Illinois Bids > Bid Detail

7195--Workbenches BioMed

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159819519519909
Posted Date: Sep 14, 2023
Due Date: Sep 17, 2023
Solicitation No: 36C25223Q0979
Source: https://sam.gov/opp/560f8860da...
Follow
7195--Workbenches BioMed
Active
Contract Opportunity
Notice ID
36C25223Q0979
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 14, 2023 08:34 am EDT
  • Original Date Offers Due: Sep 17, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7195 - MISCELLANEOUS FURNITURE AND FIXTURES
  • NAICS Code:
    • 337127 - Institutional Furniture Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Edward J. Hines, Jr. VA Hospital Hines , IL 60141-3030
    USA
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 (effective 06/02/2023).

This solicitation is Full & Open to all competition.

The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, Institutional Furniture Manufacturing with a small business size standard of 500 employees. The FSC/PSC is 7195, Miscellaneous Furniture and Fixtures.

Requirement

The Edward J. Hines, Jr. VA Hospital, located at 5000 S. 5th Avenue, Hines, IL 60141-3030 is seeking to purchase workbenches with power to include seating. Requirement is to provide Biomed (HTM) engineers and technicians with proper workbench furniture suitable for working on healthcare equipment for the facility. The contractor will provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of the requirement. Space has been preplanned, layout is critical, size of workbenches must meet salient and technical specifications. The Government is seeking a manufacturer and/or authorized distributor/reseller capable of providing a brand name or equal product to the Teclab workbenches, wall cabinets and seating. This solicitation is restricted to domestic end products.

All interested contractors shall provide quotations for the following:

Supplies/Services

Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
0001
TWS-3 Straight workbench with power: 96 W x 30 D
2
EA
0002
TWS-1 and TW-2 L shaped workbenches with power: 84 wide x 30 deep and 96 wide x 24 deep
13
EA
0003
Polyurethane ergonomic chair with arms (CHU-2432)
15
EA
0004
Delivery and Installation

JB

All products must meet the salient and technical specifications defined below. The size of the workbenches to meet the preplanned layout is critical.

Requirements of Space
(Qty: 2) TWS-3 Straight workbench with power: 96 W x 30 D
Each workbench to include the following: (see furniture layout on page 4)
1-30 x 96 x 1 ¼ countertop worksurface (TP1-3096-PVC)
1- 15 x 96 x 1 ¼ laminate shelf (50 lbs. SP1-SP-PVC)
1- 36 wide x 30 tall x 15 deep, hinged steel door wall cabinet (WC-3630HSD-I)
2- 30 wide x 30 tall x 15 deep hinged steel door wall cabinet (WC-3030-HSD-l)
1- 30 base cabinet with double doors (C-3001)
2- 2 apron filler (AF-02)
1-30 apron drawer (APD-3000)
1-30 base cabinet w 1 drawer & double doors (C-3007)
2- power panels, upper cabinet supports with power kit EP-1 (SS12-16-EP-1)
Exclude the center power panel if not needed for support: user preference to allow for more counter, worksurface
1- 96 wide powered back guard
anti-static work surface, non-conductive
1- 34 footrest (FR6-34)
2 -16 x 41-46 tackboards
2- Under shelf Linear LED light Kits (LVT-12-LED)
1- Clamp on Magnifying task light (LMG-2230)
1-Side by side monitor arm, grommet mounted (Mahd-9120)
Wire management
Drawers and cabinets under the countertops worksurface to lock, to be keyed individual to the workbench
Wall securing, anchoring brackets-hardware
2- Grommets (GRM-2)
All finishes-colors TBD
(Qty:13) TWS-1 and TW-2 L shaped workbenches with power: 84 wide x 30 deep and 96 wide x 24 deep
Each workbench to include the following: (see furniture layout on page 4)
1-30 x 84 x 1 ¼ countertop worksurface (TP1-3084-PVC)
1-24 x 66 x 1 ¼ countertop worksurface (TP1-2466-PVC)
1- 15 x 84 x 1 ¼ laminate shelf (38 lbs.SP1-1584-PVC)
1- 24 wide x 30 tall x 15 deep, hinged steel door wall cabinet (WC-2430HSD-I)
2- 30 wide x 30 tall x 15 deep hinged steel door wall cabinet (WC-3030-HSD-l)
1- 15 base cabinet with 1 drawer and single door (C-1510)
1- 15 base cabinet with 1 drawer and single door (C-1511)
2- 3 apron filler (AF-03)
1-22 apron drawer (APD-2200)
1-Top frame 29 deep x 65 wide (TF1-2965)
1- TF1 2925, 17 lbs. (TF1-SP)
3-Bench frame leg 29 deep x 35 tall (L1-2935)
3- UR -48 (UR SP)
1- 65 cross support with mounting brackets (CR-65)
1-CR-25 (CR-SP)
2- power panels, upper cabinet supports with power kit (SS12-16-EP-1)
Exclude the center power panel if not needed for support: user preference to allow for more counter, worksurface
1- 84 wide powered back guard
anti-static work surface, non-conductive
1-28 footrest (FR6-28)
1-65 footrest tube (FT1-65)
1- FT1-25 4 lbs. (FT1-SP)
2 -16 x 35 tackboards (PS-SP)
1- 16 x 96 tackboard (PR-SP)
2- Under shelf Linear LED light Kits (LVT-12-LED)
1- Clamp on Magnifying task light (LMG-2230)
Drawers and cabinets under the countertops worksurface to lock, to be keyed individual to the workbench
2- Grommets (GRM-2)
1-Side by side monitor arm, grommet mounted (Mahd-9120)
Wire management
Wall securing, anchoring brackets-hardware
All finishes-colors TBD

(Qty:15) Polyurethan ergonomic chair with arms (CHU-2432)
Each chair to include the following:
Ergonomic Seat: 19 ¼ wide x 17 ¼ deep and 1 ¾ thick
Backrest: 15 ½ wide x 14 ½ deep x 1 thick
Seat Height: adjustable from 24 to 32
Ergonomic adjustable armrests with black polyurethane arm pads
Color: Black
Contoured Polyurethane seat, back and ventilated ribs
Pneumatic seat adjustment, backrest angle and height adjustment
Dual wheel runner casters
Five-star reinforced plastic base
18 diameter adjustable chrome foot ring

Furniture Layout


It is the responsibility of the quoter to demonstrate to the government they can provide a product capable of meeting the minimum salient characteristics. Must include descriptive literature.
Performance Work Statement

Protection of Property
The Contractor shall perform an inspection of the buildings and grounds with the COR prior to commencing work. Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the buildings, grounds and furnishings. The Contractor shall repair or replace any items related to buildings or grounds damaged accidentally, or on purpose due to actions by the Contractor, utilizing materials of the same quality, size, grade and color, to match existing work.
To ensure the contractor shall be able to repair or replace any items, components, on the buildings or grounds damaged due to negligence and/or actions taken by the Contractor. The Contractor shall communicate with the COR to resolve all repairs beyond simple surface cleaning. Concurrence of the COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade and color to match adjacent existing work.
The Contractor shall be responsible for the security of the areas in which the work is being performed prior to completion. The Contractor shall maintain accountability and control of any keys provided and shall return them to the COR upon completion of the work.
Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels.

Delivery
Contractor shall contact the COR 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 VA COR immediately in writing, preferably via email.
Contractor shall provide the COR with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum in advance.
Contractor must ensure 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.

Receive and Unload
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 workday. 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. All deficiencies (damage/overage/shortage) shall be brought to the attention of the assigned VA CO in writing, preferably via email, immediately upon identification.
The Contractor shall store damaged items in the location designated by the COR. 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 COR daily.
Contractor shall repair or coordinate with the COR 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 task 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 COR 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 VA 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 24 hours.
The Contractor shall ensure its personnel eat, drink, or smoke only in designated areas.
Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site daily by the Contractor.

Warranty Items
The warranty of an item is to start on the date of acceptance of the products/services by the Government VA COR.
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.

All work required by other trades should be identified on the quote.

Place of Performance
Address:
Edward J. Hines, Jr. VA Hospital
5000 S. 5th Avenue
Hines, IL
Postal Code:
60141-3030
Country:
United States

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023)
Addendum to FAR 52.212-1
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.214-21, Descriptive Literature (APR 2002)
VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION)
End of Addendum to 52.212-1
FAR 52.212-2, Evaluation-Commercial Items (NOV 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Services (DEC 2022)
Addendum to FAR 52.212-4
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
VAAR 852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) (DEVIATION)
VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023)
VAAR 852.211-70, Equipment Operations and Maintenance Manuals (NOV 2018)
VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION)
VAAR 852.215-71, Evaluation Factor Commitments (OCT 2019)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71, Rejected Goods (OCT 2018)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JUN 2023)

All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. A comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Submissions should contain your best terms and conditions.

The following factors shall be used to evaluate quotations:
1. Technical or Quality
2. Warranty/extended warranty
3. Veterans Involvement
4. Price

Refer to Attachment 1, ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

All quoters shall submit the following:
Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services
Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller
Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

Refer to Attachment 2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

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 solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 5:00pm on September 17, 2023. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
Stacy Massey
Contracting Officer
Network Contracting Office 12
Stacy.Massey@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 14, 2023 08:34 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >