7110--Furniture for 6A Acute Psych Norix and Integra or Equal To

expired opportunity(Expired)
From: Federal Government(Federal)
36C26222Q0336

Basic Details

started - 25 Jan, 2022 (about 2 years ago)

Start Date

25 Jan, 2022 (about 2 years ago)
due - 01 Feb, 2022 (about 2 years ago)

Due Date

01 Feb, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C26222Q0336

Identifier

36C26222Q0336
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103377)VETERANS AFFAIRS, DEPARTMENT OF (103377)262-NETWORK CONTRACT OFFICE 22 (36C262) (6155)

Attachments (2)

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 REQUEST FOR INFORMATION (RFI) 36C26222Q0336 - 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). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 337214 (size standard is 1,000 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 for 6A Acute Psych that at a minimum meets the following salient characteristics in the Statement of Work for the VA Long Beach Healthcare System: LINE ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 0001 BedwithRiser:31"Wx79"LFloorMountedBed SNAPS, DIMS: 18" x 66" EA 6   0002 Nightstand:22"Wx22LLx23"HFloorMountedNightStandwith2compartments EA 6   0003 Storage:27 Wx13.5 Dx 53.3" HWallMountedstoragewith3compartments EA 6   0004 Bed:36"wx80"L Mattress36x80withdoubleintegratedpillow EA 6   0005 Upholstered Armchair with metal legs (wall saver) 27"w weighted EA 1   0006 Upholstered Arm Sofa with metal legs(wall saver) 66"wide weighted EA 1   0007 Drum end table; weighted EA 2   0008 Project Management/Design Services/Installation JB 1   TOTAL  Include shipping cost on the items price. Vendor Requirements: Period of Performance (PoP) is 120 After Receipt of Order, this PoP includes the installation. Vendor shall coordinate the deliveries, product quantities being deliver and installation with the VA POC. Vendor shall quote all items under this requirement. Vendor shall provide standard warranty on the product starting from the first day of delivery. STATEMENT OF WORK Background The New Mexico VA Healthcare System has a requirement for new furniture that must match the existing furniture already installed. The brand name is Norix and Integra or Equal To. The mental health furniture is specific as it accommodates the patient population which will occupy the space once activated. Scope This requirement includes healthcare furniture for a behavioral healthcare ward, project management, professional installation, and maintenance/warranty services. Behavioral healthcare furnishings needed include furnishing for six (6) patient sleeping rooms as well as lounge furniture for a small common gathering space and related services. 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, nightstand and storage meets floor and wall, for seamless install. (Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal to.) Requirements All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and be resistant to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. 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. Key Each room is alphabetically identified with a letter: KEY ROOM H Women s Parlor 6B-187 L Patient Room 6B-103 M Patient Room 6B-104 N Patient Room 6B-108 Y Patient Room 6B-139 Z Patient Room 6B-143 AA Patient Room 6B-144 Typical Furniture Setup H , L , M , N , Y , Z , AA Patient Room 6B-103, 6B-104, 6B-105, 6B-139, 6B-143 and 6B-144 Salient Characteristics Beds (Norix Attenda Floor Mount Bed #ATN101 or equal to) Platform Bed (qty. 6) Min: 15.5 H x 84 L x 40 W; Max: 18.5 H x 87 L x 43 W Floor mounted bed Raised lip around bed deck for fluid retention Slightly textured maintenance free surface allows easy cleaning Impact resistant polyethylene 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 1000lb static load for safety reasons Fire retardant for safety reasons Restraint rings included Bed Riser (qty.6) (Norix Attenda Bed Riser # ATN102 or equal to) Min: 8-1/2 H x 39-1/2 W x 83-1/2 L; Max: 11-1/2 H x 42-1/2 W x 86-1/2 L Floor mounted bed riser designed to pair with Floor Mount Bed Slightly textured maintenance free surface allows easy cleaning Impact resistant polyethylene Rotationally molded for safety reasons Chemically resistant to blood, vinegar, urine, feces, salt solution and chlorine solution Bed must be bolted to floor with tamper resistant hardware for safety reasons Norix Supplied or equal tamper resistant hardware bolts into Riser through existing mounting holes in Attenda Bed Norix or equal specific wedge anchors and 3/8 bolts required for permanently attaching to floor for safety reasons Beds must be installed flush to the wall which means self-coved flooring will need to be cut fit around bed for sanitary reasons Pick proof caulking must be used where bed meets the floor and wall to make it a seamless install for infection control and safety reasons Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal for infection control and safety reasons Mattress (qty. 6) (Model No. MRS6-3680-D Comfort Shield Custody Mattress Silver Secure or equal to) Min: 6 H x 36 W x 80 L; Max: 9 H x 39 W x 83 L Polyurethane foam core with a double integral pillow encased in a reinforced ripstop, fire retardant polyurethane cover for safety reasons Radio frequency welded inverted seams for enhanced hygiene, security, and durability Premium cover is puncture resistant and inhibits tearing for safety reasons The mattress is fluid, crack, peel, abrasion, and bed bug resistant with anti-fungal and anti -microbial inhibitors for infection control and safety reasons Storage (Norix Attenda Deluxe Nightstand #ATN250 or equal to) Nightstand (qty. 6) Min: 22 D x 22 W x 23 H; Max: 25 D x 25 W x 26 H Floor mounted nightstand Decorative High Pressure Laminate top and durable resin edge Base: slightly textured maintenance free surface for easy cleaning Top: 45lb density M3 Grade particle board w/ embedded t-nuts for mechanically attaching top to base w/ secure steel to steel connection for safety reasons Rotationally molded safety and health reasons Chemically resistant to blood, vinegar, urine, feces, salt solution and chlorine solution Fire retardant for safety reasons Tamper proof anchors required for permanently attaching to floor for safety reasons Top: Wilsonart 10776-60 Kensington Maple or equal to Nightstand must be installed flush to the wall which means self-coved flooring will need to be cut fit around unit for infection control and safety reasons Pick proof caulking must be used where nightstand meets the floor and wall to make it a seamless install Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal Shelf (qty. 6) (Norix Attenda 3 Shelf Storage Unit # ATN301 or equal to) Min: 13-3/4 D 25 W x 53-1/4 H; Max 16-3/4 D 28 W x 56-1/4 H Wall mounted Three compartments Impact resistant for safety reasons Rounded corners and tapered top for safety and security Slightly textured maintenance free surface for easy cleaning Rotationally molded safety and health reasons Chemically resistant to blood, vinegar, urine, feces, salt solution and chlorine solution Fire retardant for safety reasons Tamper proof anchors required for permanently attaching to wall for safety reasons Pick proof caulking must be around the unit to make it a seamless install for safety reasons Pick proof caulking: Pecora Corporation DynaFlex Flexible Polyurethane Security Sealant or equal for infection control and safety reasons Typical Furniture Setup H Women s Parlor 6B-187 Tables (qty.2) (Norix Premium Tabla Drum Tables or equal to) Round Drum Min: 18 x18 ; Max: 21 x21 Laminate Drum table with self-edge 3 laminate plinth base with edge protector for 18 Drum table Min 25 LBS. and Max 30 LBS. weight addition for safety and security reasons Secured bottom cover for safety reasons Finish: Standard laminate finish to match existing Seating Guest Chair w/ arms (qty. 1) Min: 30 W x 29.5 D x 37 H; Max: 33 W x 32.5 D x 40 H 2000lb static capacity / 1000lb Dynamic capacity for safety reasons Min 25LBS. and Max 30 LBS. weight addition for safety reasons One piece seat/back w/ cove clean-out design for infection control and safety reasons Wall saver design for wall preservation reasons Legs: Metal for infection control reasons in metallic silver finish or equal to. Replaceable and Recoverable components Dymetrol suspension for comfort and durability reasons No casters Vinyl Upholstery (grade P or higher) Integra Marina 22 SW w/ Upholstered Armchair CMMUS-1-22 or equal to Lounge Sofa w/ arms (qty. 1) Min: 74 W x 29.5 D x 37 H; Max: 77 W x 32.5 D x 40 H Min 900lb and Max 2000lb static capacity / Min 900lb and Max 1000lb Dynamic capacity for safety reasons Min 25LBS. and Max 30 LBS. weight addition for safety reasons One piece seat/back w/ cove clean-out design for infection control and safety reasons Center post leg(s) for support Wall saver design for wall preservation reasons Legs: Metal for infection control reasons in metallic silver finish or equal to. Replaceable and Recoverable components Dymetrol suspension for comfort and durability reasons No casters Vinyl Upholstery (grade P or higher) Integra Marina standard 66 w/ Upholstered Lounge Sofa CMMUS-3 or equal to OTHER REQUIRED TECHNICAL DOCUMENTATION The contractor must also provide a minimum of (2) hard copy binders for the NMVAHCS Interior Design Department to review at the time of bid submission. Hard copy binders are to be mailed to the Raymond G. Murphy New Mexico VA, 1501 San Pedro Drive SE, Building 56, Albuquerque, NM 87108, Attention Rebekah Gonzales. Submission to include: Drawings, (floorplans, isometrics, shop drawings, typical etc.) Complete manufacturer s product specifications for proposed items. Bill of Materials tagged per floorplan and room number. Product literature/cutsheets. Physical finish samples Any proposed fabrics or vinyl s, laminates, and paint finishes. Warranty statement/Literature. Vendor s Responsibilities The contractor shall attend a minimum of three (3) in-person meetings at the 1501 San Pedro Dr. SE Albuquerque, New Mexico 87108 Building 56. The first meeting will occur after award but prior to order to field verify the space. The second meeting will be after award but prior to order to select finishes. The third meeting will occur after award but prior to order if any design revisions are needed. During first meeting the contractor shall provide the Interior Designer with the Auto-Cad drawings to [1/4 1/8 ] scale drawings showing layouts of awarded product. The contractor shall allow for three (3) revisions per line item included in design services including updating Auto-Cad Drawings and PDFs as request by VA Interior Designer. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order. 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 day after post-installation meeting. Delivery The contractor shall: Contractor shall contact the VA POC/Interior Designer to work the scheduling of the delivery and installation. Vendors 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 at the dock located in the basement of at the back of Building 41-Main Hospital. Delivery trucks must be removed immediately after product is unloaded. The truck is not allowed to stay parked at the dock during the duration of the install. No exits, entrances, or hallways may be blocked during unloading. Product may be un-boxed at the loading dock or in the location of the installation. This loading dock is open to all vendors and may not be available at the time of furniture delivery. Contractor tools and equipment must be contained in locked boxes for transportation to project location. Ensure floor protection in any area where furniture will be installed or transported. Ensure elevator protection during furniture delivery. Please be aware that there is no designated service/freight elevator. If it is not possible to block off one main elevator at time of furniture installation, awarded contractor must be prepared to use elevator also used by visiting patients. 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 41, 6B Quad on the day of installation. If there is a change in project schedule, contractor will be advised and a location will be determined by VA POC, if needed, for delivery of product to be stored. Contractor must be flexible to any schedule changes. Any new location will be located on the NM VA Campus. 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. 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 Albuquerque VA Medical Center will be required 120 days after receipt of order. Warranty 11.1 Vendor must provide standard warranty for supplies 11.2 Vendor must provide standard warranty for installation 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 are capable of providing 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: (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 in regard to 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 Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, 1 February 2022 at 11:00 AM Pacific Time. If a solicitation is issued it shall be announced at a later date, 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. Please reference 36C26222Q0336, Furniture for 6A Acute Psych.

VA NEW MEXICO HEALTHCARE SYSTEM Raymond G. Murphy VA Medical Center  ,
 NM  87108  USALocation

Place Of Performance : VA NEW MEXICO HEALTHCARE SYSTEM Raymond G. Murphy VA Medical Center

Country : United States

Classification

naicsCode 337214Office Furniture (except Wood) Manufacturing
pscCode 7110Office Furniture