The RFP Database
New business relationships start here

STORAGE & DESKS (VA-19-00077029)


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

Page 2 of 2

COMBINED SYNOPSIS/SOLICITATION NOTICE 36C26219Q1343

Responses are due by (noon) 12:00pm Pacific Standard Time (PST) on September 19, 2019

COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-87, dated March 07, 2016. The North American Industrial Classification System (NAICS) code for this requirement is 337211 Size Standard 1000 Employees.

Solicitation 36C26219Q1343 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) contract.

The Department of Veterans Affairs San Diego Healthcare System has a requirement for Storage and Desks. The Contractor shall furnish all supplies/services at:

Department of Veterans Affairs
VA San Diego Healthcare System
3350 La Jolla Village Drive
Campus Area
San Diego, CA 92161

This solicitation is for brand name (exact match) only and offerors shall be an authorized distributor by the manufacture and must be able to offer full manufacture warranty all at a fair and reasonable price that provides the best value to the Government.

OFFEROR MUST BE ABLE TO DELIVER ALL LISTED ITEMS WITHIN ONE-HUNDRED AND TEN (110) DAYS AFTER RECIEPT OF ORDER (ARO).

Submitting Quotes: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS number and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management (SAM) at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items.

Submit all questions to robert.hutchison1@va.gov no later than September 17, 2019 by 9:00am PST. Ensure to reference solicitation # 36C26219Q1343 within the subject line of the email.

Quotes must be received by September 19, 2019 by (noon) 12:00pm PST. Email your quote to robert.hutchison1@va.gov. Ensure to reference solicitation # 36C26219Q1343 within the subject line of the email. Quote(s)/Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award.

CLAUSES






FAR Number
Title
Date
52.209-6
PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
AUG 2013
52.212-4
CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
FEB 2012
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012)
AUG 2012
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT
JUL 2013
52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
52.233-1
DISPUTES
MAY 2014
52.233-3
PROTEST AFTER AWARD
AUG 1996
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2012
852.237-70
CONTRACTOR RESPONSIBILITIES
APR 1984




PROVISIONS







52.212-1
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
APR 2014
52.212-2
EVALUATION--COMMERCIAL ITEMS
OCT 2014
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS
NOV 2014

















Scope of Work (SOW)

1.0 GENERAL SCOPE
The Veterans Health Administration (VHA) has a requirement for desk furniture and medical supply storage for San Diego 4 West water leak project that meets the VHA specifications high-quality threshold while integrating excellent environmental stewardship.
This requirement includes office furniture, designs/drawings and professional installation. The VHA Point of Contact (POC) and Interior Designer on this contract is Breanna Valdez at Breanna.valdez@va.gov.
Healthcare furnishings include, height adjustable workstations and related services.
The contractor shall provide all labor, materials, equipment, transportation and supervision necessary to satisfy the requirements of this SOW.
2.0 PERFORMANCE REQUIREMENTS

The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications.

Furniture delivery, 3350 La Jolla Village Dr. San Diego, CA, will be required once construction is completed in the facility, currently estimated to be during the month of December 2019.
Warehouse hours will be 7:00am 3:00pm PST. The Government recognized U.S. holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday.

The contractor shall:

Coordinate and provide project management of all products and services to manage, design, order, ship, deliver, assemble and install new furniture from the manufacturer until final acceptance by Breanna Valdez Breanna.valdez@va.gov.

Provide maintenance manuals for all products specified.

c. Develop scheduling requirements to include planning, manufacturing, project management assembly and installation.
3.0 KICKOFF MEETING
The prime contractor(s) shall participate in a kickoff meeting within ten (10) days of contract award, in person at 3350 La Jolla Village Drive. San Diego, CA 92161, or by phone at (858) 642-6250. Time and date will be determined by VHA POC.

4.0 SUBMISSION OF QUOTATION

Quote Submission: Contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of:


Volume 1: (Technical)

Complete manufacturer s product specifications
Quantity of man hours for assembly/installation and designs/drawings
Product literature
Physical finish samples (when requested)
Warranty information
Self-certifying statement confirming ability to meet project deadlines Volume 2: (Pricing)
Price quote shall include separate line items as detailed below in section 7.0. All pricing shall be quoted F.O.B. Destination (Include shipping costs in the line item pricing).

Submissions can be sent in multiple emails to avoid computer system email size limitation, to the contracting office. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote.

5.0 EVALUATION CRITERIA
Quotes will be evaluated on:
Complete product literature detailing each line items specifications which meets all salient characteristics listed herein
Services appropriate to the SOW
Lowest price, brand name only offer
6.0 SERVICES
Design Requirements After Contract Award

The contractor shall attend a minimum of two (2) in-person meetings at the main facility in San Diego to review final award with VHA Interior Designer to make any necessary revisions or finish selections.
During first meeting the contractor shall provide the VHA Interior Designer with the appropriate specifications and finish samples.
The contractor shall be responsible for providing all sample materials for awarded products (2-Day Delivery) as requested by VHA Interior Designer.
The contractor shall be responsible for taking and applying accurate field measurements to ordered products for verification of correct sizing. Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Contractor shall be liable for any incorrect field measurements leading to incorrect product orders. The contractor shall allow for three (3) revisions per line item included in design services including updating Auto-Cad Drawings and/or PDFs as request by the VHA Interior Designer.
The contractor will be required to provide basic design services and layout for furniture being requested under this SOW. All designs of furniture layouts, including original designs and any subsequent redesigns, must be accomplished by a qualified professional Interior Designer.
The products must not be placed into production without clearance from the VHA POC.
The contractor shall track manufacturing schedules and notify VHA Interior Designer with updates of estimated completion date by email.
The contractor shall attend a post-installation meeting to assess, address and document any punch-list items, and shall submit to the VHA Interior Designer a remediation plan within five (5) business days.
The contractor shall provide thirty (30) days free storage.
Contract Installation Requirements

Contractor is required to provide installation drawings for furniture purchased.

Contractor shall place all orders, track orders, schedule deliveries and coordinate trucks with the manufacturer for manufacturing and delivery according to VHA project schedule.

Contractor shall be responsible for all field measurements whether in existing spaces or new construction spaces. Contractor shall not rely on AutoCAD drawings for final measurements.

Contractor shall perform installation services per delivery order SOW.

Contractor must have a project manager/lead installer based on this project size. Project manager/lead installer must have experience performing installation services in healthcare facilities. Letter of recommendation will be requested.

Contractor shall provide all necessary materials, equipment, labor, supervision, and management to: (A) coordinate delivery: (B) load and unload; (C) place/install items in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VHA premises.

Delivery

Contractor shall contact the VHA POC at least fourteen (14) business days prior to the start of work/shipping to ensure that the building is ready for install.

In the event there is a delay in delivery, Contractor must notify the assigned VHA POC immediately in writing, preferably via email.

Contractor shall provide the VHA POC with scheduled date/s and time/s that the delivery truck/s will be arriving at least a minimum of twenty-four (24) hours in advance.

Contractor must ensure that the driver of the delivery vehicle has copies of the Bill of Materials/Delivery Orders and shall not attempt to deliver any items before the scheduled delivery date and time.
Receiving and Unloading
If the Contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor will be responsible for moving these items to a secure location, until the next available work day. The Contractor will be responsible for moving the items from the overnight storage site to its designated position in the building.

The Contractor shall verify and inspect all items. Any and all deficiencies (damage/overage/shortage) shall be brought to the attention of the assigned VHA POC in writing, preferably via email, immediately upon identification.

The Contractor shall store damaged items in the location designated by the VHA POC. The Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the VHA POC on a daily basis.

Contractor shall repair or coordinate with the VHA POC for replacement of damaged, defective, or missing items.

Assembly and Final Acceptance

Contractor shall be responsible for all safety and security guidelines within the area in which work is being performed, to include securing any contractor-owned tools or equipment, and any on-site storage being utilized.

The contractor shall install all items in accordance with each requirement statement and basic component floorplan, panel plan and electrical plan, designed and provided by the contractor with each delivery order.

Contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions.

Contractor shall prevent its personnel from entering any area other than the designated work area.

The Contractor shall maintain a means of egress within all designated work areas to comply with fire codes.

Contractor shall inspect to ensure that the furniture is free of surface dirt, clean and polished, free of defects, and that the installation is complete and ready for use.

The Contractor shall do a final walkthrough with the VHA POC and provide a punch list before releasing crew for the day.

Jobsite Cleanliness

Contractor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all items installed under this contract.

Final acceptance by the Government will not occur until all installed items have been wiped cleaned and debris/dust connected with installation is removed from the VHA site.
Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility.

Packing materials will not be stored in the buildings for any period exceeding twenty-four (24) hours.

The Contractor shall ensure its personnel eat, drink and smoke only in designated areas.

Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the Contractor.

Warranty Items

Product warranties shall start on the date of acceptance of the products/services by the Government VHA POC.

The Contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor.
7.0 PRODUCTS
General

All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing.

See below and attached MTRs for product specifications.


PRODUCTS

Item
Description
Qty




Reception

1
Desk (HAW3)
3
2
Dual Monitor Arms (CS2)
3
3
Key Board Trays (CS1)
3
4
Storage Lockers (LK2)
2




Office 4045

5
Desk (HAW3)
4
6
Mobile Pedestal (MSS2)
4
7
Dual Monitor Arms (CS2)
4
8
Keyboard Trays (CS1)
4




Hallway 4040

9
Lockers (LK2)
5




Storage

10
Double-wide Supply Cart (CM3)
5
11
Single-wide Supply Cart (CM3)
5




Overall Project

12
Designs/Drawings
1
13
Assembly/Installation
1
The following items are being requested (Brand Name ONLY):

RECEPTION AREA:
Watson per below and attached MTR s:
Qty 3; Seven Rectangular Desk, 23 D x 59 W ; SNREC2359-7Z- Q
Power: Standard Power (2Duplexes/user)
Surface Finish: River Cherry
Edge Type 90 Trim
Edge Finish: River Cherry
Embedded Switch
Grommet (2 B= D , Centered x 2 B> )
Surface Interlock Assembly
Two leg desk
Cable drop in leg
Base Type: Seven Standard Electric (28-47.5 )
Powder Finish: Fashion Grey
Column Finish: Fashion Grey
*Desk only


ESI per below and attached MTR s:
Qty 3; ESI Edge Dual monitor arms, EDGE2-SLV
Gas spring arm
Desk clamp and grommet
Silver Finish


Humanscale per below and attached MTR s:
Qty 3; Humanscale 550 Keyboard system, 6G550-F22
6G Standard black mechanism
Big compact platform
No mouse platform
Palm support- 19 Foam with synthetic, leather cover
Track Length- 22

Watson per below and attached MTR s:
Qty 2; Storage; Zo, Zone Two (special size) WZ2L201278-L- R- K
12 W x 20 D x 78 H
Hinge on right side, left hand
Weight 62lbs
Digital lock resident
Pull: Jota; color silver
Laminate Face: River Cherry
Laminate Case: White
Zone Locker Risers
Slope top



OFFICE 4045:
Watson per below and attached MTR s:
Qty 4; Seven Rectangular Desk, 23 D x 53 W ; SNREC2353-7Z- Q
Power: Standard Power (2Duplexes/user)
Surface Finish: River Cherry
Edge Type 90 Trim
Edge Finish: River Cherry
Embedded Switch
Grommet (2 B= D , Centered x 2 B> )
Surface Interlock Assembly
Two leg desk
Cable drop in leg
Base Type: Seven Standard Electric (28-47.5 )
Powder Finish: Fashion Grey
Column Finish: Fashion Grey
* Desk Only

Watson per below and attached MTR s:
Qty 4; Storage; Zo, Sidecar ZSCT241020-L
10 W x 24 D x 20 H
Factory Installed lock
Laminate Face: River Cherry
Laminate Case: White
5 wheels



ESI per below and attached MTR s:
Qty 4; ESI Edge Dual monitor arms, EDGE2-SLV
Gas spring arm
Desk clamp and grommet
Silver Finish


Humanscale per below and attached MTR s:
Qty 4; Humanscale 550 Keyboard system, 6G550-F22
6G Standard black mechanism
Big compact platform
No mouse platform
Palm support- 19 Foam with synthetic, leather cover
Track Length- 22

HALLWAY 4040:
Watson per below and attached MTR s:
Qty 5; Storage; Zo, Zone Two (special size) WZ2L201278-L- R- K
12 W x 20 D x 78 H
Hinge on right side, left hand
Weight 62lbs
Digital lock Guest
Pull: Jota; color silver
Laminate Face: River Cherry
Laminate Case: White
Zone Locker Risers
Slope top



STORAGE:
Herman Miller per below and attached MTR s:
Qty 5; Double wide Cart, CT47210FLU
2 20 - Wide Sections
72 high
72 high flat top
Full Spine
Surface Finish: Soft White
Drawers:
(Qty 10 total, 2 per double wide cart) CT50109LU 9 drawer no lock, soft white
(Qty 20 total, 4 per double wide cart) CT50106LU- 6 drawer no lock, soft white
Wire Shelf:
( Qty 15 total, 3 per double wide cart) CT526 20 Wide, double wide cart
Door:
(Qty 10 total, 2 per double wide cart) CT707272KLUTR 20 double wide cart, 72 H, Keyed alike, Soft white door frame, Clear door insert finish.

Herman Miller per below and attached MTR s:
Qty 5; Single wide Cart, CT17210NLU
24 - Wide
72 high
72 high flat top
Surface Finish: Soft White
Drawers:
(Qty 10 total, 2 per single wide cart) CT51106LU 6 drawer no lock, soft white
Wire Shelf:
( Qty 25 total, 5 per single wide cart) CT521 24 Wide cart
Door:
(Qty 5 total) CT717172KLUTR 24 wide cart, 72 H, Keyed alike, Soft white door frame, Clear door insert finish.





ATTACHMENTS

Attachment Copy of MTRs

Hutchison, Robert
robert.hutchison1@va.gov

robert.hutchison1@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP