A.1 ATTACHMENT 1 - STATEMENT OF WORK

?

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 2010NTURNKEY PROJECT FOR FURNISHINGS OF CLINIC RENOVATIONVAMC FAYETTEVILLE, NC23667VA246-17-Q-071806-01-201760N14337215Department of Veterans AffairsNetwork Contracting Office 6100 Emancipation DriveHampton VA 23667VA MEDICAL CENTER (565)2300 RAMSEY STREETFAYETTEVILLE, NC28301USAdarla.hurlock@Contracting OfficerI. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Subpart 13.5. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All vendors shall be registered at HYPERLINK "" . Any amendments issued to this solicitation will ONLY be available on the FBO website ( HYPERLINK "" ).II. This solicitation is issued as a request for quotation (RFQ); submit written quotes on RFQ number VA246-17-Q-0718. This solicitation is a request for Turnkey Project of Furnishings for Clinic Renovation, to be delivered and installed at the Department of Veterans Affairs Medical Centers (VAMC), 2300 Ramsey Street, Fayetteville, North Carolina 28301, which meets the requirements within this solicitation. All equipment shall be new and under warranty.III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.IV. This solicitation is set-aside 100% for Service-Disabled, Veteran-Owned Small Business (SDVOSB) concerns. The North American Industry Classification System Code is 337215 and the size standard is 500 employees.V. This combined solicitation/synopsis is for procurement of the commercial supplies indicated below. The salient characteristics applied to this procurement are published in the attached Statement of Work (Attachment 1). Note there are three (3) attachments to this solicitation (#1-SOW; #2-Equipment List; #3-Floor Plan).CLIN #QuantityDescription000110Artwork; approximate dimension of 30x24, plexi-framed photographic images.00022Artwork; approximate dimension of 18x24, framed photographic images from SDVOSB photographer.00031Accessory items per attached detailed equipment list (Attachment 2) and technical specifications of SOW (Attachment 1).00041Seating per attached detailed equipment list (Attachment 2) and technical specifications of SOW (Attachment 1).00051Storage shelving, files, and C lockers per attached detailed equipment list (Attachment 1) and technical specifications of the SOW (Attachment 1).00061Tables per attached detailed equipment list (Attachment 2) and technical specifications of the SOW (Attachment 1).00071Office desks per attached detailed equipment list (Attachment 2) and per technical specifications of the SOW (Attachment 1).00081Installation00091Project ManagementVI. Description of requirements for the items to be acquired may be found in the equipment list (Attachment 2).VII. Required delivery within 120 days of award. DELIVERY SHALL BE F.O.B. DESTINATION; estimate your freight charges and incorporate into your pricing at time of quote, as no add-on freight charges after delivery will be paid. VIII. FAR provision 52.212-1 Instructions to Offerors -- Commercial Items (JAN 2017), applies to this acquisition. The Government intends to award a firm, fixed priced contract to the responsible vendor whose quote, conforming to the requirements in this request for quote, will be most advantageous to the Government. A Lowest Price, Technically Acceptable award will be made based on the evaluation of technical experts. Technical acceptability shall be evaluated on a pass/fail basis considering the following evaluation criteria:1- All proposed products meet the salient characteristics (including dimensions) of the Statement of Work (Attachment 1); and2- Past performance which indicates sufficient capability to meet the requirement. Provide two contracts awarded within three (3) years of similar size/scope, including point of contacts, email addresses, and telephone numbers.Provide sufficient detailed documents with the quote (narrative and/or diagrams) to ensure technical acceptability can be determined (limit of 15 pages). Questions shall be submitted to the Contracting Officer via email at HYPERLINK "mailto:darla.hurlock@" darla.hurlock@ no later than 8:00a.m. EDT on Tuesday, April 25, 2017. Questions and responses will be published as an amendment to the solicitation on or around May 2, 2017. IX. FAR clause 52.212-2, Evaluation-Commercial Items, is not applicable to this acquisition. VAAR clause 852.273-72?Alternate Evaluation (JAN 2003) is applicable to this acquisition.X. The vendor shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with the quote. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certifications electronically at HYPERLINK "" . XI. FAR clause 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. he following FAR clauses, as addenda, are also applicable to this acquisition: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011); 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEV 2015-02); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013). The following VAAR clauses, as addenda, are also applicable to this acquisition: 852.203-70 Commercial Advertising (JAN 2008); 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008). XII. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.203-6; 52.204-10; 52.209-6; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.222-50; 52.223-18; 52.225-13. XIII. The following FAR provisions apply to this acquisition: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015); 52.204-22 Alternative Line Item Proposal (JAN 2017); 52.214-21 Descriptive Literature (APR 2002); 52.216-1 Type of Contract (APR 1984). The following VAAR provisions apply to this acquisition: 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.273-70 Late Offers (JAN 2003).XIV. Quotes are required to be received by the Contracting Officer electronically via email no later than 8:00 A.M. EDT on June 1, 2017; all quotes shall be emailed to HYPERLINK "mailto:darla.hurlock@" darla.hurlock@. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file.A.1 ATTACHMENT 1 - STATEMENT OF WORKTurnkey Project for Clinic Furnishings with InstallationVAMC Fayetteville, NCDescription: The VA Medical Center in Fayetteville, North Carolina requires furnishings to equip a newly remodeled Surgery wing at the facility located at 2300 Ramsey St., Fayetteville, NC. This procurement is for the provision and installation of furniture, office accessories, and artwork to complete new renovation in the main hospital. In addition to providing product that meets the governments requirements, specification, receiving, installation, debris removal, and project coordination will be required of the selected plete technical specifications shall be submitted with all product. After award, vendor should be prepared to submit finish and fabric options for all products for designers pre-selection, followed by physical samples (not printed or web based) of designer requested samples. NO ELECTRONIC DEVICES, TELEVISIONS, OR COMPUTER/PERIPHERALS ARE REQUIRED BY THIS SOLICITATION, and shall not be included in any CLIN designated by unit of measure as ‘Lot’.Minimum Technical Requirements/Salient Characteristics: Vendor shall provide supporting documents to justify the proposed products meet the following minimum salient characteristics, standards, and features:GeneralMeet or exceed current ANSI/BIFMA standards for commercial office furnishings.On GSA Contract and on FSS ScheduleDemonstrate achievement of ISO9000 production facility standards, satisfy at least 70% of the VA Green Initiatives, and preferred to meet BIFMA LEVEL Standards for manufacturing, sustainability, worker environments, and community involvement. Manufactured in the United States of America with limited foreign componentsEnsure product availability for a minimum of 7 years from date of purchaseRefer to VA standards of Infection Prevention for best practices to be applied to the selection of furnishings choices to include elimination of crevices, ease of cleaning surfaces, durability and resistance to scratching or chipping, lack of exposed rough surfaces or attaching hardware, moisture barriers, and lack of pinch points. Individual product specifications should be submitted for the interior designers review of quality prior to award decision. Information is to include thicknesses, gauges, and composition of primary materials; joining methods; environmental information pertaining to the product and manufacture; as well as finish selections available. Please see individual product lines for feature descriptions of each item. Healthcare Modular Tandem Seating and End TablesCoordinating line of 1, 2, and 3 seat, bariatric, and freestanding and connecting tables.Frame of solid hardwood fastened to 10 gauge or better steel sub-frameUpholstered seat with 3: thick or better high resiliency polyurethane foam over reinforced plastic seat pan. Other seat pan construction may be considered.Upholstered back with ?” thick laminated plywood substructure and 4” thick or better high resiliency polyurethane foamAvailable with rocking motion backField replaceable seats, seat and back upholstery covers, and armsRounded Polyurethane arm cap with grip arm front extensionWall saver leg standard with millwork joinery and front reinforcingNylon non-marring glide with threaded steel insertHip Chair at 24” seat height and with footrest. Leg style may vary for stability. Tables of solid hardwood leg and apron with HPL top and threaded nylon glideStandard weight rating to 500 lbs., Bariatric to 750 lbs.Warranty- 10 years materials and workmanship or better; 2 years finishes Seating- Nesting ChairsFlip up seat to allow for nestingFrame- cold rolled 13 gauge, 1” tubular steel or better with welded stretcher bars. Metal to metal connections.Seat of 2 piece molded contoured plywood and polypropylene outer shell. All fasteners to be concealed. Other construction detail may be considered.Field replaceable upholstered seat of PVC/latex free molded high density foam, 1.75” thick or better.Poly contoured back.Armrests of reinforced nylon. Silver Metallic powder coat frame Dual wheel hooded caster for carpet and threaded steel insertMeet Cal. 117 and ANSI BIFMARated to support up to 300 lbs. or betterWarranty- 10 years materials and workmanshipSeating- Bariatric Stack 30” w inside seat dimensionFrame- cold rolled 16 gauge, 1” tubular steel or better with welded stretcher bars. Metal to metal connections.Seat of 5 ply 15/32”thick plywood OR reinforced Poly Shell . All fasteners to be concealed. Alternate construction method may be considered.Upholstered seat of urethane high density foam, 2.5”” thick or better.Upholstered contoured back with 2” thick high density foam over ?” or better padded outer back.Armrests of reinforced nylon. Silver Metallic epoxy powder coat frame 4 leg design with nylon glides.Cal. 117 and ANSI BIFMARated to support up to 500 lbs. or betterWarranty- 10 years materials and workmanshipSeating, Ergonomic TaskSeat SlidePivot, height and width adjustable armAdjustable lumbarBleach solution cleanable mesh backWaterfall seat front edgePneumatic height adjustableDual wheel carpet caster with threaded steel insertSeating, Ergonomic Provider Stool19”-34” height adjustment polished aluminum rounded baseSealed underpanErgonomic seat and back with adjustmentsOptional arms that can be removed with a lever in the field. Foot ringBleach solution cleanable mesh backWaterfall seat front edgePneumatic height adjustableSoft wheel single 3-4” caster Available with hands free height control option (foot pedal)Meet CAL 117Weight rating to 300 lbSeating, Lounge ChairsHealthcare grade seating for lounge chair applicationVertical clean outsHard surface or antimicrobial wood finished arm capsReplaceable seat and cushionReplaceable outer frame upholstery2-3” wood finish footGrade 7 woven Crypton fabricSeating, Recliner Non-MedicalHealth care grade recliner with field replaceable, recoverable componentsWall saver compact designVertical clean out spaces at seat rear and sidesSeating, Recliner, Medical GradeHealth care recliner with the following options: Trendelenburg positioning, massage and heat, fold away table, caregiver assist reclining control, locking single wheel soft casters, push barVertical clean out spaces at seat rear and sidesField replaceable, recoverable componentsModular CasegoodsFlexible modular benching type table based system with storage, electrical raceways, and tool rails as typical components. Metal storage components are preferred. All product is to be reconfigurable and non-handed with the exception of curved corners, shaped P tops, and other tops with curved design. Laminate surfaces shall be a minimum of 1-3/16" or better HPL (high pressure laminate), and have a 3mm PVC rim, MDF, or veneer rim options with a balancing backer sheet.All joints shall be securely fastened by screws, dowels, and fasteners to ensuremaximum strength, per standard AWSI quality guides and provide metal to metal connections.Adjustable leveling glides will be standard on all components that meet the floor.Back panels shall be fully finished.Drawers shall have five-sided construction with full extension ball and bearing glides and allow for easy removal/replacement of drawer fronts with dust bottom divider? Option of several open metal support legs.Opus Consult WallRefer to Steelcase Health technical specifications Refer to drawing for components to include half round consult worktable, light bridge over table, 2- 24”w vertical shelving units, and full back panel for mounting of VA supplied monitor with cable routing and grommets. Tables, Flip Nest Base- 1.5” tubular steel frame and 1.25” dia leg or better with epoxy powder coat painted finish. Adjustable height base from 23”-32” in 1” increments, pin adjustment - 1-1/4” or better high density particleboard core with HPL surface and phenolic backer sheet.Modesty panel- 8.5”h x?” or better thick particleboard with matching HPL surface with vinyl t-mold trim. Other design can be considered.4- 3” dia dual wheel swivel caster; 2 locking and steel threaded stemsPower supply and receptacles- UL listed single power module with (1) duplex receptacle and (1) USB power port per table, center mount. Flush mount with 9 ft 3 wire conductor 120v, 15Amp power supply for every 2 tables, and jumper to supply adjoining table. PVC extruded plastic cord management trough and 2 vertical wire managers per table.Warranty-10 year materials and workmanship.Wall Technology Stations51” total height adjustment range (sit to stand); with ball joint extension armIndependently adjustable monitor and keyboard armsExtension of minimum 36” monitor arm extension and 40 degrees of swivelExtension of minimum 47” keyboard platform extension and 40 degrees of swivel; 15 degree negative tilt Integrated mousing on keyboard platform with cord keeper Adjustable with less than 1 lb of forceStable, non-bounce keyboard platform/mousing surfaceFold and store platforms to 8” of wallIntegrated cord concealment and access channelsWall mounted CPU available optionWarranty: 5 year parts and laborBulletin Board, EnclosedHeavy gauge satin aluminum frame- contemporary thin, rounded edge profileTackable fabric back panelSliding 3/16” or better tempered glass door with finger pull and lock3.5” total overall depth or lessZ bar hangers and installation hardware included as standard Marker BoardsDiecast aluminum base with powder coat paint finishExtruded aluminum marker trayDouble-sided non-ghosting magnetic whiteboard of 28 gauge LCS marker board with honeycomb core4 locking casters Steel adjustable width paper pad bracketsBrochure holderClear break resistant acrylic with spring tensioned literature front supportConnecting units of tri-fold and letter size Wall mount hardware included standardBlack or colored backgroundTrash ReceptaclesOffice Desk Side Receptacles:12-13 quart, recycled content black plastic moldedStainless steel Receptacles:Hands free foot pedal operationSlow close lidPuncture resistant plastic constructionGood or better Chemical resistant material20-22 GallonRegulatory Signs?” plastic engraved signs with various sizes and text – average of 4”x6” size.Some signs will require OSHA color backgroundText will determine final sizeFont- Helvetica MediumMount to wall with double stick mounting tapeClocks12-14” Radio ControlledSlim line high impact plastic case, standard blackClear plastic faceClear easy to read numbersSecond hand sweepBatteries included and insertedMedical Supply ShelvingChrome plated steel corrosion resistant constructionType 304 stainless steel corners with polymer posts connectionsAdjustable height shelvesIndividual shelf weight capacity of 400 lbs or better1” adjustable heightStandard with dish machine washable polymer shelf mat for lower shelfStandard with single wheel 2.5” locking casterStainless Steel Clear view Medical Supply Cabinet18”dx42”w cabinet with 5 adjustable height interior shelvesLocking doors with acrylic clear view full height inset in doorNylon rust resistant glidesMobile Aisle Medical Supply ShelvingChrome plated steel corrosion resistant constructionType 304 stainless steel corners with polymer posts connectionsAdjustable height shelvesIndividual shelf weight capacity of 400 lbs or better1” adjustable heightStandard with dish machine washable polymer shelf mat for lower shelfBack to back units with clear end panels measuring 60”wx18/36”dLow profile track with ratchet assist manual operationEmergency stop to obstruction featureTrack and shelving designed for sterile environmentArt workMust use approved SDVOSB photographers images for 80% of workStandard with simple wood molding frame and double matAcrylic glazingDust paper backSecurity hanging hardwareInstallation by trained crew.Non-archival mattingStated sizes are finished size- not image sizeInstallationWork shall be performed by experienced crews with a foreman of at least one year experience on site at all times. Crews shall carry identification and to wear an identifying shirt, badge, or cap of the company while on site. Crews shall adhere to all VA regulations for contractors. Profanity, fighting, drinking, and drugs are cause for removal from the job. Product shall be received and inspected at time of delivery by the vendor. The VA will not receive trucks, provide equipment of any sort, or unload product. Product shall be delivered and staged at the jobsite per a pre-arranged plan with the VA point of contact.Product shall be leveled and receive a final wipe down by the installation crew. All accessories and tool rails shall be installed with task lights plugged in and tested.All cartoning shall be removed to the vendors location or disposal site and floors left clean after removal.Delivery Requirement: This requirement shall be installed in a single phase beginning approximately on November 15, 2017 over 14 days, during normal working hours. Access is via street level and requires a lift gate delivery to a single story, single occupant building. Transport dollies will be required to move product and floor/wall protection shall be used to protect the job site. The vendor shall schedule and meet all trucks for receiving of product. VA will NOT receive or unload trucks, and VA warehouse dock facilities shall not be used. (End of SOW)A.2 ATTACHMENT 2 - EQUIPMENT LISTSee attached document: Attch 2 - Equipment List.A.3 ATTACHMENT 3 - FLOOR PLANSee attached document: Attch 3 - Floor Plan for Vendors. ................
................

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

Google Online Preview   Download