71--Bldg 3 SOARS Renovation Phase II Furniture Package

expired opportunity(Expired)
From: Federal Government(Federal)
36C25918Q9626

Basic Details

started - 20 Jun, 2018 (about 5 years ago)

Start Date

20 Jun, 2018 (about 5 years ago)
due - 03 Jul, 2018 (about 5 years ago)

Due Date

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

Type

Bid Notification
36C25918Q9626

Identifier

36C25918Q9626
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
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.

Request for Quote (RFQ) #: 36C25918Q9626SOARS Renovation Phase II FurnitureThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 1:00pm EST, 07/02/18All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.** Quotes are to be provided to no later than 4:00pm EST, 07/03/2018.This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9626. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018.The North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1000. This solicitation is a 100% set-aside for SDVOSBs.List of Line Items;ITEM #DESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT0001Description;Furniture per SOW __________________________0002Description;Project Management Services__________________________0003Description;Installation Services__________________________GRAND TOTAL_____________Description of Requirements for the items to be acquired (salient characteristics);STATEMENT OF WORK1.1 Scope of Work1.1.1 All labor, material equipment and services necessary to furnish and install all Furniture and related components as indicated or specified.1.2 Quotation Documents1.2.1 Furniture Specification1.2.2 Furniture Drawings (ID5.1)1.3 Performance Requirements1.3.1 The specification covers the requirement for freestanding and wall mounted furnishings. The minimum acceptable requirements for manufacturer s extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. 1.3.2 All furnishings shall be of a design, material and workmanship to withstand hard daily usage over an extended life with a minimum or maintenance and repair.1.3.3 The furniture Contractor /contractor shall provide and be responsible for the technical assistance, development and generation for final specifications and field verify all dimensions.1.3.4 Warranty shall include parts, shipping, travel and service. Each item shall have its minimum coverage period stated below per each item.1.4 Submittals1.4.1 Submittals required with the Bid are as Follows: 1.4.2.1 Submit price list for all products and services 1.4.2.2 Submit installation schedule 1.4.2.3 Submit shop drawings for all custom product, complete manufacturer s product specification and any drawings and samples required for approval prior to commencement of manufacturing.1.4.2.5 Submit all furniture warranties and maintenance manuals to owner.1.5 Delivery, Storage and Handling of Materials1.5.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage.1.5.2 Contractor is responsible for storing product in their warehouse until the job site is ready for installation. 1.5.2.1 Product shall be stored flat in a cool, dry place 1.5.2.2 Do not subject to moisture.1.5.3 Deliver no components to project site until areas are ready for installation PRODUCT INFORMATION2.1 General2.1.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, scorching from heat of a cigarette, and exhibit to flaking, cracking, or loss or adhesion.2.1.2 Furnishings shall have smooth finishes with not hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing.2.1.3 Product shall match existing furniture finishes.2.2 Furniture Requirements and LocationsRoom 1A18 Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(EXIST) 1 PBF PedestalExist. Pull from basement 2(BC1) 1 36 W 4H BookcaseNew(EXIST)1 42 W 2H Lateral FileExist. Pull from basement 2(EXIST)1 Aeron task chairExist. Pull from basement 2(EXIST)1 Bariatric guest chairExist. Pull from basement 2(GC1)1 guest chairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19A Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(EXIST) 1 BBF PedestalExist. Pull from basement 2 (EXIST)1 42 W 2H Lateral FileExist. Pull from basement 2(EXIST) 1 36 W 4H BookcaseExist. Pull from basement 2(EXIST)1 Aeron task chairExist. Pull from basement 2(EXIST)1 Bariatric guest chairExist. Pull from basement 2 (GC1)1 guest chairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19B(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(EXIST) 1 BBF PedestalExist. Pull from basement 2(EXIST)1 42 W 2H Lateral FileExist. Pull from basement 2(EXIST) 1 36 W 4H BookcaseExist. Pull from basement 2(EXIST)1 Aeron task chairExist. Pull from basement 2(EXIST)1 Bariatric guest chairExist. Pull from basement 2(GC1)1 guest chairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19C Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(EXIST) 1 42 w 2H lateral fileExist. Pull from basement 2(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19D Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2)1 PBF pedestalNew(LF1-A)1 42 W 2H lateral fileNew(BC1)1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19E Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19F Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19G Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A19H Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A20 Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist to remain(GC1) 1 Guest chair New(PC3) 1 Bariatric chairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A20 Copy(EXIST) 1 20 x 20 Nightstand for printerExist. Pull from basement 2(MR1) 1 Hamilton Sorter 36 mailbox S4-36CE03 with (4) additional shelvesNew(SC1) 1 48 3H Storage CabinetNewRoom 1A22C Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A22D Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNewRoom 1A22E Group Room(GC1) 20 Guest Chairs NewRoom 1A22F Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-A) 1 42 W 2H lateral fileNew(BC1) 1 36 W 4H bookcaseNew(EXIST) 1 Aeron task chairExist. Pull from basement 2(EXIST) 1 Bariatric guest chairExist. Pull from basement 2(GC1) 1 guest chair New2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew1A23 Break Room(DT1) 1 30 x30 TableNew(GC1) 3 stacking chairNew1A25A Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-B) 1 30 W 2H lateral fileNew(TT1) 1 24 x 36 mobile table (nesting)New(EXIST) 1 Aeron task chairExist. Pull from basement 2(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew1A25C Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-B) 1 30 W 2H lateral fileNew(TT1) 1 24 x 36 mobile table (nesting)New(EXIST) 1 Aeron task chairExist. To remain(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew1A25E Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-B) 1 30 W 2H lateral fileNew(TT1) 1 24 x 36 mobile table (nesting)New(EXIST) 1 Aeron task chairExist. To remain(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew1A25F Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-B) 1 30 W 2H lateral fileNew(TT1) 1 24 x 36 mobile table (nesting)New(EXIST) 1 Aeron task chairExist. To remain(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew1A25H Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-B) 1 30 W 2H lateral fileNew(TT1) 1 24 x 36 mobile table (nesting)New(EXIST) 1 Aeron task chairExist. To remain(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew1A25J Office(HAW1) 1 Height adjustable table with 1 Elec. 2-leg frame set 54-72 W/ switch, flat foot kit, programmable switch, and 72 x 30 worksurfaceNew(MSS2) 1 PBF pedestalNew(LF1-B) 1 30 W 2H lateral fileNew(TT1) 1 24 x 36 mobile table (nesting)New(EXIST) 1 Aeron task chairExist. To remain(GC1) 1 Guest ChairNew2 Cores and keys to go into existing Herman Miller Pedestal and Lateral FileNew2.3 (HAW1) Height Adjustable Tables: Workrite, Essentia electric or Equal2.3.1 Tables shall have balanced construction with underside smoothly finished, eased edges, and surface joints not greater than 1/8 if more that one top is required to obtain dimension specified.2.3.2 Surfaces must be hard, and durable to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners.2.3.3 Tables must meet or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001)2.3.4 Tables must contribute to LEED Credits2.3.5 Tables shall have a core that is constructed from a minimum 1.115 thick, 45-pound density industrial grade particleboard and is backed with high quality phenolic to ensure balanced panel construction and prevent wearing over the life of the product.2.3.6 Tables to come with standard switch for simple up/down control.2.3.7 Must be warrantied for a minimum of 5 years on all parts of the table.2.3.8 Worksurface shall be 29 D x 70 W 2.3.9 Tables shall have a minimum height range of 22.5 -48.7 2.3.10 Tables shall have a minimum speed adjustment of 1.6 per second.2.3.11 All Tables shall come with two-legged electric frameset with flat feet to handle a 30 D x 72 W worksurface.2.3.12 All table feet shall come with adjustable glides providing .5 adjustment.2.3.13 Tables shall have a minimum capacity of 225 pounds for 2-leg models.2.3.14 Tables to have a maximum power draw of 120 V, 60 Hz, 8 A and standby power of 0.3 W2.3.15 Tables to come with a center pencil drawer installed under worksurface providing 25 lb. capacity. Steel ball bearing track. Injection molded plastic with radius front edge. Overall dimensions: 16 D x 21.5 W x 2 H, storage space; 18.5 W x 10 D Fixed height position keyhole mounting bracket.2.3.16 Tables to come with Powered USB Data Supply configured with two powered USB ports, one voice/data opening and two power outlets. Clamps on back edge, above worksurface with 10 foot, 15 amp cord, UL listed.2.3.17 Table tops to be high pressure decorative laminate by Wilsonart wood grain. Color: Wilsonart, Kensington Maple #10776-602.3.18 Table base legs and feet to be silver.2.3.19 Model No Worksurface: T5829-B3, Switch model no: ES-B-Switch, Electrical Frame model no: ES3E54-72, Flat foot frame model no: ES-FS302.3.19 Total quantity: 192.4 (BC1) Bookcase: Great Openings, Trace, or Equal2.4.1 Bookcases to meet or exceed applicable ANSI-BIFMA standards for durability and safety.2.4.2 Bookcases shall have welded steel frame construction and formed channels.2.4.3 Bookcases shall have double wall construction on side panels.2.4.4 Bookcases shall have bottom channels, top and shelves are all minimum of 18 gauge. Back panel, side channels and side panels are a minimum of 22 gauge.2.4.5 Shelves shall be 1 tall and are adjustable in 1⁄2 increments.2.4.6 Bookcases shall have four leveling glides with 5/8 adjustment.2.4.7 Bookcases shall be 36 W x 48.81 H (4 High) x 13.06 D2.4.8 Bookcases shall have outer side panels that are flush with the sides of bookcase when installed side by side.2.4.9 Bookcases shall have a minimum capacity of 140 lbs. 2.4.10 Bookcases to have a lifetime warranty 2.4.11 Bookcases to be #02L6 Soft White2.4.12 Model No. GBS36522.4.13 Quantity: 112.5 (DT1) Dining Table Versteel, Performance, or Equal2.5.1 Tables shall have a lifetime warranty2.5.2 Tables shall have fixed base with heavy gauge plate and are field installed into marked pre-drilled positions on the top with hardware provided. 2.5.3 Columns of tables are constructed of a minimum of 14-gauge tubular steel.2.5.4 Tables shall pass or exceed industry test standards set forth by BIFMA.2.5.5 Tables shall be constructed of 45-50 lb. particle board, surfaced with high pressure decorative laminate.2.5.6 Tables shall have a 2mm PVC edge that is hot melt banded to the top with 1⁄2 radius at the top and bottom. Corners are 1 1⁄2 radius.2.5.7 Tables shall be 36 x 36 square2.5.8 Tables bases shall be Performance X1, Powder Coat- Premium color: Champagne CM2.5.9 Table shall have self-leveling glides. 2.5.10 Table top shall be Wilsonart, Kensington Maple # 10776-602.5.11 Qty: 12.6 (GC1) Guest Chair Global Furniture Group, Vion, or Equal2.6.1 Chair shall have a dimension shall be 24d x 20w x 34.5H2.6.2 Chair seating dimensions shall be 18D x 19W x 17.5H2.6.3 Chair shall have elasticized, breathable mesh back2.6.4 Chair to have wall saver leg design 2.6.5 Chairs shall be constructed with metal tubing 22mm diameter2.6.6 Chairs shall have polypropylene shroud on underside of seat frame.2.6.7 Chair arms shall be durable nylon arms.2.6.8 Chair arms shall have waterfall front edge.2.6.9 Chair to have a lifetime warranty on all components. 5 year on foams and fabrics, and 12 year warranty on control mechanisms. 2.6.10 Chair glides shall be opaque white non-marking glides.2.6.11 Chair seat foams is 2.5 thick. And 1.5 lbs density.2.6.12 Chairs shall have a minimum of 1000 lbs for static lad and an active weight capacity of 300 lbs per seat. 2.6.13 Chair foams shall be produced without using any ozone depleting chloro-flouro chemicals.2.6.14 Chairs shall meet or exceeds all applicable BIFMA standards2.6.15 Chairs shall be manufactured in ISO 9001 and 14001 certified facilities.2.6.16 Chair seat back mesh shall be color: Vion Mesh, Rope, MS7-32.6.17 Chair seat upholstery shall be: Maharam, Sudden, #463000, Color Galmour #0072.6.18 Chair frame shall be: Black2.6.19 Qty: 422.7 (LF1-A) Later File, Great Openings, Trace or Equal2.7.1 Lateral files shall be 42 w x 28 3/8 H (2H) x 18 1⁄4 D2.7.2 Drawers shall be full extension steel ball-bearing slides with anti-rebound features to ensure smooth operation.2.7.3 Drawers include full-height side panels.2.7.4 Lateral files to include two file bars in each drawer, for side-to-side filing. 2.7.5 Lateral files to accommodate letter size filing. 2.7.6 Lateral files to have a counterweight.2.7.7 Lateral files to have full pull style.2.7.8 Lateral files shall be welded steel frame construction and formed channels.2.7.9 Lateral files shall be reinforced vertical and horizontal channels.2.7.10 Lateral file tops and side channels shall be a minimum of 20 gauge cold rolled steel. Fronts and outer panels shall be a minimum of 20 gauge. Drawer bins and shelves shall be a minimum of 18 gauge.2.7.11 Drawer roll-out shelf load capacity shall be a minimum of 125lbs2.7.11 Locks shall be UM series to match Herman Miller and keyed alike per office2.7.12 Lateral File to be Soft White powder coated.2.7.13 Model No: RG-A-C501-02L62.7.13 Qty: 72.8 LF1-B Lateral File, Great Openings, Trace or Equal2.8.1 2.7.1 Lateral files shall be 30 w x 28 3/8 H (2H) x 18 1⁄4 D2.8.2 Drawers shall be full extension steel ball-bearing slides with anti-rebound features to ensure smooth operation.2.8.3 Drawers include full-height side panels.2.8.4 Lateral files to include two file bars in each drawer, for side-to-side filing. 2.8.5 Lateral files to accommodate letter size filing. 2.8.6 Lateral files to have a counterweight.2.8.7 Lateral files to have full pull style.2.8.8 Lateral files shall be welded steel frame construction and formed channels.2.8.9 Lateral files shall be reinforced vertical and horizontal channels.2.8.10 Lateral file tops and side channels shall be a minimum of 20 gauge cold rolled steel. Fronts and outer panels shall be a minimum of 20 gauge. Drawer bins and shelves shall be a minimum of 18 gauge.2.8.11 Drawer roll-out shelf load capacity shall be a minimum of 125lbs2.8.11 Locks shall be UM series to match Herman Miller and keyed alike per office2.8.12 Lateral File to be Soft White powder coated.2.8.13 Model No: RG-A-C301-02L62.8.14 Qty: 82.9 (MSS2) Mobile Storage Pedestal P/B/F, Great Openings, Trace or Equal2.9.1 Mobile pedestals to be Pencil/Box/File with a dimension of 24 H x 21 7/8 D x 15 1⁄4 W2.9.2 Mobile drawer fronts are mechanically fastened and removable to maximize design flexibility.2.9.2 Mobile pedestal drawers shall be full extension, steel ball bearing slides.2.9.3 Mobile pedestal slides include anti-rebound and quick disconnect features.2.9.4 Mobile pedestal drawer fronts include rubber bumpers for quiet operation.2.9.5 Mobile pedestal drawers shall accommodate letter, legal, and ledger filing.2.9.6 Mobile pedestal to include black 37 mm casters (2) locking and (2) non-locking2.9.7 Mobile pedestal to meet or exceed applicable ANSI-BIFMA standards for durability and safety.2.9.8 Mobile pedestal to have welded steel frame construction and formed channels.2.9.9 Mobile pedestal tops and sides channels are a minimum of 18 gauge cold rolled steel.2.9.10 Mobile pedestal outer panels and drawer bins are a minimum of 22-gauge steel, drawer fronts to be a minimum of 20-gauge steel.2.9.11 Mobile pedestal to have a minimum weight limits of 200 lbs. Pencil drawer to have a minimum of 50 lbs, box drawer a min. 50 lbs and file drawer a min. 50 lbs.2.9.12 Mobile pedestal to include (1) box drawer divider, (1) file drawer divider, and (1) pencil tray.2.9.13 Locks shall be UM series to match Herman Miller and keyed alike per officeLock 2.9.14 Mobile drawers to have A full pull style.2.9.15 Mobile pedestals to be powder coated to match Herman Miller Soft White.2.9.16 Model No: EL-A-1819-02L62.9.17 Qty: 162.10 (TT1) Training Table, Versteel, Peformance or Equal2.10.1 Tables to be 24 D x 30 W2.10.2 Tables shall be on wheels and tilt and nest.2.10.3 Tables shall have 4 casters (BCD)2.10.4 Tables shall have T-mold edging, black2.10.5 Tables shall have a lifetime warranty 2.10.6 Table tilt bases shall be a minimum of 10-gauge upper plate that is factory installed into marked per-drilled positions on the top with hardware provided.2.10.7 Tables to meet or exceed BIFMA standards.2.10.8 Tables bases shall be Performance X1, Powder Coat- Premium color: Champagne CM2.10.9 Table tops shall be Wilsonart, Kensington Maple, #10776-602.10.10Model No: PEX1 2430RETL2.10.11 Qty: 62.11 (SC1) Storage Cabinet, Great openings, trace or Equal2.11.1 Storage cabinet shall have welded steel frame construction and formed channels.2.11.2 Storage cabinet shall have double wall construction on side panels.2.11.3 Storage cabinet shall have bottom channels, top and shelves are all minimum of 18 gauge. Back panel, side channels and side panels are a minimum of 22 gauge.2.11.4 Shelves shall be 1 tall and are adjustable in 1⁄2 increments.2.11.5 Storage cabinet shall have four leveling glides with 5/8 adjustment.2.11.6 Storage cabinet shall be 42 W x 18 1⁄4 D x 39 7/8 H2.11.7 Storage cabinet shall have outer side panels that are flush with the sides of cabinet when installed side by side.2.11.8 Storage cabinet shall have a minimum capacity of 140 lbs. 2.11.9 Storage cabinet to have a lifetime warranty 2.11.10 Storage cabinet to have a common top 42 w x 18 1⁄4 D laminate top which is Kensington Maple #10776-602.11.11 Storage cabinet shall be HM-soft white powder metal finish. 2.11.12 Storage cabinet to have lock series (SC1)2.11.13 Qty: 12.12 (MR1) Mail Room Sorter, Hamilton Standard Size Sorter, or Equal. 2.12.1 Mail Sorter to be 36 7/16 w x 12 7/8 D x 39H, with 3 Risers and 21 Mailbox slots.2.12.2 Mail sorters shall be modular and flexible.2.12.3 Mail sorter to be constructed of industrial grade 40-50 lb. substrate and aluminum extrusions.2.12.4 Consoles withstand in excess of 1,000lbs. 2.12.5 Mail sorter to have pin cam locking system safely secures sort module at any position on the console. 2.12.6 All module and riser edges are sealed with impact-resistant PVC for durability; there are no exposed edges on our casegoods.2.12.7 Mail sorter shall offer GREENGUARD gold certified products, FSC and OSHPD certified components and contribute to LEED points2.12.8 Mail sorter products require no adhesives or sealants to be applied on-site, and all shop applied laminating adhesives contain no added Urea Formaldehyde.2.12.9 Mail sorter to have a limited lifetime warranty.2.12.10 Mail sorters to have a side that are laminate in Wilsonart, Kensington Maple.2.12.11 Side Panels: 3/4 inch (19.0 mm) thick thermal set decorative overlay on core particleboard, with matching (2 mm) edge banding.2.12.12 Adjustable Polyethylene Shelving: Removable and interchangeable polyethylene shelves of 1/8 inch (3.175 mm) polyethylene with memory retention, with full width aluminum indexing support channel front and back, rated capacity of minimum of 35 pounds (13.6 kg); manufacturer's standard quantity for unit size.2.12.13 Mail Sort to include 19 additional standard shelves for a total of 36 mail slots.2.12.14 Shelves and inserts shall be gray inserts.2.12.15 Qty: 12.13 (PC3) Patient Bariatric Chair, Versteel Companion X Flare or Equal2.13.1 Chair dimension to be 32 h x 30 w x 22 1⁄2 d, seat height 17 , seat width 24 1⁄2 , seat depth 18 2.13.2 Base of frame shall be 7/8 o.d. 13-gauge steel tube2.13.3 upholstered back, shall be molded 5 ply with 1 think 1.5 lb. density foam. 2.13.4 upholstered arm caps, molded 5 ply with 1⁄2 thick 1.5 lb density foam2.13.5 Upholstered seat, molded 5-ply with 1 1⁄2 thick 2lb. density foam.2.13.6 Chair to have 4 leg bases with non-marring glides. 2.13.7 Chair to have a lifetime warranty.2.13.8 Chair to have matching side patient chair.2.13.9 Chair to have upholstered seat Maharam, Sudden 463000 color 007 Glamour, and upholstered back Knoll Textiles, Abacus, K715/4 Glass Beads.2.13.10 Back shall be flared back style2.13.11 Chair to be finished in Champagne frame.2.13.12 Qty: 12.14 Accessories2.14.1 Accessories shall match finishes of other Conventional Furniture items with the same location.2.15 Services2.15.1 Remove existing temporary furniture and store in Bldg 2 basement. Coordinate with Interior Design.2.15.2 Install new and existing furniture according to the furniture schedule. Existing furniture is in Bldg 2 basement.2.15.3 Docks with no lifts are located at Bldg 2 and Bldg 3. Elevators are also available in Bldg 2 and Bldg 3.3.0 Inspection3.0.1 Prior to work of this Section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence.3.0.2 Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards.3.0.3 In the event of discrepancy, immediately notify the Designer.3.0.4 Do not proceed with installation in areas of discrepancy until all s such discrepancies have been fully resolved.3.1 Installation and Workmanship3.1.1 Coordinate installations per construction schedule. Need two weeks notice to notify end users and coordinate computer and equipment moves by VA.3.1.2 All installation methods shall be in accordance with the printed instructions of the manufacturer.3.1.3 All items must be placed in the proper location as indicated on the Furniture Plans.3.1.4 All furnishings must be in working condition and completely assembled. All assembly and installation work involved in placing furniture shall be completed by the Contractor, including fastening or securing to walls when required.3.1.5 Each item must be clean and free from dust, packing marks, tags, labels, etc.3.1.6 All task lighting shall be installed with the correct lamp per the lighting manufacturer s instruction, and equipped with an appropriate cord and plug.3.1.7 All punch list items must be completed prior to acceptance by the Owner. Punchlist inspection will not commence until the above items are complete and ready for inspection. If the Contractor schedules an inspection and the above items are not completed, the Contractor will be responsible for any and all additional costs incurred by the Owner s representative, including but not limited to travel costs and professional fees at the Owner s representative s hourly rate.3.1.8 The furnishings shall be neat in appearance and from defects. Use no shims, wedges or similar job fashioned materials.3.1.9 Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner.3.1.10 Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition.3.1.11 Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer.3.1.12 Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time.3.1.13 Installers are responsible to check in with Interior Design, prior to installation each day to obtain VA vendor badges and must be worn above the waist and must be visible always. 3.1.14 Installers are responsible to follow VA vendor guidelines and wearing appropriate uniforms/clothing.3.3 Work Required by Others3.3.1 All work required by other trades shall be identified under this section by the Bidder.END OF SECTIONDelivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 500 Foothill Blvd, Salt Lake City, UT 8414852.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIALGray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed.Any award made as a result of this solicitation will be made on an All or Nothing Basis.State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive.Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations.All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price.Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price.Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II PriceComplete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item.(End of Addendum to 52.212-1)52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work.Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price.All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements.Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors.(End of Addendum to 52.212-2)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial ItemsFAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)FAR 52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)FAR 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)FAR 52.219-8Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));FAR 52.219-28Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))FAR 52.222-3Convict Labor (June 2003) (E.O. 11755)FAR 52.222-19Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)FAR 52.222-21Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26Equal Opportunity (SEP 2016) (E.O. 11246)FAR 52.222-35Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)FAR 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)FAR 52.222-37Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)FAR 52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)FAR 52.222-50Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)FAR 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)FAR 52.225 5Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)FAR 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)FAR 52.232-34Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332)Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998)This contract incorporates one or more clauses 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/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference:VAAR 852.246-70 GuaranteeVAAR 852.203-70 Commercial AdvertisingVAAR 852.232.72 Electronic Submission of Payment RequestsVAAR 852.246-71 Inspection52.252-1, 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR)The following FAR provisions are to be incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications Commercial ItemsFAR 52.213-2 InvoicesThe following VAAR provisions are to be incorporated by reference: VAAR 852-219-10 VA Notice of Total SDVOSB Set-AsideThe Defense Priorities and Allocations System (DPAS) does not apply.Date and Time offers are due to Tamanica.danford-leaf@va.gov by 4:00pm EST, 07/03/2018. Name and email of the individual to contact for information regarding the solicitation:Tamanica Danford-LeafContracting SpecialistNetwork Contracting Office VISN 19 Contact Information: Tamanica Danford-Leaftamanica.danford-leaf@va.govtamanica.danford-leaf@va.gov Office Address :Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111 Location: Department of Veterans Affairs Set Aside: Service-Disabled Veteran-Owned Small Business

Department of Veterans AffairsLocation

Address: Department of Veterans Affairs

Country : United StatesState : Kansas

You may also like

Furniture for BMSB Theatre A Renovations

Due: 10 May, 2024 (in 7 days)Agency: University of Manitoba

MACC OFFICE FURNITURE RENOVATION

Due: 30 Aug, 2024 (in 3 months)Agency: U.S. SECRET SERVICE

PMEL BLDG 3 KITCHENETTE, NWS BLDG 1 BREAKROOM AND OFFICE RENOVATION

Due: 29 Sep, 2024 (in 4 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Please Sign In to see more like these.

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

Classification

NAISC: 337214 GSA CLASS CODE: 71