The RFP Database
New business relationships start here

Pittsburgh VA Medical Center Conference Room Furniture


Pennsylvania, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Purpose and Objectives:

The intent of this Sources Sought Notice is to identify potential offerors capable of providing conference room furniture. These are for the Pittsburgh VA Medical Center in Pittsburgh, PA 15240. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document.

Responses should include the following information: Verify that the business is under 7110 of the North American Industry Classification System (NAICS), Verification of Size Standard under the NAICS, Business name, address, Point of Contact, Federal Supply Schedule, and if the business has verification as a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business. All information is to be submitted via e-mail at Daniel.Johnson44@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 12:00 P.M. (EST) on Monday, August 20, 2018. No submissions will be accepted after this date and time. Questions can be submitted electronically to Daniel.Johnson44@va.gov.

This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.


VA University Drive Campus Conference Rooms



SECTION A:
STATEMENT OF WORK

The government is in the process of replacing the worn-out furniture in three (3) of the conference rooms at University Drive that includes furniture shown on the attached drawing.

This is a furniture and miscellaneous items requirement. It is essential that furniture required in the 10th, 11th and ground floors space be designed, delivered, staged/moved, and installed concurrently with the design. The furniture vendor must work with the build-out construction phase to coordinate the timely delivery and installation of furniture essential for government operational.

Upon award, the VA will require that the requested items are tagged by room number for ease of installation. A project manager or project designer and installation foreman must be onsite during installation.


























SECTION B:
Basis of Furniture Specifications

Refine and coordinate directly with vendor/manufacturers for staging/storage, moving and installation of the following furniture specifications to ensure a seamless turn-key furniture solution.

All furniture must have a minimum of a 12-year, 3-shift warranty.

Conference Rooms:
AE123
Tables Laminate w/Flip Top and nesting capabilities
Quantity:
84 x 24 5 EA
60 x 24 20 EA
Worksurfaces
Moderate open grain with matte finish
Tops are 1.125 thick for TFL
TFL worksurfaces are thermally-fused with a 3mm PVC edge
HPL and 3DL tops available
3mm edges are profiled on all 4 sides (except 3DL)
Underside support rails are standard on all 60"w and 72"w tops for support
Durable scratch-free matte finish on all units
Bases
Deuce, T, Arc or Orb static bases are made of tubular steel
Pnuematic, crank or electric height adjustable bases made of steel
Bases available on casters or glides

Seating Molded Plastic Task Chairs
Quantity 55 EA
Herman Miller Caper or equivalent with a
minimum of a 10-year warranty to include parts and labor.
Item Number: WC111P MC-G1-C9-SY
Caper Multi-Purpose Chair, Polypropylene Molded Seat and Back
No fabric or fabric like product will be accepted.
2 B= Braking caster, black yoke, hard floors or carpet
No Arms
Seat height can be adjusted over a 5" range, from 16" to 21 B="
Tested and warranted for use by people 300 pounds and under
GREENGUARD Gold Certified BIFMA levelB. 3 Certified
A 12-year, 3-shift warranty on parts and labor, including pneumatic cylinders, tilts, and all moving mechanisms.
feature swivel, tilt, and seat-height adjustment to support a broad range of activities

11 East & 10 Center
Quantity
60 x 24 12 EA
84 x 24 2 EA
Tables Laminate w/Flip Top and nesting capabilities
Worksurfaces
Moderate open grain with matte finish
Tops are 1.125 thick for TFL
TFL worksurfaces are thermally-fused with a 3mm PVC edge
HPL and 3DL tops available
3mm edges are profiled on all 4 sides (except 3DL)
Underside support rails are standard on all 60"w and 72"w tops for support
Durable scratch-free matte finish on all units
Bases
Deuce, T, Arc or Orb static bases are made of tubular steel
Pnuematic, crank or electric height adjustable bases made of steel
Bases available on casters or glides


Seating Basis of salient characteristics is Herman Miller Setu Multipurpose Mesh Chair
Quantity 30 EA
5-star base
2-1/2 casters
Standard height cylinder adjustments
Ribbon arms
Elastomeric material forms single seat and back
Polypropylene spine supports for natural support and movement


SECTION C:

DELIVERY:

Delivery [FOB Destination], installation/configuration of all furniture solution.

The University Drive delivery/install details are:
For Furniture delivery, only the freight elevator can be used. Passengers/Veterans get elevator preference.

All deliveries are by appointment only and must be scheduled via Interior Design. The dock is accessed on the West side of the building next to the ROB.B A lift gat is recommended for the delivery truck as to accommodate various dock styles.

The University Drive delivery/install details are:
For Furniture delivery, the combination freight/passenger elevator is available at no additional charge during normal business hours, which are 8:00am to 4:00pm, Monday through Friday.

All deliveries are through the loading dock off Brackenridge Street and must be scheduled 2 weeks prior to the delivery.B The loading area can be congested at times due to this upgrade, so the delivery truck needs to have a lift gate and be prepared to off load near the street and bring to site.

The contractor/vendor is responsible for protecting the building floors to and from the elevator to the workspace as well as inside the building. Masonite is required for all floors as well as door jamb and corner protection. All transport carts and wheeled equipment must be checked and verified to ensure damage is not made by them. Any damage done to the space must be repaired within 30 days at the furniture vendor s expense.

Deliveries must be scheduled through the interior design office before installation.B




SECTION D:

Contractor Identification Requirements:

All contractor and sub-contractor personnel who will be working on VA Property are required to obtain the appropriate VA Identification. Identification requirements are listed below.

Definitions:
Common Area An area of the medical center opens to unrestricted public access.
Construction Area An area of the medical center in which construction is being performed, and which is designated as a contractor s controlled work area, and which has been turned over for the contractor s exclusive use in completing project work. Areas such as electrical rooms, mechanical spaces, etc. which are accessed for periodic construction work but which are still maintained by VA are considered controlled areas.
Controlled Area Any area of the medical center that does not meet the definition of a Common Area.

SECURITY INFORMATION:

The COR is responsible for ensuring that all Contractors comply with physical security policies.

1. A compliant ID badge must be worn by Contractors at all times while on VA premises.

2. Contractor may not have access to the VA network or any VA sensitive information under this contract.

3. All Contractors must receive Privacy training annually using one of the following methods:

Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain.

Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information . Signed training documents must be submitted to the COR.

***Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR.



When a person leaves this project and no longer needs their ID, it must be immediately turned in to the COR. At the conclusion of this project, all IDs must be accounted for and turned in to the COR as a requirement for contract closeout. Final payment will be withheld until all IDs are returned or accounted for.
Under no circumstances are personnel permitted to take their ID with them to another VA Medical Center. IDs also cannot be taken to subsequent VAPHS projects. The ID issued for this project must be returned at the conclusion of this project.
All personnel must display their issued badge on the top half of their body (above the waist) at all times. Failure to do so will result in removal from the site until an ID is properly displayed.
If a Flash Badge or Non-PIV is lost, stolen, or if personnel fail to turn one in, a report must be filed by the contract superintendent with the VA Police who will in turn notify the PIV office. Contact the COR on the process to fill out an official report if necessary. If a contractor has a need for a replacement ID the process listed above shall be restarted for the appropriate ID at no additional cost to the government.
If any contractor personnel, for any reason, cannot obtain the ID required to accomplish their contract work, they will not be permitted to work on this project and must be replaced at no additional cost to the government with someone who can qualify for the required ID.
The VA will pay all costs associated with generating and producing the ID. As noted in the sections above the contractor is responsible, as part of their contract, for ensuring personnel and information are made available to the VA at the requested times to allow for timely processing of the ID. Labor hours incurred by the contractor as part of complying with this section are to be provided as part of this contract at no additional cost to the government. This includes any labor hours incurred because of lost/replacement IDs.


SECTION E:
Required Bid Package:
Include warranty and Greenguard Certification information for each manufacturer as well as proof that furnishings meet the spec (i.e. panel STC rating, etc ).
The quote should include a bill of materials with product total price.
After contract is awarded, (3) meetings with the vendor s designer and project manager, VA interior designer and End-User are required. The meetings may be held via a conference call. There will be revisions to the furnishings. Include 90 days storage in the quote price, show as separate line item.


SECTION F:

The Government will award this contract to the lowest price technically acceptable (LPTA).

Under LPTA, offeror will submit quote. The quotes are evaluated on a pass/fail basis against evaluation criteria that have been identified in the Request for Quote (RFQ). Award is made to the "passing" contractor with the lowest evaluated price or cost.
To be deemed technically acceptable, please provide all aforementioned information, plus the following:
Must meet the items described
Detailed specifications of the requested item(s).
Examples of past projects of equal or greater size.

Contract Specialist:
Daniel Johnson
daniel.johnson44@va.gov

Daniel.Johnson44@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP