Track Cubicle Curtain Systems with Easy On - Easy Off cubicle curtains and the specified fabric. The cubicle curtain system must not use enclosed carrier track hooks and meet all other requirements needed by the facility such as using fabric that meets or exceeds NFPA701 standards.

Trolley, Gate, Swing Arm, Drop-Down and or Flat Track Cubicle Curtain Systems must use minimal ceiling supports and needs to be engineered to mount from wall to wall and or structure above the ceiling grid that does not conflict with the patient lift system. Each Trolley, Gate, Swing Arm, CTRSS and or Flat Track Cubicle Curtain System installation must have custom bends as needed, pursuant to each locations requirement.

Trolley, Gate, Swing Arm, Drop-Down and or Flat Track Cubicle Curtain System s will include custom Easy On - Easy Off privacy curtains. Cubicle Curtains must be manufactured as either panels or one continuous curtain across the length of the Trolley, Gate, Swing Arm, Drop-Down and or Flat Track Cubicle Curtain Systems. The cubicle system must not use enclosed carrier track hooks and meet all other requirements needed by the facility such as using fabric that meets or exceeds NFPA701 standards.

Contractor shall tag individual curtains with the size, ward and room number in a manner that will not fade or come loose when laundered. This method will be approved by Interior Design before curtains are manufactured.

A minimum 35% attic stock of curtains will be left for future use.

Contractor shall clean up any debris caused from the installation and remove it from the VA Healthcare Center property.

Contractor shall adhere to all rules of travel and parking when entering and leaving VA Healthcare Center property.

Contractor shall comply with all Safety and Infection Control procedures in accordance with VA policies and directives.

Smoking is not permitted in any indoor areas and only in designated areas outside of the building.

Contractor is to provide all equipment, tools for removing, installing, cleaning, unpacking, transporting as detailed in scope of project.

Contractor shall secure all tools, materials, remove trash and leave areas clean at the end of each work day.

The contractor shall notify the COR of work schedule and have prior approval and VA badge before working on site.

SUBMITTALS

Shop Drawing Submittals: Submit manufacturer s shop drawings showing layout, profiles, product components and method of anchorage.

Quality Assurance Submittals: Submit manufacturer s installation instructions to meet Office of Statewide Health Planning and Development (OSHPD) of California standard anchorage methods to meet seismic requirements.

Closeout Submittals: Submit manufacturer s operation and maintenance data and warranty. Include methods for maintaining installed products, precautions against cleaning materials and methods detrimental to finishes and performance.

Samples:
A 12-inch piece of flat sided, oval aluminum track 1.5 inches high, .88 inches wide and .12 inches thick, having a .44-inch radius on top and bottom.
Vertical drop and anchor set up as described above.
Carriers not needed with Hook less curtain system.

DELIVERY, STORAGE AND HANDLING
Deliver material in original package marked to identify the contents, brand name, and the name of the manufacturer or supplier.

Store in dry and protected location. Store to not bend or warp the tracks.

Do not open packages until contents are needed for installation, unless verification inspection is required.

WARRANTY
A. Construction Warranty: Cubicle curtain tracks are subject to the terms of the Article Warranty of Construction, FAR clause 52.246-21.

PART 2 PRODUCTS

PRODUCT SPECIFICATIONS
Tubular Track (Suspended Type): Seamless drawn aluminum tubing, 6005A T61 aluminum, 1.5 inches high, .88 inches wide and .12 inches thick having a .44-inch radius top and bottom weighing .523 pounds per foot. Length is determined by design specifications with vertical supports every 12 feet or as needed. Internal splice when needed is inserted inside the tubing to secure both sections together with 3/16-inch stainless steel rivets which are painted to match.

SHOWER CURTAIN TRACK
Gate, Swing Arm or linear track system will be used in the shower areas and made of flat sided oval aluminum and powder coated white. The hinge is manufactured from 6063 T6 aluminum and UHMC plastic mounted into the structure using stainless steel non- corrosive screws or Hilti Toggles

PRODUCT TYPES
The awarded vendor is responsible for determining the product type that is most appropriate for installation based on the drawings provided and site walk thru.

CTRSS TROLLEY SYSTEM
The Trolley System must allow the patient lift to move either back and forth or sideways depending on the situation to maintain privacy independent of the patient lift system. This system must solve the issues that traditional cubicle curtains do not when working with configured patient lift systems. The trolley system must move in front of the lift traversal rail and be mounted to both sides of the system so when one is in use the other maintains privacy for that patient. The trolley system must work in conjunction with Easy On - Easy Off cubicle curtains. This system must be able to be used in conjunction with most ceiling mounted patient lift systems regardless of direction and coverage of the lift movement. The Trolley System must be mounted under the moving rail of the patient lift system as it is horizontally mounted to the wall with an additional support from the ceiling structure or from a post mounted from the floor up to bottom of the Trolley System arm with no vertical supports at any other location.

The trolley system must use a 2-inch x 2-inch x 6-inch Z-channel and supports the flat sided oval curtain track and I-beam supporting the actual trolley. The I-beam must be 1.5 inches high x 1 inch wide. Then .13 inches thick aluminum must be welded and/or riveted to the Z-channel along with the trolley which must be manufactured using a .13-inch-thick, 7.5-inch-long x 1.63-inch-high x 1.63-inch-wide aluminum housing with 8 each .25-inch-wide x 1.25-inch-high wheels allowing easy movement on the I-beam. There must be 4 wheels running on the vertical wall of the I-beam and 4 wheels running on the horizontal wall of the I-beam which maintains less stress on the I-beam when being moved back and forth as the track is moved by pulling the track on either side of the bed. The typical length of the cubical track attached to the trolley system must be 96 to 120 inches. The cubical curtain track must be manufactured from .88-inch-wide x 1.5-inch-high x .13-inch-thick aluminum flat side oval and must be welded and or riveted to the Z-channel. The wall mounted cubical curtain Trolley System must maintain privacy from the sides as well as the end. The system must allow the lift to move from bed to bed while preserving privacy for all patients located in the room via the movement of the trolley either from side to side, or head to toe.

A support device is required to relieve pressure from the headwall. This device must be mounted 16 inches from the headwall on the Z-channel to the ceiling substructure (concrete and/or metal beam). If this is not possible an upright must be mounted from the floor to bottom of the Z-channel structure approximately 16 inches from the headwall. The material used throughout the system must be 6063 T6 high grade aluminum. It must be inspected for weld fractures and stress prior to finishing. Finishing shall consist of a cleaning process consisting of a degreasing and rinse cycle followed by a hot air drying prior to finishing. The finish must be powder coated with U.V. resistant TGIC polyester "brilliant white" in color. Finished coat must be 3 to 5 millimeters thick with a cure temperature of 375 to 400 degrees Fahrenheit.

All wall mounted support beams must be secured to the wall(s) using 4 each Â1⁄4 inch Hilti Toggle Bolt's. The bolts must be brilliant white in color to match the mounting plate.

The cubical curtain track must be manufactured from 1.5-inch x 0.88-inch aluminum flat sided oval that is attached to the trolley system and allows same height of the cubical curtains in room for a completed system.

CTRSS GATE / SWING ARM SYSTEM
The Gate and Swing Arm system must maintain patient privacy in the patient rooms. It will allow movement of the patient lift from one bed to another while never sacrificing privacy for all occupants.

The Gate and Swing Arm system is used in conjunction with a linear patient lift system and engineered to mount from the wall and or ceiling structure for support needed when gate is opened and closed allowing the patient lift motor to pass through. Each Gate must be custom manufactured pursuant to a specific locations requirement. The Gate system must include custom Easy On Easy Off Cubicle Curtains that are made specifically to work with the system.

The Gate and Swing Arm system must be made from flat sided oval aluminum and powder coated white. It will be 1.5 inches high, 0.88 inches wide and 0.12 inches thick having a 0.44-inch radius on top and bottom sides of the track and weighs .523 pounds per foot. High grade magnets attached to the gate rod and docking station must be used to hold the rod in place once docked to allow the curtain to travel.

The base plates along with most other welds must be welded to the curtain support bar 360 degrees around with a minimum of .125-inch fillet aluminum weld. All radius bends must be smooth rolled from one continuous piece of 6063 T6 high grade aluminum and inspected for weld fractures and stress prior to finishing. Finishing shall consist of a cleaning process consisting of a degreasing and rinse cycle followed by a hot air drying prior to finishing. The finish shall be powder coated with U.V. resistant TGIC polyester "brilliant white" in color. Finished coat shall be 3 to 5 millimeters thick with a cure temperature of 375 to 400 degrees Fahrenheit.

The custom wall mounted The Gate and Swing Arm system must be secured to the wall(s) using 4 each .25-inch Hilti Toggle Bolt's. The bolts must be brilliant white in color to match the mounting plate.

CTRSS DROP-DOWN SYSTEM
The Drop-Down system is a non-ceiling mounted privacy curtain support structure that allows the patient lift to pass over the system and keeps patient privacy always.

The Drop-Down system will not use ceiling supports and instead must be engineered to mount from wall to wall. Each Drop-Down installation will be designed with custom bends as needed pursuant to each locations requirement. The track system must be seamless and manufactured as one solid track to increase overall strength and meet the facilities requirements. The Drop-Down will include custom Easy On Easy Off cubicle curtains that work with the Drop-Down support system. Cubicle Curtains manufactured as one continues curtain across the length of the Drop-Down rail, the cubicle system must not use carrier hooks and meet all other requirements needed by the facility such as using fabric that meets or exceeds NFPA701 standards.

All vendors must attend a site visit to measure prior to providing an estimate. Once a vendor is chosen by the facility the supplier must provide CAD drawings showing each room installation that includes all custom bends and exactly where each end will mount on the walls. This is mandatory before the project can be started to guarantee that the facility can take into consideration any items that will impede the installation. These items could include TV s, head walls, cabinets, sharp boxes, etc...

The Drop-Down system must be mounted half way between the ceiling and the top of the door jamb/opening into each room. The System will allow the curtains to stack without interference from patients walking into the room.

The Drop-Down system must be made from high grade aluminum 6030 T6 and has a dimension of .25 X 1.50 inches, has an estimated weight of .434 per foot, has a rounded edge to smoothly carry the Easy On - Easy Off cubicle curtains, all hardware must use a powder coated finish in brilliant white and provide the option to use an Antimicrobial Electrostatic Finish.

The finished Drop-Down system will have various curves and lengths up to 12 feet depending on configuration and supported with machined .25", 2.00 X 4.00"Â base plates using Hilti toggle/anchors. Each mounting plate will be tig-welded and quality certified prior to delivery.

CTRSS FLAT TRACK OVAL SYSTEM
The Flat Track system cannot use ceiling supports and needs to be engineered to mount from wall to wall. Each Flat Track installation must have custom bends as needed pursuant to each locations requirement. The track system must be seamless and manufactured as one solid track to increase overall strength and meet the facilities requirements. The Flat Track will include custom Easy On Easy Off cubicle curtains that works with the Flat Track support system. Cubicle Curtains must be manufactured as one continuous curtain across the length of the Flat Track rail, the cubicle system must not use enclosed carrier track hooks and meet all other requirements needed by the facility such as using fabric that meets or exceeds NFPA701 standards.

All vendors must attend a site visit to measure prior to providing an estimate and supply CAD drawings with their estimate showing each room installation specifications that includes all custom bends and points of attachment. The site visit will be mandatory before the project can be started. This will guarantee that the facility can take into consideration any items that will impede the installation. These items could include TV s, head walls, cabinets, sharp boxes, etc...

The Flat Track system must be mounted half way between the ceiling and the top of the door jamb/opening into each room. Â The System will allow the curtains to stack without interference from patients walking into the room.

The Flat Track support beam is 1.5 inches high, .25 inches thick having a .25inch radius on top and bottom of the track and weighs .816 pounds per foot. Vertical ceiling supports are not required for this product for lengths under 12 feet. The curtain support beam deflection for an 8-foot length loaded at the center at 35 pounds is Â1⁄2 inches without permanent deformation.

The curtain support will be attached to the walls at both ends using a .1875-inch-thick by 2-inch-wide by 4-inch-high mounting plate having 4 chamfered 5/16-inch mounting holes. The base plates will be welded to the curtain support bar 360 degrees around with a minimum of .125-inch fillet aluminum weld. All radius bends will be smooth rolled from one continuous piece of 6036 T6 high grade aluminum and inspected for weld fractures and stress prior to finishing. Finishing shall consist of a cleaning process consisting of a degreasing and rinse cycle followed by a hot air drying prior to finishing. The finish shall be powder coated with U.V. resistant TGIC polyester "brilliant white" in color. Finished coat shall be 3 to 5 millimeters thick with a cure temperature of 375 to 400 degrees Fahrenheit. An optional antimicrobial powder coat finish is available. The antimicrobial powder coating technology uses environmentally sustainable silver ions to resist growth and spread of microbes even on lightly scratched surfaces.

The Flat Track support beam is secured to the wall(s) using 4 each Â1⁄4 inch Hilti Toggle Bolt's. The bolts shall be brilliant white in color to match the mounting plate.

EASY ON - EASY OFF CUBICLE CURTAINS
The Easy On - Easy Off Cubicle Curtains are open C-type fast install and removal curtain system. Cubicle curtains are manufactured flat and sized approximately 10% wider than the track length, unless specified otherwise. The curtain height will be determined by the floor-to-ceiling height and curtains should be finished approximately 10-12 inches above finished floor, as suggested by Joint Commission's patient privacy standards. This distance will allow for ease in periodic floor cleaning and prevents mop and/or floor cleaner from coming in direct contact with cubicle curtain, soiling the treatment.

The cubicle curtains must use a commercial grade of molded synthetic polymer C-type rings that allow for Easy On -Easy Off handling of environmental services and nursing staff. The ring system must mount on the .25-inch x 1.50-inch Flat Track and must glide effortlessly without binding over the life of the curtain.

The C-type rings will be inserted and spaced 6.75 inches apart on a 4.75-inch NFPA approved vinyl breathable mesh fabric that is integrated to Â1⁄2 inch vertical and horizontal hole size opening mesh (minimum 70 percent open) allows for fire sprinkler penetration in the unfortunate case of fire. The mesh will be required to have a minimum 18 inches drop from sprinkler head to fabric. If the distance of the Flat Track is farther than the 18 inches drop then mesh may not be necessary to meet patient privacy standards.

The bottom hem of the cubicle curtain is double folded and 2 inches. The side hems are double folded and 1 inch. All hems and seams are sewn with a double needle lock stitch. All vertical seams are surged and sewn with a double needle lock stitch for maximum durability.

The cubicle fabric will contain the following characteristics to be approved by the facility: meet NFPA 701 flame spread requirements for vertical flammability (flame spread certification paperwork must be supplied), fabric must have a antimicrobial properties that have been proven to reduce bacteria on soft surfaces, must be evidence based third party tested, produces bacterial reduction within one hour and antimicrobial properties must be intrinsic and irreversibly bound to the polymers of the fabric and are able to withstand a minimum of 200 commercial launderings at a temperature of not more than 160 degrees Fahrenheit (71 degrees Celsius).

FASTENERS
Exposed Fasteners, Screws and Bolts: Stainless steel.

FINISHES
Finishing shall consist of a cleaning process consisting of a degreasing and rise cycle followed by a hot air drying prior to finishing. The finish must be powder coated with U.V. resistant TGIC polyester Silver Infused Antimicrobial brilliant white in color. Finished coat must be 30 to 40 microns thick with a cure temperature of 375 to 400 degrees Fahrenheit.


PART 3 EXECUTION

INSTALLATION
Install tracks after finish painting and ceiling finishing operations are complete.

The completed track system (s) will have various curves and lengths up to 12 feet depending on configuration and supported via the base/wall plates and or ceiling mounted per above specks. All exposed screws and rivets will be painted to match track.

Install product in accordance with manufacturer s installation instructions at locations indicated on drawings.

END OF SECTION







(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 regarding 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 Latricia.williams2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 27, 2018 at 3:00 p.m. PST. If a solicitation is issued it shall be announced later, 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.

Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815Location

Address: Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815

Country : United States

You may also like

PRIVACY CURTAINS AND TRACK

Due: 31 Jul, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CUBICLE CURTAIN ROTATION

Due: 28 Feb, 2029 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CUBICLE MOVE

Due: 18 Jul, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

314 -- Textile Product Mills/314120 -- Curtain and Linen Mills