ITEM INFORMATION .gov



FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 201071Furniture32601-3460VA248-16-Q-1307_A08-14-201630N14337127Department of Veterans AffairsNetwork Contracting Office 8Commerce Building300 E. University Ave. Ste. 170Gainesville FL 32601-3460Victor J. MercadoVictor.Mercado@Department of Veterans AffairsTallahassee Health Care Center2181 Orange AvenueTallahassee, Department Of Veterans AffairsVictor.Mercado@Contract Specialist(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Department of Veterans Affairs, Tallahassee Health Care Center needs to procure furniture, brand name or equal for the new facility, this is a SDVOSB Set-Aside.(ii) The combined synopsis solicitation number is VA248-16-Q-1307. It’s issued as a Request for Quotation.(iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-89 (7-14-2016).(iv) The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB). The NAICS is 337127. Business size standard is 500 employees. Note, Interested Service Disabled/Veteran Owned Small Business [SDVOSB/VOSB] Offerors must be listed and registered in to be considered for Award.(v) This combined synopsis solicitation is for the purchase of various furniture pieces such as ergonomic safe desks, ergonomic desk seating, conference and break room seating, patient side chairs, lighting, keyboard trays, monitor arms ; Brand Name or Equal to Industry for the Blind furniture products. Any “or equal” response shall identify manufacturer and include parts list, along with details on how such item(s) match or exceed the salient characteristics.The brand equipment description as well as quantities is ITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICES QUANTITYUNITUNIT PRICEAMOUNT000172 x 24 Linx Top Laminate- Wilsonart Neowalnut 7991-38 : TBD; Steel: Satin Nickle LOCAL STOCK NUMBER: WT7224SP22.00EA____________________________________000229H x 24D Left Std Upright, Steel: Satin Nickle LOCAL STOCK NUMBER: WLSU2924308.00EA____________________________________000329H x 24D Right Std Upright, Steel: Satin Nickle LOCAL STOCK NUMBER: WRSU2924328.00EA____________________________________0004Base Support, 21w x 28h, C-leg, base, static, satin nickel, pkg 2 LOCAL STOCK NUMBER: CBV2128CL2N92.00EA____________________________________0005Accessories, 48w, undersurface support rail, black LOCAL STOCK NUMBER: NAC0248SUR5.00EA____________________________________0006Accessories, 60wx12h, modesty panel, resin, gr 1, frosted 1677 LOCAL STOCK NUMBER: NAC6012MPA13.00EA____________________________________0007Waveworks, 24Dx54W, surface, rectangular, hpl, gromment, left & right, std laminate-Wilsonart-Neowalnut 7991-38 LOCAL STOCK NUMBER: WWN2454WSS11.00EA____________________________________0008Waveworks, 24Dx72W, surface rectangular, hpl, grommet, left & right, std laminate-Wilsonart- Neowalnut 7991-38 LOCAL STOCK NUMBER: WWN2472WSS5.00EA____________________________________000966x24 Linx Top, Steel: Crème White, Laminate: Wilsonart-Neowalnut 7991-38 LOCAL STOCK NUMBER: WT6624SP21.00EA____________________________________0010Accessories, 36w, undersurface support rail, black LOCAL STOCK NUMBER: NAC0236SUR8.00EA____________________________________0011Waveworks, 24Dx66W, surface, rectangular, hpl, grommet, left ,right & center, main, laminate- Wilsonart-Neowalnut 7991-38LOCAL STOCK NUMBER: WWN2466WSS-a2.00EA____________________________________0012Waveworks, 24Dx66W, surface, rectangular, hpl, main, grommet, left & right, laminate-Wilsonart-Neowalnut 7991-38 LOCAL STOCK NUMBER: WWN2466WSS6.00EA____________________________________001366x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WT6624F2942.00EA____________________________________001436x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: 7991-3842.00EA____________________________________001529H x 19D Left Trans Upr/24D Top Only, Steel: Satin Nickle LOCAL STOCK NUMBER: WLTU291931.00EA____________________________________001629H x 24D Right Trans Upr/24D Top Only, Steel: Satin Nickle LOCAL STOCK NUMBER: WRTU291911.00EA____________________________________001760x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WT6024SP53.00EA____________________________________0018Accessories, 60wx32h, privacy screen, modesty edge, gr 3, resin color LOCAL STOCK NUMBER: NAC6032PVMC54.00EA____________________________________0019Waveworks, 24Dx60W, surface, rectangular, hpl, main, grommet, left & right, std laminate- Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WWN2460WSS54.00EA____________________________________0020Electric height adjustable linear workstation 6024c, base & laminate: TBD LOCAL STOCK NUMBER: NLT6024C 5.00EA____________________________________002148x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WR4824SP 70.00EA____________________________________0022Accessories, 48wx32h, privacy screen, modesty edge, gr 3, resin color LOCAL STOCK NUMBER: NAC4832PVMC6.00EA____________________________________0023Waveworks, 24Dx48W, surface, rectangular, hp;, main, grommet, left & right, std laminate- Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WWN2448WSS6.00EA____________________________________002472x30 Linked Peninsula Top, Steel: Satin Nickle, Laminate: Wilsonart NeowalnutLOCAL STOCK NUMBER: WLP722SP4.00EA____________________________________002529H x 19D Peninsula Upright, Steel: Satin Nickle LOCAL STOCK NUMBER: WPTU29194.00EA____________________________________002642x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38LOCAL STOCK NUMBER: WT4224SP76.00EA____________________________________0027Accessories, 42wx32h, privacy screen, modesty edge mount LOCAL STOCK NUMBER: NAC4232PVMC8.00EA____________________________________0028Waveworks, 24Dx42W, surface, rectangular, Wilsonart Neowalnut 7991-38, grommet, left, right & center LOCAL STOCK NUMBER: WWN2442WSS8.00EA____________________________________002936x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38LOCAL STOCK NUMBER: WT3624SP4.00EA____________________________________003024x24 Linx Top, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WT2424SP6.00EA____________________________________0031File/File Mobile Pedestal, Steel: Satin Nickle LOCAL STOCK NUMBER: C846296.00EA____________________________________0032Ped Cushion: 20x15.8x1, gr M4 COM Uph-Architex Remede Vinyl, Salt Springs, Purify LOCAL STOCK NUMBER: HLSL2016PH2120.00EA____________________________________0033Brigade 600 Series Laterial File 30W, 4-drawer, std random key lock, Satin Nickle finish LOCAL STOCK NUMBER: H67460.00EA____________________________________0034Brigade Metal Overfile w/Doors & Shelf 30w x 18d x 27-7/8h, std random key lock, Satin Nickle Finish LOCAL STOCK NUMBER: H931760.00EA____________________________________003536”W Lateral File, 2 Drawers, Satin Nickle Finish, Std Random Key lock LOCAL STOCK NUMBER: 2M7269.00EA____________________________________003636x19 Classic Opti Top, Laminate: Wilsonart Neowalnut 7991-38LOCAL STOCK NUMBER: 7890108.00EA____________________________________003736”W Lateral File, 3 Drawers, Satin Nickle Finish, Std Random Key Lock LOCAL STOCK NUMBER: 4M7229.00EA____________________________________003836”W Lateral File 4 drawers, Satin Nickle Finish, Std Random Key Lock LOCAL STOCK NUMBER: 3M7210.00EA____________________________________003972" Sidewinder, 5 Level Binder Cabinet, Steel: Creme White LOCAL STOCK NUMBER: 7Y565.00EA____________________________________0040Focus, Midback, Upholstered back, enhanced synchro tilt cntrl, A95, fully multi-adjustable arms, vinyl grade: 2, Element standard color selection: TBD, Silver Back Support, 55mm, no barrel & hood soft wheel casters, seat depth adjustable, standard cylinder, adjustable lumbar support, base-Brushed SilverLOCAL STOCK NUMBER: 5622YB4.A95330.00EA____________________________________0041Freelance, side chair w/casters, arms, fabric grade: 2, Element Standard Color Selection: TBD, sterling frame, sterling arms, hard floor casters (4 per set) LOCAL STOCK NUMBER: 5224119.00EA____________________________________0042Freelance, side chair, armless, vinyl grade: 4 TBD, Sterling Frame LOCAL STOCK NUMBER: 5213102.00EA____________________________________0043Relay, Nester Chair, Silver Frame, Uph Seat & Back, A60 Arm, Fabric Grade: 2, Element Standard Color Selection: TBD, Hard Floor Casters (5 per set), Flip Seat Nesing Chair. LOCAL STOCK NUMBER: 94XB.UPA6095.00EA____________________________________0044Freelance, side chair, arms, vinyl grade: 4 archtex-anemone-Purify, 1"Seat Foam Upgrade, Felt Glide, sterling frame, sterling arms LOCAL STOCK NUMBER: 5214171.00EA____________________________________0045Freelance, side chair w/casters, armless, vinyl grade: 2, architex anemone Purify Frame, hard floor casters (4 per set) LOCAL STOCK NUMBER: 5223102.00EA____________________________________0046Chair, 22" Seat, Metal Frame, Grade H, Non std fabric, Architex-Wish-Purify, std fire certification, no moisture barrier, urethane arm cap, sepia wood panel outer back, fully uph seat panel LOCAL STOCK NUMBER: 6351122250.00EA____________________________________0047Embrace Sofa, Grade H, ARCHITEX: Wish-Purify, CTB117 Standard Fire Certification, square metal legs, standard back height, Thermoform Arm Caps LOCAL STOCK NUMBER: 64313HC8.00EA____________________________________0048Conference chairs, Mesh Full-Size Swivel Tilt Control, A34, Soft Touch Polyurethane Arms, black frame, Mesh Grade M1, M1 Black, C6 Hoodless 65mm Casters, no lumbar support LOCAL STOCK NUMBER: 3310-S3-A34-A25.00EA____________________________________0049Lounge Chair, Urethane Cap, Grade H, ARCHITEX: Wish-Purify, CTF117 Standard Fire Certification LOCAL STOCK NUMBER: 54L211U25.00EA____________________________________005048" Round Conference Table, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: W0482.00EA____________________________________005142" Round Conference Table, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: W0428.00EA____________________________________005224d x 24w, end table, cylinder, round, laminate-Wilsonart Neowalnut 7991-38, PVC vinyl edge LOCAL STOCK NUMBER: 91NA2424CYL34.00EA____________________________________00534x8 Executive Conference Table, accessories, double pivot power grommet, silver LOCAL STOCK NUMBER: NACG15EL2.00EA____________________________________00544x8 Executive Conference Table, Universal, for 96W Top, Panel Base Kit, Laminate, Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: 10N96PNKL2.00EA____________________________________0055Waveworks, 48d x 96w, conference top, boat, hpl, CUT-G15C, Std Laminate- Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WWN4896BTL2.00EA____________________________________005696x36 Oval Linx Conf Ws/Powerzone, steel & laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WZ9951.00EA____________________________________0057Powerzone Module/2 Outlets, 36x96 Oval Conf Table LOCAL STOCK NUMBER: PZD0032.00EA____________________________________005872" Bullet Conference, 36x72 Oval, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: W9934.00EA____________________________________005948X24 Linx Top, Work Table, Steel: Satin Nickle, Laminate: Wilsonart Neowalnut 7991-38 LOCAL STOCK NUMBER: WT4824F293.00EA____________________________________0060Waveworks, 30d x 60w, Training Table, Flip/Nest, Hpl, no grommet, std laminate-Wilsonart Neowalnut 7991-38, Locking Casters LOCAL STOCK NUMBER: WW3060RTFM20.00EA____________________________________0061Waveworks, 24d x 60w, Training Table, Flip/Nest, Hpl- Wilsonart Neowalnut 7991-38, Locking Casters LOCAL STOCK NUMBER: WW2460RTFM22.00EA____________________________________0062Lab Stool, Pneumatic with Back, Black LOCAL STOCK NUMBER: 3431BL93.00EA____________________________________0063Safeco Aluminum Base Stool w/adjustable footring LOCAL STOCK NUMBER: 66608.00EA____________________________________0064Safeco Back LOCAL STOCK NUMBER: 66618.00EA____________________________________0065Perch Chrome Stool w/procedure arm, Opthalmology stool LOCAL STOCK NUMBER: OPTH STOOL34.00EA____________________________________0066Amplify, highback, upholstered back, enhanced synchro cntrl, fog frame, E3 Seat Depth Adjustable Upgrade, hard floor casters, standard cylinder height, vinyl grade: 2, Element Standard Color Selection TBD, Locking CastersLOCAL STOCK NUMBER: 2723Y.A142.B315.00EA____________________________________0067Amplify, highback, upholstered back, basic stool, height/width adj, fog frame, hard floor casters, fabric grade: 2, Element Standard Color Selection: TBD LOCAL STOCK NUMBER: 2723BB3.A142118.00EA____________________________________0068Waveworks, 24d x 72w, credenza, buffet, hpl, std laminate-Sable LOCAL STOCK NUMBER: WWN2472CBL7.00EA____________________________________0069Waveworks, 24d x 60w, credenza, storage, hpl, std laminate Sable LOCAL STOCK NUMBER: WWN2460CSF3.00EA____________________________________0070Waveworks, 24d x 72w, credenza, storage, hpl, std laminate-Sable LOCAL STOCK NUMBER: WWN2472CSF1.00EA____________________________________0071Self Set Wall Clock 14-1/2" Black (batteries not included) LOCAL STOCK NUMBER: 1LC67800613153.00EA____________________________________0072Pistol lockers, PVB-5813 Stacked, Four 7"H x 8-3/4" x 13" Boxes Stacked 2H x 2W, w/Standard Security Lock/black, keyed different with four keys each LOCAL STOCK NUMBER: PVB-5813-2X22.00EA____________________________________0073Global Compace Flammable Storage Cabinet 22 Gallons Capacity, Yellow Hazmat Cabinet LOCAL STOCK NUMBER: 9623571.00EA____________________________________007460w x 30d A Series Linear Tb w/lam top, Steel: Creme White, Laminate: American Cherry (black trim) LOCAL STOCK NUMBER: TBLW6030A4.00EA____________________________________007536H Lin Techorg, 60w, Steel: Creme White LOCAL STOCK NUMBER: TF366014.00EA____________________________________007660" Overhead Light LOCAL STOCK NUMBER: MM38MM4.00EA____________________________________0077High Profile Overhead Brackets LOCAL STOCK NUMBER: MA518.00EA____________________________________007860" Plus Laminate Shelf, 18D, Laminate: American Cherry (black trim) LOCAL STOCK NUMBER: BLS60184.00EA____________________________________007919H Peg Board, 30W, Steel: Creme White LOCAL STOCK NUMBER: TPB19304.00EA____________________________________0080Slatwall Module for 30" Frames, Steel: Creme White LOCAL STOCK NUMBER: LABSLTW304.00EA____________________________________0081Fpd Arm-Sw Hght Adj Single Fpd Black, Centris Head LOCAL STOCK NUMBER: KONWL9D4.00EA____________________________________008230" Sliding Pedestal Brack for 30" Deep "A" Series Techbench LOCAL STOCK NUMBER: TBSPEDB306.00EA____________________________________0083(6" 12") Suspended Pedestal, Steel: Creme White LOCAL STOCK NUMBER: C8306.00EA____________________________________008460" Cable Basket, Steel: Creme White LOCAL STOCK NUMBER: TBCM604.00EA____________________________________0085Epdu 16A L5-20P/5-20P LOCAL STOCK NUMBER: EPBZ774.00EA____________________________________0086Epdu Frame Bkts, Steel: Creme White LOCAL STOCK NUMBER: EPDUFBK8.00EA____________________________________008760" Adjustable Full Shelf - A Series Techbench, Steel: Creme White LOCAL STOCK NUMBER: TBAFS60222.00EA____________________________________0088Heavy duty caster kit for A Series Linear Techbench LOCAL STOCK NUMBER: TBHDC05588.00EA____________________________________0089Enhanced Kbcobra LOCAL STOCK NUMBER: KBCOBRA236.00EA____________________________________009060" A Series Techbench Footrest, Steel: Creme White LOCAL STOCK NUMBER: TBFT6000A2.00EA____________________________________009128" Under Bench Labopti, Steel: Creme White LOCAL STOCK NUMBER: 1M412.00EA____________________________________0092Opti Caster Base, 36"W LOCAL STOCK NUMBER: UM72MM2.00EA____________________________________009372W x 30D A Series Linear Tb w/Lam Top, Steel: Creme White, Laminate: TBD LOCAL STOCK NUMBER: TBLW7230A4.00EA____________________________________009436H Lin Techorg, 72W (24"), Steel: Creme White LOCAL STOCK NUMBER: TF367214.00EA____________________________________009568" Overhead Light LOCAL STOCK NUMBER: MF38MM4.00EA____________________________________009672" Plus Laminate Shelf, 18D, Laminate: TBD LOCAL STOCK NUMBER: BLS72184.00EA____________________________________009719H Peg Board, 24W, Steel: Creme White LOCAL STOCK NUMBER: TPB19244.00EA____________________________________0098Slatwall Module for 24" Frames, Steel: Creme White LOCAL STOCK NUMBER: LABSLTW244.00EA____________________________________0099Fpd Arm-Sw Hght Adj Dual Fpd Black LOCAL STOCK NUMBER: KONWL10D4.00EA____________________________________010019H White Board, 24W LOCAL STOCK NUMBER: TWB19244.00EA____________________________________010172" Cable Basket, Steel: Creme White LOCAL STOCK NUMBER: TBCM724.00EA____________________________________0102Epdu 16A 5-20P/L5-20P LOCAL STOCK NUMBER: EPBZ714.00EA____________________________________010372" Adjustable Full Shelf - A Series Techbench, Steel: Creme White LOCAL STOCK NUMBER: TBAFS72224.00EA____________________________________0104A Series Techbench Fixed Accessory Plate - 15 x 30, Steel: Creme White LOCAL STOCK NUMBER: TBFACP15308.00EA____________________________________010566" Classic Partial Tambour Shelf, Opti: Creme White LOCAL STOCK NUMBER: 6M992.00EA____________________________________0106Opti Parts Bin Rail LOCAL STOCK NUMBER: AM69FF4.00EA____________________________________010736" Fixed Shelf LOCAL STOCK NUMBER: AM01FF2.00EA____________________________________0108R/O Shelf, 4" W/O Frt LOCAL STOCK NUMBER: AM04RF6.00EA____________________________________01093" Modular Drawer, Opti: Creme White LOCAL STOCK NUMBER: AM83RX2.00EA____________________________________0110Optimedia 9" Drawer, Opti: Creme White LOCAL STOCK NUMBER: AM89RX2.00EA____________________________________011112" Modular Drawer, Opti: Creme White LOCAL STOCK NUMBER: AM84RX2.00EA____________________________________01125" Akro-Bins (Case of 12), Red LOCAL STOCK NUMBER: C982022.00EA____________________________________011384" Sidewinder Shell, Creme White LOCAL STOCK NUMBER: 8Y022.00EA____________________________________0114Shelf,Univrsl Fixed-No Dividers LOCAL STOCK NUMBER: AM05FF4.00EA____________________________________0115Drawer, 4" w/front LOCAL STOCK NUMBER: AM10RF16.00EA____________________________________011612" Bin Drawer LOCAL STOCK NUMBER: AM14RF2.00EA____________________________________0117Ba, 120V, 20A, OU, (8) 5-20, 5-20P, 15' Cord, 24"L Power Strips LOCAL STOCK NUMBER: PDBA201000G380.00EA____________________________________0118Steelmaster Key Cabinet Wall Mount, holds 240 keys LOCAL STOCK NUMBER: 8N9411.00EA____________________________________01196G White Mechanism/900 - Std. Platform/90-8.5" Clip Mouse, high clip mouse, 19" Foam w/Synt. Leather Cvr, Std 21.625" Track LOCAL STOCK NUMBER: 6GW 900 90275.00EA____________________________________0120Element Vision Light, 7 watts LED with Dimmer & Occupancy Sensor, Universal (4 interchangeable plugs), Element Tech Base, Silver LOCAL STOCK NUMBER: EV275.00EA____________________________________0121Ergotron Workfil-A 24" LD WS+ LOCAL STOCK NUMBER: 24-317-02632.00EA____________________________________0122Receive, deliver & install during normal business hours, project will be phased upon award, direct shipment to site is available, to be scheduled in advanced with Interior Designer & Warehouse ManagerLOCAL STOCK NUMBER: INSTALLATION1.00EA____________________________________GRAND TOTAL__________________(vi) A description of the items to be acquired and/or applicable salient characteristics/minimum Government need(s) is as follows:Salient Features and CharacteristicsErgonomic chairs should meet or exceed all Institute/Business and Institutional Furniture Manufacturer’s Association (ANSI/BIFMA) performance requirements per ANSI X5.1-2002, and the Department of Veterans Affairs, Design Guide requirements.DESK CHAIRS & DESK TO COUNTER HEIGHT STOOLS SEAT REQUIREMENTSDesk chairs - pneumatic cylinder shall be used to accomplish seat height adjustment range between 15-1/2” – 23-3/4” range.Desk to counter height stools to have seat height range adjustability of 21.5” – 34.5” (with adjustable height foot ring)All Seat widths must be a minimum of 23”W.All Seats must include a minimum of 2” seat depth adjustment within a range of 16-3/4”D to 18-3/4”D.All Seat pans must a flexing front edge (Seat pan angle will not be acceptable for this solution)Seat pan to be vinyl and cushioned BACKREST REQUIREMENTSBackrest height from seat must be a minimum of 24-1/2”.Backrest width must be a minimum of 20”W.Chair must include an adjustable lumbar with a minimum height adjustment range of 5” between 6-1/2” and 11-1/2” as standardChair’s tilt tension control must be located on the side of the chair for easy user adjustmentVariable back stops that lock in various positionsContour of backrest to allow for support and comfort, padded and covered in vinyl MECHANISM REQUIREMENTSMechanism with back stop locking positions.Pneumatic height adjustable baseThe angle between the seat and back should fall between 95° and 108° ARM REQUIREMENTSEach arm must have a 4” height adjustment range between 7” and 11”Each arm must have a minimum of 2.25” width adjustment that allows the arms to widen from the seat pan of chair.Width between the arms must measure from 14.5” to 19.5”Each arm cap may pivot at least 30° inward and outward BASE/CASTER REQUIREMENTSProduct must have a five-star base and have a minimum diameter of 27”Dual wheel casters should be at least 65mm (2.5”) for ease of mobilityBoth hard and soft, dual-wheel casters must be availableDesk to counter height stools require an adjustable foot ring minimum dimensions of 19” SURFACE MATERIALS REQUIREMENTSChair must include the upholstery options for the seat and backrest:Vinyl upholstered seat and back (Mesh will not be accepted)Soil Retardant barrierChair must be available in a minimum of two different frame finishes with a polished aluminum base as an additional aesthetic option. Allows for average and larger body sizes WARRANTY REQUIREMENTSManufacturer’s warranty must include shipping, parts and labor for the repair or replacement of defective itemsChair must carry a lifetime warranty on structureChair must carry a minimum of 10 year warranty on pneumatic cylinder, casters, arms, and seat depth adjustmentChair must carry a minimum 5 year warranty on foam and vinylProduct line must be warranted for 24/7 applicationLarge scale chair must be able to accommodate users up to 500 poundsChair padding materials and vinyls shall comply with the BIFMA First Generation Voluntary Upholstered Furniture Flammability Standard. Salient Characteristics Conference ChairsChair seat and back to be integrated as oneFixed armsPneumatic height adjustmentSeat and back material to be mesh5 star bases brushed metal2.5” dual wheel casters for hard floors. Salient Characteristics of Executive, Exam, Office and Adjustable Height Desks & Work TablesAll desks to be free standingOpen brushed metal legs desks are acceptable in Satin NickleC-leg Style may be used on exam room desksHigh pressure plastic laminate – Wilsonart - neowalnut 7991-38 with a minimum 3mm pvc edge profile on exam and office desks. T-mold square or rounded edgeExecutive desks to be High pressure plastic laminate – Wilsonart - neowalnut 7991-38 tops with wood edge profileGrommets left and right rear of work surfacesAvailability to add overhead compartment to desk and still be freestanding desk.Modesty panels as specifiedPrivacy panels on back side of some freestanding desks with semi- translucent material – finish to be specified at time of awardAdjustable height desks to be 24” deep with height range of 26.4” to the lowest position of the top side of work surface and 46.2” to the highest position of top side of work surfaceMinimum work surface size of 60”W x 24” DElectronic height adjustability with memory settingsWork tables to be high pressure laminate – Wilsonart – neowalnut 7991-38 with minimum of 3mm pvc edge profile. T-mold square or rounded edge Salient Characteristics of End TablesEnd tables to be 24” diameter round with metal legsTops to be high pressure laminate – Wilsonart – neowalnut 7991-38 with minimum of 3mm pvc edge profile. T-mold square or rounded edge Salient Characteristics of Flip Top TablesTop to be made of high pressure laminate – Wilsonart – neowalnut 7991-38 with minimum of 3mm pvc edge profile. T-mold square or rounded edgeTable height to be 29”-30”HTop to flip vertical to allow for nesting storageTable base and legs to be made of metalLocking dual wheel castersNo grommets or powerNo modesty panels Salient Characteristics of Executive Conference Room TableBoat shape table. Size to be 48”W x 96”LTable height to be 29”-30”H Frame to be metal or woodLegs to support table from center of structure and be made of wood or metal. Open area underneath table edges to allow for flexible seating around tableCabling and outlets for USB, Data and Electrical connections to be concealed and accessible from top of table. Located in center area of tableTop to be made of high pressure laminate – Wilsonart – neowalnut 7991-38 with wood edge profile Salient Characteristics of Standard Conference TablesOval Shaped tables. Size to be 36”W x 72”LRound 42” & 48” DiameterTable height to be 29” – 30”HFrame to be metal or woodLegs to support table from center of structure and be made of wood or metal. Open area underneath table edges to allow for flexible seating around tableTop to be made of high pressure laminate – Wilsonart – neowalnut 7991-38 with minimum of 3mm pvc edge profile. T-mold square or rounded edge Salient Characteristics of Power Strips20 amp sideways insert able main plugs with a minimum of 8 receptacles per power strip for each deskMinimum 10’ power cord length Salient Characteristics of Mobile Pedestals, Lateral FilesAll mobile pedestals to be File/File configuration for letter size filesDrawers to be lockable with additional keys (sequence numbering TBD at time of award)Mobile Pedestal Padded vinyl tops to be upholstered in Architex Remede Vinyl – Pattern Name: Salt Spring; Color: PurifyCabinets to be made of metal with a painted finish TBD at time of awardAll lateral files to be height and width as specified Salient Characteristics of Physician StoolsSwing arm backs also referred to as procedure armBackrests standard on all stools except with procedure armFull ring adjustabilityPadding to meet or exceed standard fire certificationVinyl padded seat finish TBD at time of awardHeight range of 18” – 24” AFFPneumatic seat height adjustment with 360 degree swivelFive star base with caps on minimum 2” dual wheel castersWeight capacity 300 pounds Salient Characteristics of Clean Room StoolsSeat to be Gel molded vinyl over metal seat baseSeat shape to be tractor style for ergonomic comfort and clean abilityAbility to go in cart wash for clean processing areasFive star base with foot ringHeight range 27” – 34” to accommodate desk or counter heightsPneumatic seat height adjustment with 360 degree swivelFive star base with caps on minimum 2” dual wheel casters250 lb. weight capacity Salient Characteristics of Patient Side Chairs/Side ChairsSize 26”W x 24.25”D x 32.75”H. SW 22”, SD 18”, SH 18.5”, AH 25”Padding to meet or exceed standard fire certificationFully padded seat upholstered in:Architex Remede Vinyl – Pattern – anemone; Color: PurifyFront of seat back to be upholstered in:Architex Remede Vinyl – Pattern – anemone; Color: PurifyBack of seat to be wood. Finish to match Wilsonart Neowalnut TBD at time of awardMetal legs and frame construction in brushed aluminum finish to withstand 300 lbs. weight capacityNon padded arms with vinyl or thermoform arm capsArms and armless as specifiedWall-saver rear legsNon-marking Glides – for vinyl flooring Salient Characteristics of SofasSize 76”W x 31.5”D x 31”H. SW 69”, SD 21.5”, SH 18”, AH 26”Fully padded and upholstered seat, back and arms with vinyl or thermoform arm capsSquare metal legs with brushed silver metal finishFully upholstered in:Architex Remede Vinyl Archtex Remede Vinyl- Pattern Wish, Color-Purify. Padding to meet or exceed standard fire certificationWeight capacity to withstand 600 lbs. Non-marking Glides – for vinyl flooring Salient Characteristics of Lounge ChairsSize 30”W x 31.5”D x 31”H. SW 23”, SD 21.5”, SH 18”, AH 26”Fully padded and upholstered seat, back and arms with vinyl or thermoform arm capsSquare metal legs with brushed silver metal finishFully upholstered in: Architex Remede Vinyl – Pattern – Wish; Color: Purify. Padding to meet or exceed standard fire certificationWeight capacity to withstand 500 lbs. Non-marking Glides – for vinyl flooring Salient Characteristics of Flip Seat ChairsSize 28”W x 22”D x 35.5”H, SW 17.25”, SD 17.25”, SH 18.5”With armsSeat to flip vertical to allow for nesting storageBase and legs to be made of metal with dual wheel castersVinyl upholstered Seat and Back. Color and finish TBD at time of award Salient Characteristics of Buffet CredenzaSizes 24”D x 72”L credenza and 24”D x 60”L as specifiedWood fronts to be specified upon award of contractTops to be high pressure plastic laminate to match wood finish TBDEdge detail to be wood to match wood finish TBDDrawer storageShelf storage behind doorsDoors to be lockable with additional keys Salient Characteristics of Wall ClocksMinimum 14” diameterBattery OperatedWhite clock face with black standard numerals Salient Characteristics of Pistol LockersMinimum for 8 pistolsStacked 7”Hx8”Dx13”D each boxDesk mount style Standard Security LockKeyed Different with minimum of four keys eachSalient Characteristics of Yellow Hazmat CabinetCompact flammable storage cabinet22 gallon capacity Salient Characteristics of Tech BenchesLaminate topsFully adjustable shelvesOverhead lights for underside of shelvesPegboards as specified on back support of overhead unitsSliding pedestal brackets for:Cable basketsHanging drawers and pedestalsFootrestsSlat wall storageWhiteboards on back support of overhead shelves Swing arms for single and dual monitors to hang from stations Salient Characteristics of Universal CabinetsMinimum Size 84”H x 18.5”D x 36” – 39”WInterior to be 4”H drawers12” bin drawersAs noted on specsDoors to be lockable with additional keys Salient Characteristics of Lock Box240 key count lockable wall mount cabinetSteel with painted finishDoors to be lockable with additional keys Salient Characteristics of Keyboard TraysSize range 20” W x 9.5”-11.75”DUnder desk top mount slide bracketsHorizontal, height and tilt adjustmentsEase of storage beneath desk surfaceTilt range adjustments of 0 to -15 degreesArm with keyboard attached shall extend a min. of 10-3/8” with a height range of 8”Mouse tray shall mount to either side of platform to accommodate left and right handed usersAluminum finish platformWrist pad affixed to platform Salient Characteristics of Desk Top Lights7 watt LED with dimmer and occupancy sensorWarm light to prevent eye strainColor rendering index (CRI) of 893000K illumination15’ cord length24” to 28” minimum reach of extended lamp armOne touch positioningBrushed silver metal finishDesk top base with integrated USB and 3 prong power source20 amp plug Salient Characteristics of Monitor ArmsSingle monitor set-up for greater than 24” screensHeight adjustability of 5”-10”Rotation of 360 degreesCable management tube and tiesAttachment hardware for desk mountingWeight capacity of 12-28 lbs.Installation shall be either around entry door or side to side of room as required (vii) The equipment is to be delivered on or before September 19th, 2016, FOB destination to Department of Veterans Affairs, Tallahassee Health Care Center, 2181 Orange Avenue, Tallahassee, FL 323111 (viii) Provision 52.212-1, Instructions to Offerors – Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Items: (a)Offerors are to e-mail complete quotes/proposals to Victor.Mercado@ no later than 10:00 PM EST on August 14th, 2016. All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: and (b)Subsection (b): Submission of offers: Offerors submitting brand name item(s) shall be an authorized distributor of brand manufacturer, and shall substantiate this by including letter from manufacturer on manufacturer letterhead verifying this.(c)Subsection (c): Period for acceptance of Offers, is changed from 30 calendar days to 60 calendar days.(d)Responses shall be on an all or none bases, no partial submission. No grey market or refurbished item(s). The Government reserves the right to make no award at all.(ix) Provision 52.212-2, Evaluation – Commercial Items (OCT 2014), applies to this acquisition. (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 will be used to evaluate offers: Price and technical acceptability will be determined in accordance with the salient characteristics provided (Please see item description). Quotes will be evaluated based on best value and award will be made to the offeror with the technically acceptable quote with a delivery date that is most advantageous to the government. Quotes will be evaluated for acceptability, but not ranked using non- cost/price factors. Evaluations will be based on delivery time, schedule, past performance and cost. (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.(x) 52.212-3 Offeror Representations and Certifications – Commercial items (MAY 2014) applies to this acquisition. Offerors shall provide with their offer a completed copy of their Representations and Certifications per 52.212-1(b)(8). Offeror Representations and Certifications can be accessed electronically at the following web address: (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (APR 2015) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [X] (36)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions 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). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (End of Clause)(xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: N/AProvisions in full text:52.225-18 Place of Manufacture (MAR 2015). (a) Definitions. As used in this clause— “Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except—(1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—(1) [] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [] Outside the United States. (End of provision)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): HYPERLINK "" (End of provision)852.252-70? Solicitation provisions or clauses incorporated by reference (JAN 2008).The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.? Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.? Copies may also be obtained from the contracting officer. (End of provision)Provisions incorporated by reference are:52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007);52.204-7 System for award management (JUL 2013)52.204-17 Ownership or Control of Offeror (NOV 2014)52.211-6 Brand Name or Equal (AUG 1999)52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran – Representation and Certification (DEC 2012) Clauses in Full Text: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): HYPERLINK "" (End of clause)Clauses Incorporated by Reference:52.204-13 System for Award Management Maintenance (JUL 2013)52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015)52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations—Representation;52.209-7 per Far 9.104-7(b) Information Regarding Responsibility Matters52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $15,000.00 (MAY 2014);52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.232-40 per Far 32.009-1 Providing Accelerated Payments to Small Business Subcontractors52.243-1 Changes –Fixed Price (AUG 1987);852.203-70 Commercial Advertising (JAN 2008);852.246-70 Guarantee (JAN 2008);852.246-71 Inspection (JAN 2008) (xiv) DPAS is N/A(xv) The RFQ is due on August 14th, 2016 at 10pm Est. by e-mail to Victor.Mercado@. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government.(xvi) For further information contact Victor Mercado by phone at 352-381-5721. Point of Contact(s): Victor J Mercado, Victor.Mercado@ Contracting Officer: Victor J. MercadoPAST AND PRESENT PERFORMANCE SURVEYPAST AND PRESENT PERFORMANCE SURVEYFOR OFFICIAL USE ONLY (When filled in)Note: If information is inaccurate, please correct. Please complete a separate evaluation form for each relevant contract.A. GENERAL INFORMATION: Contractor's Name: Address: Point of Contact: Telephone Number: Project Title and Brief Description of Work: Contract Number provided by Offeror: Contract Period or Dates of Performance Provided by Offeror: Contractor acted as the () prime contractor or the ( ) sub-contractor. B. RESPONDENT INFORMATION:Name of respondent: Title: Address: Telephone number: FAX number:Email address:C. PERFORMANCE INFORMATIONChoose the category below that most accurately describes the contractor’s performance or situation. Please provide a narrative explanation for any rating of Exceptional, Marginal, or Unsatisfactory.EXCEPTIONAL: Performance met all contract requirements and exceeded many. Problems, if any, were negligible, and were resolved in a timely, highly effective manner. Essentially no doubt exists that the offeror will successfully perform the required effort. VERY GOOD: Performance met all contract requirements and exceeded some. There were a few minor problems, which the contractor resolved in a timely, effective manner. Little doubt exists that the offeror will successfully perform the required effort.SATISFACTORY: Performance met contract requirements. There were some minor problems and the contractor’s corrective actions were satisfactory. Some doubt exists that the offeror will successfully perform the required effort.NEUTRAL: No record of performance or the record is inconclusive. (See FAR 15.305 (a) (2) (iii) and (iv).MARGINAL: Performance did not meet some contractual requirements. There were problems, some of a serious nature, for which corrective action was only marginally effective. Substantial doubt exists that the offeror will successfully perform the required effort.UNSATISFACTORY: Performance did not meet most contractual requirements. There were serious problems and the contractor’s corrective actions were ineffective. Extreme doubt exists that the offeror will successfully perform the required effort.1. MANAGEMENT EFFECTIVENESSa. Contractor provided experienced managers and supervisors with technical and administrative abilities to meet contract requirementsE V S N M Ub. Contractor maintained appropriate staffing levels (number/Qualifications). Please comment if workload varied.E V S N M Uc. Contractor maintained records/reported dataE V S N M Ud. Contractor’s overall management effectivenessE V S N M U2. QUALITY OF SERVICE AND WORKMANSHIPa. Contractor maintained acceptable standards of workmanshipE V S N M Ub. Contractor provided acceptable-quality materialsE V S N M Uc. Contractor’s overall quality of service E V S N M U3. TIMELINESS/ADHERENCE TO SCHEDULESa. Contractor completed scheduled tasks within stated time framesE V S N M Ub. Contractor was proactive in keeping you informed of schedule changes if they were going to occurE V S N M Uc. Overall contractor timelinessE V S N M U4. QUALITY CONTROLa. Contractor adhered to its quality control planE V S N M Ub. Contractor’s quality control resulted in little/no work on your part toachieve acceptable service (i.e.-few failed inspections)E V S N M Uc. Contractor documented its quality control checks/corrective actionsE V S N M Ud. Contractor’s overall quality controlE V S N M U5. CUSTOMER SATISFACTIONa. Contractor maintained a professional working relationship E V S N M Ub. Contractor was reasonable and cooperative in resolving customercomplaintsE V S N M Uc. Contractor was flexible in responding to customer requirements E V S N M Ud. Overall customer satisfaction E V S N M U6. If past performance information is from a government contract, did the contractor receive any Contract Discrepancy Reports, Letters of Concern, or Cure Notices? ____________________ If yes, please describe: ______________________________________________________________________________________________________________________________________________________________________________________________________________________7. If given the opportunity, would you award another contract to this contractor? ____________________________Please explain._____________________________________________________________________________8. Additional Comments: _________________________________________________________________________________See attached document: A1-01-FIRSTFLOORPLAN-OVERALL Layout1 (1).See attached document: A1-02-SECONDFLOORPLAN-OVERALL Layout1 (1).See attached document: A1-03-THIRDFLOORPLAN-OVERALL Layout1 (1).See attached document: Copy of TOPC FF by Room (3).INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORSINSTRUCTIONS FOR QUOTE SUBMISSIONQUOTATION PREPARATION INSTRUCTIONSNOTE: ALL QUOTATION PREPARATION COST WILL BE THE SOLE RESPONSIBILITY OF THE OFFEROR. THE GOVERNMENT WILL NOT REIMBURSE ANY FIRM FOR THEIR QUOTATION PREPARATION COST.QUOTATION Format and Content: This section of the RFQ provides general guidance for preparing as well as specific instructions on the format of the quotation. The quotation shall consist of four (4) physically separate and detachable parts as follows:Part I Technical CapabilityPart II Delivery DatePart III Past Performance/SchedulePart IV Price QuotationEmailed Quotes are accepted and can be sent to Victor.Mercado@, Faxes will not be accepted. Part I- TECHNICAL PROPOSAL Submit technical proposal in a format which clearly addresses the evaluation factors. Part II- DELIVERY TIMEPart III-PAST PERFORMANCE INFORMATION- See Evaluation CriteriaPart IV- PRICE QUOTATION(a) Price Schedule – Insert proposed pricing into Section B; pricing must be provided for all line items. (See solicitation attachment)(b) Pricing as revised, shall remain valid for a minimum of 60 days.(c) Acknowledge any and all amendments.The following contracting officers are authorized to negotiate under the resulting order.Victor MercadoPhone: 352-381-5721Email: Victor.Mercado@ QUOTATION EVALUATION CRITERIAPART 1 - GENERAL INFORMATIONTHE DETERMINATION OF BEST VALUE this is a competitive Request for Quotation (RFQ) that represents the best value to the Government conducted under FAR Part 13, Best Value process. Award will be made on the basis of best value determination utilizing trade off process. This process allows for a tradeoff between non-cost factors (technical) and price, which allows the government to award to other than the lowest price offer or highest technically acceptable offer, achieving the overall best value contract.Where Technical Capabilty, including delivery schedule, is more important than Past Performance and Price.PART 2 – TECHNICAL EVALUATIONFACTOR-1 TECHNICAL CAPABILITYInclude examples of the company’s management approach addressing performance time, labor, materials and supervision. Include experience in general practices as it relates to the turnkey installation of furniture build outs. Ensure all conditions detailed in the statements of work, specifications, space plan, and subsystems are addressed. Provide your best performance schedule, with a delivery date no later than September 19, 2016.FACTOR -2 DELIVERY TIME Offerors shall identify a firm delivery date of September 19, 2016 (or Sooner) with set-up and installation of the new furniture. An attachment has been added to foresee location (placement) of furniture; a detail plan shall be submitted.FACTOR-3 PAST-PERFORMANCEOfferors shall identify any federal, state, local government private contract of similar type, scope, size and complexity that are ongoing, or have been completed within the past five (5) years. Include information that evidences customer satisfaction with offerors service and demonstrates offerors compliance with and fulfillment of the requirements of previous contracts. Reference with points of contacts and telephone numbers must be identified.When addressing past performance evaluation criteria set forth in this solicitation, the offeror shall provide recent and relevant information regarding the offeror’ s actions under previously awarded contracts. Relevant past performance consists of experience designing and installing furniture within the past five (5) years, will be considered relevant past performance. The offeror shall forward a copy of the past performance questionnaire to a minimum of three (3) but not to exceed five (5) of their most recent references, for whom the offeror has completed recent and relevant similar projects with the Federal, State, and Local Government during the past five (5) years. If the offeror does not have Government references, the offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. The questionnaires must be forwarded to a verified point of contact at each of those agencies or business organizations for completion.Offerors are responsible for ensuring that their reference sources receive the questionnaires in time to complete and return the questionnaire to the Contracting Officer not later than the quote due date but may be submitted prior to the quote due date. Late receipt of past performance questionnaires may be considered at the discretion of the Contracting Officer.Past performance and experience with government contracts in furniture build outs for Outpatient clinics, with knowledge and experience with VA Contracts.1). Provide up to three (3) commercial or (3) government (Fed/State/Local) or combination commercial and government references for furniture contracts, where your company was the general contractor. Include;a) Contract name, b) Contract Number, c) Location, d) Award amount, e) final Dollar Value at completion of contract f) period of performance g) Start and completion dates, and h) Point of Contact including, name, address, phone number of contracting officer.The Government will consider this information as well as information obtained from any other sources, when evaluating the Offeror’s past performance. FACTOR 4-PRICEOfferors shall provide commercial pricing as requested in the Schedule of Supplies/Service, including favored customer discounts per FAR 13.103.PAST AND PRESENT PERFORMANCE SURVEYPAST AND PRESENT PERFORMANCE SURVEYFOR OFFICIAL USE ONLY (When filled in)Note: If information is inaccurate, please correct. Please complete a separate evaluation form for each relevant contract.A. GENERAL INFORMATION: Contractor's Name: Address: Point of Contact: Telephone Number: Project Title and Brief Description of Work: Contract Number provided by Offeror: Contract Period or Dates of Performance Provided by Offeror: Contractor acted as the () prime contractor or the ( ) sub-contractor. B. RESPONDENT INFORMATION:Name of respondent: Title: Address: Telephone number: FAX number:Email address:C. PERFORMANCE INFORMATIONChoose the category below that most accurately describes the contractor’s performance or situation. Please provide a narrative explanation for any rating of Exceptional, Marginal, or Unsatisfactory.EXCEPTIONAL: Performance met all contract requirements and exceeded many. Problems, if any, were negligible, and were resolved in a timely, highly effective manner. Essentially no doubt exists that the offeror will successfully perform the required effort. VERY GOOD: Performance met all contract requirements and exceeded some. There were a few minor problems, which the contractor resolved in a timely, effective manner. Little doubt exists that the offeror will successfully perform the required effort.SATISFACTORY: Performance met contract requirements. There were some minor problems and the contractor’s corrective actions were satisfactory. Some doubt exists that the offeror will successfully perform the required effort.NEUTRAL: No record of performance or the record is inconclusive. (See FAR 15.305 (a) (2) (iii) and (iv).MARGINAL: Performance did not meet some contractual requirements. There were problems, some of a serious nature, for which corrective action was only marginally effective. Substantial doubt exists that the offeror will successfully perform the required effort.UNSATISFACTORY: Performance did not meet most contractual requirements. There were serious problems and the contractor’s corrective actions were ineffective. Extreme doubt exists that the offeror will successfully perform the required effort.1. MANAGEMENT EFFECTIVENESSa. Contractor provided experienced managers and supervisors with technical and administrative abilities to meet contract requirementsE V S N M Ub. Contractor maintained appropriate staffing levels (number/Qualifications). Please comment if workload varied.E V S N M Uc. Contractor maintained records/reported dataE V S N M Ud. Contractor’s overall management effectivenessE V S N M U2. QUALITY OF SERVICE AND WORKMANSHIPa. Contractor maintained acceptable standards of workmanshipE V S N M Ub. Contractor provided acceptable-quality materialsE V S N M Uc. Contractor’s overall quality of service E V S N M U3. TIMELINESS/ADHERENCE TO SCHEDULESa. Contractor completed scheduled tasks within stated time framesE V S N M Ub. Contractor was proactive in keeping you informed of schedule changes if they were going to occurE V S N M Uc. Overall contractor timelinessE V S N M U4. QUALITY CONTROLa. Contractor adhered to its quality control planE V S N M Ub. Contractor’s quality control resulted in little/no work on your part toachieve acceptable service (i.e.-few failed inspections)E V S N M Uc. Contractor documented its quality control checks/corrective actionsE V S N M Ud. Contractor’s overall quality controlE V S N M U5. CUSTOMER SATISFACTIONa. Contractor maintained a professional working relationship E V S N M Ub. Contractor was reasonable and cooperative in resolving customercomplaintsE V S N M Uc. Contractor was flexible in responding to customer requirements E V S N M Ud. Overall customer satisfaction E V S N M U6. If past performance information is from a government contract, did the contractor receive any Contract Discrepancy Reports, Letters of Concern, or Cure Notices? ____________________ If yes, please describe: ______________________________________________________________________________________________________________________________________________________________________________________________________________________7. If given the opportunity, would you award another contract to this contractor? ____________________________Please explain._____________________________________________________________________________8. Additional Comments: _________________________________________________________________________________See attached document: A1-01-FIRSTFLOORPLAN-OVERALL Layout1 (1).See attached document: A1-02-SECONDFLOORPLAN-OVERALL Layout1 (1).See attached document: A1-03-THIRDFLOORPLAN-OVERALL Layout1 (1). ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download