6530--NIGHTSTANDS AND BEDS

expired opportunity(Expired)
From: Federal Government(Federal)
36C26222Q1612

Basic Details

started - 24 Aug, 2022 (20 months ago)

Start Date

24 Aug, 2022 (20 months ago)
due - 01 Sep, 2022 (20 months ago)

Due Date

01 Sep, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C26222Q1612

Identifier

36C26222Q1612
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103375)VETERANS AFFAIRS, DEPARTMENT OF (103375)262-NETWORK CONTRACT OFFICE 22 (36C262) (6155)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (4)

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.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-07, dated August 10th, 2022. Solicitation 36C26222Q1612 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under a SDVOSB set-aside. NAICS Code is 337127 and the Small Business Administration s (SBA) size standard is 500 employees. The Government is seeking a contract to acquire Bed Platforms and Nightstands. This solicitation is seeking to fulfill the following statement of work:
STATEMENT OF WORK Background The Tiber Rubin VA Long Beach Healthcare System has a requirement for new furniture that must match the existing furniture already installed. The brand name is Norix Prodigy Platform Bed and Nightstands or Equal To. The Mental Health furniture is specific as it accommodates the high-risk Mental Health Inpatient (MHIP) patient population which will occupy the space once activated. Items are to be delivered and installed using the bolt down method using tamper-proof screws and sealant with pick-proof caulking. Scope This requirement includes healthcare furniture for a behavioral healthcare ward, project management, professional installation, and maintenance/warranty services. Behavioral healthcare furnishings needed for MHIP to include furnishings for thirty (30) patient sleeping rooms as well as four (4) seclusion rooms on the 1st floor of MHIP and one (1) seclusion room on the 2nd floor of MHIP. (See key for room furniture information) The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. Patient room furniture will require installation of items flush to the wall which means self-coved flooring will need to be cut to fit around bed and nightstand. Pick proof caulking must be used where bed and nightstand meets floor and wall, for seamless install. (Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal to.) All beds and nightstands must be bolted to the floor using tamper-proof screws. Requirements All finished surfaces shall be free of scratches, marks, dents, or blemishes, and withstand staining, and be resistant to flaking, cracking, or loss of 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. Damaged product identified at time of installation will be noted by VA POC and new/replacement items will be the responsibility of the contractor. It is understood that the contractor will file warranty claims for any damaged or missing parts and coordinate item install with the VA POC once replacements are available. Damaged product must be removed at the time the damage is discovered. Key Bed and Nightstands locations SEE ATTACHMENT 1-MHIP Bed Ntstnds location 1st Fl and ATTACHMENT 2-MHIP Bed Ntstnds location 2nd Fl Purple indicates Bed locations and Green indicates Nightstand locations. Product and Services Description LINE ITEM PART NUMBER ITEM DESCRIPTION UNIT PRICE QUANTITY Â Â Â Â Â 0001 PRD100 Prodigy Bed, Floor Mount, Java PRD100 18.5 H, 82 L, 38 W EA 35 0002 PRD240 Prodigy Nightstand, Floor Mount, Java PRD240 23.5" H, 20" L, 20" W EA 90 0003 N/A Project Management/Installation (includes Transport to Vendor s Warehouse, transport from vendor s warehouse to VA Long Beach for installation) JB 1 0004 N/A Vendor s warehouse (30 Day storage) JB 1 Salient Characteristics Beds (Norix Prodigy Floor Mount Bed #PRD100 or equal to) Platform Bed (qty. 35) Color: Java Min: 18.5 H x 82 L x 38 W; (+or- one eighth inch) Floor-anchor model mounted bed (all anchoring hardware included) Optional restraint rings. Raised lip around bed deck with grooved sleep surface for fluid management Slightly textured maintenance free surface allows easy cleaning One-piece, cast polymer construction, structurally reinforced for superior durability, impact resistance and security. Rotationally molded for safety and health reasons Chemically resistant to blood, vinegar, urine, feces, salt solution, and chlorine solution. Tested to Min 500 and Max 1500lb static load for safety reasons. Fire retardant for safety reasons. Restraint rings are available. Patient room furniture will require installation of items flush to the wall which means self-coved flooring will need to be cut to fit around bed and nightstand. Pick proof caulking must be used where bed and nightstand meets floor and wall, for seamless install. (Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal to.) All beds and nightstands must be installed using the bolt down method, using tamper-proof screws and then using the sealant referred to in this description. GREENGUARD Gold required CalTB133 Compliant Anti-Ligature product Must include 10-year limited replacement warranty Nightstand (Norix Prodigy Nightstand #PRD240 or equal to) Nightstand (qty. 90) Color: Java Min: 23.5 H x 20 L x 20 H; (+ or one eighth inch) Floor-anchor model nightstand (all anchoring hardware included) Floor mounted nightstand Rotationally molded for safety and health reasons One-piece, cast polymer construction, structurally reinforced for superior durability, impact resistance, and security. Slightly textured maintenance free surface for easy cleaning Chemically resistant to blood, vinegar, urine, feces, salt solution, and chlorine solution Fire retardant for safety reasons Patient room furniture will require installation of items flush to the wall which means self-coved flooring will need to be cut to fit around bed and nightstand. Pick proof caulking must be used where bed and nightstand meets floor and wall, for seamless install. (Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal to.) All beds and nightstands must be installed using the bolt down method, using tamper-proof screws and then using the sealant referred to in this description. GREENGUARD Gold CalTB133 Compliant Anti-Ligature item Must include 10-year limited replacement warranty Other required technical documentation Complete manufacturer s product specifications for proposed items. Bill of Materials tagged per floorplan and room number. Product literature/cutsheets. Vendor s Responsibilities The contractor shall attend one (1) in-person meeting at 5901 East 7th Street, Long Beach, California 90822 Building 5 room 100S. This meeting will occur after award but prior to order to field-verify the space and finalize the installation process. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. Auto-Cad drawings will be provided to support installation locations. The contractor shall be responsible for providing all sample materials for awarded product as requested by VA Interior Designer. The contractor shall provide final, clean [1/4 1/8 ] scaled drawings of product layout for sign-off prior to scheduling manufacturing. The product must not be placed into production without clearance from the VA Interior Design POC. The contractor shall track manufacturing schedule and notify VA Interior Design with updates of estimated completion date by email. The contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA Interior Designer a remediation plan within 5 business days after post-installation meeting. Delivery and Installation The contractor shall: Contractor shall provide their own warehouse to store the furniture for up to 30 days. Contractor shall contact the VA POC/Interior Designer to work the scheduling of the delivery and installation. Contractor must transport furniture from their warehouse to the VA hospital on the day of installation. The location address is: Tiber Rubin VA Long Beach Healthcare System 5901 E. 7th Street Long Beach, CA 90822 The install shall take no more than 5 business days to install. Furniture can be left in the 6B quadrant during the 5-day duration and does not need to be transported back and forth between vendor s warehouse and the VA. Contractor must clearly display a temporary VA badge on the VA premises at all times and VA POC is the contact to obtain these badges. Contractors shall unload product in front of the MHIP building #800 at the street. Delivery trucks must be removed immediately after product is unloaded. The truck is not allowed to stay parked in front of the MHIP building during the duration of the install. No exits, entrances, or hallways may be blocked during unloading. Product may be un-boxed outside the location of the installation. Contractor tools and equipment must be contained in locked boxes for transportation to project location. Ensure floor and corner protection in any area where furniture will be installed or transported. Ensure elevator protection during furniture delivery or stairs as applicable. Please be aware that there is no designated service/freight elevator. All furniture hardware to be provided by contractor for installation. Contractor is responsible to wipe down all installed product and vacuum upon completion of installation. Contractor is responsible for removal and disposal of all recyclables and trash. No location for product to be stored onsite. All products must be delivered to Building #800, Mental Health Inpatient (MHIP) Patient room behavioral furniture install must include tamper proof hardware supplied by manufacturer. In addition, bed and storage units must be installed flush to wall with seamless install. This requires that cove base is cut at wall to place furniture flush to wall. No construction work is required for this installation. Pick proof caulking must be used around bed and storage units. Duty hours will be [8:00am 3:30pm]. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The VA POC will be responsible for assisting the vendor to obtain a receiving report once all items have been delivered and installed. Government-furnished property This procurement does not have government furnished property. Security Requirement The C&A requirements do not apply, and that a Security Accreditation Package is not required Period of Performance / Delivery Furniture delivery and installation to VA Long Beach Medical Center will be required 14 weeks after receipt of order. Delivery shall be freight on board (FOB) Destination. Warranty Vendor must provide standard warranty for supplies Vendor must provide standard warranty for installation The information identified above is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the services being requested. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the lowest price on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote via email on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s UEI#, total price on Attachment A and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. 1. Offerors shall fill out all unlocked fill-ins/tabs (define your fill-ins or tabs) of Attachment A conforming to requirements stated by the salient characteristics and the instructions below. a. Offerors shall complete column K of tabs 1 for unit prices. b. Offerors shall additionally complete columns F H of tabs 1 if providing an equivalent product. c. If providing an equivalent product, offerors shall either provide information regarding how their product meets the salient characteristics in Attachment A in Column I or alternatively may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. 2. Offerors shall fill out Attachment A tab 3. With company information in column C a. Company Name b. Address c. Telephone Number d. Email e. Point of Contact f. Firm s UEI# Submit all question(s) to Clift Domen at clift.domen@va.gov no later than Friday August 26th, 2022 and before 1:00 PM Pacific Daylight Time (PDT). Ensure to reference solicitation # 36C26222Q1612 within the subject line of the email. Quotes must be received by Thursday September 1st, 2022 and before 1:00 PM PDT. Email your quote to Clift Domen at clift.domen@va.gov. Ensure to reference solicitation # 36C26222Q1612 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CONTRACT CLAUSES AND PROVISIONS 52.212-2 - Evaluation Commercial Items (Nov 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items" meet all the salient characteristics included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once technical acceptability has been established, the Contracting Officer shall award to the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.211-6 - Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.233-1, Disputes (May 2014) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Oct 2019) VAAR 852.232-72, Electronic Submission of Payments (Nov 2018) (End of Clause) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) (End of Provision)

Department of Veterans Affairs VA Long Beach Healthcare System  ,
  90822  USALocation

Place Of Performance : Department of Veterans Affairs VA Long Beach Healthcare System

Country : United StatesState : CaliforniaCity : Long Beach

You may also like

Provide Secure Bed Space

Due: 10 Sep, 2024 (in 4 months)Agency: Human Services

EMERGENCY COVID-19, BEDS

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

Classification

naicsCode 337127Institutional Furniture Manufacturing
pscCode 6530Hospital Furniture, Equipment, Utensils, and Supplies