Www.vendorportal.ecms.va.gov



REQUEST FOR QUOTATION FOR COMMERCIAL ITEMSGeneral InformationDocument Type: Request for QuotationRFQ Number:36C252-18-Q-9600Amendment:Posted Date:000129 June 2018Original Response Date:27 June 2018 / 4:00 p.m. ESTCurrent Response Date:12 July 2018 / 4:00 p.m. ESTSet Aside (SDVOSB/VOSB):VOSBNAICS Code:337127Amendment PurposeThe purpose of amendment 0001 is to extend the response date from 27 June 2018 to 12 July 2018 and to change the set aside from SDVOSB to VOSB. Contracting Office AddressGreat Lakes Acquisition Center115 S. 84th StreetMilwaukee, WI 53214-1476DescriptionThis is a Request for Quotation (RFQ) for commercial items. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96.The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500 employees.The Great Lakes Acquisition Center, 115 S. 84th Street, Milwaukee, WI 53214-1476 is seeking to purchase brand name or equal furniture for the Medical Service offices located in Bldg. 1, room D232, Edward Hines VA Hospital, 5000 S. 5th Ave., Hines, IL. 60141. Contract Administration: All contract administration matters will be handled by the following individuals:GOVERNMENT: PARRIS S. WEIDENBACH, CONTRACT SPECIALIST DEPARTMENT OF VETERANS AFFAIRS GREAT LAKES ACQUISITION CENTER 115 S. 84TH ST., STE 100 MILWAUKEE WI 53214 parris.weidenbach@ Ph: 414-844-4895CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration INVOICES: Invoices shall be submitted QUARTERLY, SEMI-ANNUALLY, OTHER in arrears in accordance with: 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) b. UPON ACCEPTANCE OF ITEMSGOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be submitted electronically in accordance with 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS.?For assistance setting up e-Invoice, the below information is provided:*?OB10 e-Invoice Setup Information: 1-877-489-6135 *?OB10 e-Invoice email: VA.Registration@ <;? *?FSC e-Invoice Contact Information: 1-877-353-9791 *?FSC e-invoice email: vafsccshd@ < OF AWARD:The Government will make the award to the lowest price technically acceptable offer.SECURITY & PRIVACY CONTROL:The Certification & Accreditation (C&A) requirements of VHA Handbook 6500.6 do not apply to this requirement; therefore, a Security Accreditation package is not required. No C&A or MOU/ISA is required. Sensitive information exposure as part of this contract involves applicable security controls within the facility as part of the VA Information Security Program.If there are any questions related to privacy, please have a member of your staff contact the VA Privacy Service at 202-461-6309. If there are any questions related to the information security, please have a member of your staff contact the Office of Cyber Security at 304-262-7733.SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS(SF 1449, Continuation of Blocks 19 – 24)Offeror shall provide the following items for the Edward J. Hines, VA Hospital, Hines Illinois. All items shall be delivered and installed FOB Destination within 30 calendar days after receipt of Notice of Award and/or Purchase Order. Delivery and installation shall be done in phases per the Delivery Schedule. Offeror shall provide the following Brand Name or equal items per the Statement of Work below:STATEMENT OF WORK INTERIOR DESIGN ACQUISITIONS HINES VA HOSPITAL As of 5/24/2018Contract Number:Task Order Number:IFCAP Tracking Number:578-18-3-060-0445Planning ModuleVA-18-00083404COR: Contracting Officer’s Representative Name:Mary TuckerSection:Engineering /Project Planning/ Interior DesignAddress:Edward Hines VA Hospital, 5000 S. 5th Ave., Hines, IL. 60141Phone Number:708-202-8387 Ext. 20919E-Mail Address:mary.tucker@ 2) Project Name and Contract Title: Bldg. 1 Medicine Service Doctor Office Furniture 3) Objective: The goal for this project is to repurpose existing worksurfaces and privacy screens by adding storage pieces, ergonomic keyboard trays and task chairs. The project will consist of replacement of existing furniture with new furniture. The furniture replacement and updated layout will provide four semi-private work areas for the Medical Service Doctor’s offices in Bldg. 1, Room D232. WO # IDE 180329-002 4) Background: The Medical Service offices located in Bldg. 1, room D232 requires adequate furniture and a functional office layout that will enhance the performance of clinicians and doctors that treat our veteran patients. Repurposing existing worksurfaces and privacy screens will create four semi-private workstations. These workstations require healthcare grade storage, ergonomic keyboard trays and task chairs. 5) Specific Tasks: The specific tasks of this project are to: 1. Refine furniture specifications (see paragraph 6 for furniture specifications), 2. Coordinate for the timely delivery for the furniture, and 3. Facilitate the furniture installation.6) Scope of Work: The scope of work for this project includes the manufacture and delivery of new furniture. It also includes all management and materials. The furniture must consist of the following design criteria selections of the following recommended manufactures: Herman Miller: TU Filing Storage Systems, Everywhere Table, Caper and Aeron Seating, Trendway: Pak Filing Storage Systems, Choice Table, Symmetry: Balance Corner Sleeve*All products must meet the salient and technical specifications defined in this section. Equal or Approved Equal. Salient Characteristics:(Hines VA: Building 1 Room D 232)(16ea) C Legs: 29”H C shaped support legs for existing work surface tops that are 60” wide and 24” deep. Color TBD Herman Miller Part Number A2381.29 (1ea) 36” Round Table: Round table, squared edge, laminate top, thermo edge, single- column base. Herman Miller: Laminate walnut on cherry, color TBDHerman Miller Model Number DT1CS.36LS(4ea) Stack Chairs with Arms: Molded polly seat, fixed arms, glides, match Herman Miller: Color- green appleHerman Miller Model Number WC410P Caper Chair(4ea) Storage Towers: Storage tower w-Pull, Storage Case Wardrobe Left, BBF, 46”H, color TBD Herman Miller Model Number LW300.46LS(4ea) Corner Balance Sleeve: Corner sleeve for keyboard tray mount Symmetry Part Number Balance- CS (4ea) Ergonomic Task Chairs: 5 leg bases, adjustable lumbar support, adjustable arms, mesh seat and back, non-upholstered arm pads, match Herman Miller, frame finish in mineral, Chassis finish in standard satin aluminum, Base and arm in standard dark mineral, mesh in Pellicle for infection control issues. Herman Miller Model Number: Aeron AER1B (4ea) Ergonomic Keyboard Tray: 19” track with a 20” aluminum tray with swivel mouse tray ergonomic keyboard trays to consist of the following: Under table top mounting space has a limited mounting surface sizes below are exact. Mounted track will be oriented along the width of the surface instead of depth. TL mechanism requires just 10” of space to install, the mechanism folds back on itself for space limiting work areas. Herman Miller Model Number: TL Y7741 (1ea) Double Door Storage: 2’-High, 30” wide 20” deep double door storage cabinet with square edge l cushion top.Herman Miller Model Number: TU Storage(1ea) Bookcase: 38” high x 30” wide: 38H x 30W x 15D freestanding with no doors, smooth painted on smooth steel, square edge cushion top.Herman Miller Model Number LG500.3038 TU Storage (1ea) 5’ High Metal Lateral File: 5’H x 30”W, 20”D, freestanding metal locking file cabinets with pulls, free standing, flip door with pull out shelf, 4 drawers. Herman Miller Model Number LW200.305 TU Storage Additional Salient Specifications:All products must meet the salient specifications defined in this section.Equal or Approved EqualErgonomic Task Chairs Ergonomic Task Chairs: Herman Miller: Aeron: Model Number: AER1B22DWStandard height pneumatic, tilt/angle limit, to prevent tipping, adjustable arms Adjustable lumbar support Breathable form fitting mesh fabric for both seat and back for infection control issuesChair must have pneumatic height adjustment Chair must have adjustable lumbar support 2 ?” duel casters for hard floors or carpet, chair must have casters designed for use on either hard floors or carpet REQUIRED FOR SLIPPING/FALLING, also for flexibility of repurposing throughout the facility or for relocation purposesChairs must have a minimum of 12 year manufacturer’s warranty Covered 5-star base Tested and warranted for use by persons up to min. 300 poundsSeat depth that adjusts the seat depth from min. 17" to 19"Height /width adjustable arms adjust between 6 – 11 inches Tilt limiter to control back ward recline and prevent tipping over. Heavy duty arm pads of polyurethane foam Arm pads – non- coated User adjustable lumbar support device on outer back – adjustable to min 4.5 inches vertically for varied user’s sizesSeat and back with nylon woven mesh and durable plastic edge casing to secure mesh 2 ?” braking caster, black yoke, hard floors or carpet, for security from users falling from the chairChair seats, backs, and tilt covers to be manufactured with a fire-retardant additive: min. 1" in depth Bookcases Full-frame, solid bent, formed, stamped, and rolled steel construction 22-gauge steel Smooth paint on smooth steel in soft white finish-LUHeight and width dimensions consistent with filing systems to line up appropriatelyAdjustable leveler glidesLateral Filing SystemKeyed to Existing modular stations in each section200 keys series, UM series Full frame, solid bent, formed, stamped and rolled steel construction 22-gauge steel Double wall drawersThree quarter or full extension drawer glidesSmooth paint on textured steel Centered weighted baseFront to back or side to side filing with rails for handing foldersAdjustable leveler glides1-1/2” high baseDouble-door Storage UnitsShall meet or exceed ANSI/BIFMA standards and guidelinesShall have painted shelves which adjust vertically in 2” incrementsShall have 4 adjustable glides for leveling with 7/8” adjustmentStorage unit steel finish shall be powder coatedPulls shall be full width for safety purposesUnits shall be capable of keying alike and master keying to other componentsDouble-door units shall be available inDepth: 18-1/4” To fit within space allowancesWidth: 36” To fit within space allowances3- adjustable shelves and 1 fixed total of 4 shelvesPack Double Door File constructionCase base wrapper shall be 21-gauge cold rolled steelDoors shall be 20-gauge cold rolled steelKeyboard tray 19” track with a 20” aluminum tray with swivel mouse trayUnder table top mounting space has a limited mounting surface sizes below are exact. Mounted track will be oriented along the width of the surface instead of depth. TL mechanism requires just 10” of space to install, the mechanism folds back on itself for space limiting work areas.Stack Chair Molded seat and back are injection molded, glass filled polypropylene, textured, integral color nylonBack attached to frame with lock fit between arm plug and arm support, flexible back that is perforated and contoured The frame shall be made of 7/8” diameter 16-gauge tubular steel and finished with a powder coat paint, Back has molded in handhold to assist user in moving and stacking of chair.4 leg base with glides Lightweight, mobile and stackable up to 6 highFixed arms: die cast aluminum finished with powder-coat epoxyArm pads shall be made of synthetic rubber Rated for 300 pounds Storage TowerTower will provide wardrobe, storage and vertical drawers in a min. of nine heights, 1 width and 1 depth.Tower will provide a minimum 4 pull styles on a metal frontTower will provide locks as standard Finish coat shall be backed enamel or electrostatic epoxy powder coat Locks shall have a removable lock core, locks shall be available keyed alike, lock bar must be 18-gauge steelTower shall be a min. of 22-gauge steelDrawer will be of a minimum of 20-gauge steel with 16-gauge steel ball bearing slidesDrawer fronts shall have a full width applied pull Interior vertical members shall be 20-gauge steel Round Table18-gauge steel tubing Steel single column with a four-leg x base 29.75" overall height, 36” roundEdge: Urethane is molded to the laminated core Laminate top and matching urethane edge 7) Performance Monitoring: Not Applicable 8) Security Requirements: Manufacture will be badged by PIV and escorted on campus to site of install. No VA Sensitive information or connection to the Hines network will be required for execution of this contract.Other Pertinent Information or Special Considerations.Packing and Shipping Instructions: Deliver to Warehouse BLDG. 220 at Edward Hines VA Hospital, 5000 S. 5th Ave., Hines, IL 60141 Contractor shall provide all labor, material, equipment, technical/maintenance manuals, delivery, and accessories necessary to provide and deliver all items defined herein. All items as stated on the award/purchase order are to be delivered F.O.B. Destination.Destination charges are to be included in the contract price.9) Risk Control: Not Applicable 10) Guarantee/Warranty: The Manufacturer/Seller warrants the products it manufactures against defects of material and workmanship under normal use and service. 12) Deliverable/Installation Schedule: The contractor will provide safe and timely delivery of all materials as outlined. Delivery will be performed during normal business hours: Monday through Friday 8AM-3PM.*See Note 13) Policy/Procedures: Installers are to conduct themselves in a professional manner; respect for patient care and privacy is to be maintained always. Contractor is responsible for providing all parts and required per specs, for any discrepancies in parts or quantities, please contact the Contracting Officer prior to ordering.14) Delivery: 30 Days from receipt of order. *Note: Delivery is to be coordinated in advance with Mary Tucker 708-202-8387 ext. 20919.Award shall be made to the quoter whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: Price.??The full text of FAR provisions or clauses may be accessed electronically at and . The following RFQ provisions apply to this acquisition:FAR 52.212-1, “Instructions to Offerors–Commercial Items” (Jan 2017) Addendum to FAR 52.212-1, Gray Market Prevention Language:(a) Gray market items are Original Equipment Manufacturer’s (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. (b) Vendor 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.(c) 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.FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items” (Nov 2017)Offerors must complete annual representations and certifications on-line at in accordance with FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items.” If paragraph (j) of the provision is applicable, a written submission is required.The following contract clauses apply to this acquisition: FAR 52.212-4, “Contract Terms and Conditions–Commercial Items” (Jan 2017)FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders” (Jan 2018)The following subparagraphs of FAR 52.212-5 are applicable:52.222-3, Convict Labor (June 2003).52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018).52.222-21, Prohibition of Segregated Facilities (Apr 2015).52.222-26, Equal Opportunity (Sep 2016).52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014).52.222-50, Combating Trafficking in Persons (Mar 2015).52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).52.225-1, Buy American--Supplies (May 2014).52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management (Jul 2013).(End of Clause)52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013).852.203-70, Commercial Advertising (Jan 2008).852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (Jul 2016)(Deviation)852.246-71, Inspection (Jan 2008).852.232-72, Electronic Submission of Payment Requests (Nov 2012).End of Provisions and Clauses SectionThis is an RFQ for products as defined herein.?The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."OR"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"Quoter shall list exception(s) and rationale for the exception(s).All quotations shall be e-mailed to parris.weidenbach@.Submission shall be received not later than 4:00 p.m. EST on 12 July 2018. Late submissions shall be treated in accordance with the RFQ provision at FAR 52.212-1(f). Any questions or concerns regarding this RFQ should be forwarded in writing via e-mail to the Contracting Officer – Parris S. Weidenbach @ parris.weidenbach@ Point of ContactParris S. Weidenbach, 414-844-4895, parris.weidenbach@ ................
................

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

Google Online Preview   Download