Georgia Bids > Bid Detail

7520--Dual Tier Dual Motor Adjustable Desks / Workstations

Agency:
Level of Government: Federal
Category:
  • 75 - Office Supplies and Devices
Opps ID: NBD00159828863744022
Posted Date: Dec 28, 2023
Due Date: Jan 4, 2024
Source: https://sam.gov/opp/5e79d3646a...
Follow
7520--Dual Tier Dual Motor Adjustable Desks / Workstations
Active
Contract Opportunity
Notice ID
36C25024Q0190
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 28, 2023 11:01 am EST
  • Original Published Date: Dec 18, 2023 07:19 am EST
  • Updated Date Offers Due: Jan 04, 2024 12:00 pm EST
  • Original Date Offers Due: Dec 21, 2023 04:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 04, 2024
  • Original Inactive Date: Feb 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7520 - OFFICE DEVICES AND ACCESSORIES
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Cincinnati VA Medical Center’s Brookhaven , GA 30329
    USA
Description View Changes

Combined Synopsis-Solicitation for Commercial Items Please note this is a clarification and extension of 36C25024Q0190 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 2023-06. This solicitation is set-aside for: Full & Open Competition The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,100. The FSC/PSC is 7520. The Cincinnati VA Medical Center s TeleCritical Care Program is expanding and there is a need for new, updated workstations at its Atlanta Hub. All interested companies shall provide quotations for the following: Supplies/Services Catalog No. Description Quantity Unit of Measure Unit Price Total Price Ergonomic, adjustable, dual tier, dual adjustable desk/workstation and accessories 5 EA TOTAL Specific Tasks. The contractor shall provide equipment with the above and below listed requirements: Specific Tasks. The contractor shall provide equipment with the following requirements: Dual Tier workstation (desk) with independently height adjustable dual work surfaces with a height range of at minimum 28" to 47" for each tier Mildly curved work surfaces with bumper molding edges Workstation should include: Linear design, both tiers should be the same width capable of accommodating 3 (three) 7.43 x 24.07 x 21.03 monitors, side by side capable of supporting 6 (six) total monitors; 3 (three) double tiered (3) 36" Pole Clamp Mounts each with (2) Monitor Holders, VESA Mounts Each able to hold 2 (two) total monitors (each monitor has the following specifications/dimensions: 27 screen display size, 9.7 lbs., 7.43 x 24.07 x 21.03 ) LED Task Light Phone Arm (2) CPU Holders with a height of 17.05 , 8.58 width, 22.29 depth, and at minimum supports 45 lbs. Metal Cup Holder Power Strip / Surge Protector, 120V. with at least 12 outlets, at minimum 10 (2) 2" Grommet Holes 4 (four) Casters, 2 of which are Locking; capable of supporting the workstation / desk, accessories, and equipment Color selection: Hard Oak Inspection and Acceptance Criteria: Once the equipment is received, the TeleCritical Care BioMed team will arrive on site to ensure the desks/workstations arrive free of scratches, marks, dents, blemishes, and withstand staining and don t exhibit flaking, cracking, or loss of adhesion. In addition, BioMed will observe that the desks/workstations have a smooth finish with no hazardous projections or sharp corners that can be hazardous and cause personal injury or damage clothing. The equipment will be assembled by the TeleCritical Care BioMed team. It will then be tagged by the Atlanta Supply Chain Management. Brand Name Or Equal (BNOE) offers: BNOE offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed item. Alternate submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Equipment items, and related services will be delivered, as required, to: Cincinnati VA Medical Center s TeleCritical Care Program Atlanta Hub 2957 Clairmont Rd. NE, Unit 17, Room number 5104 Brookhaven, GA 30329 Period of Performance Delivery shall be provided no later than 30 days after receipt of order (ARO). FOB: Destination 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). All quotes shall be sent to the Contracting Specialist, Morgan Stein at Morgan.Stein@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:" Submission of your response shall be received not later than 12:00 PM NOON Eastern Time on January 4, 2024. No phone calls please. Quoters shall list exception(s) and rationale for the exception(s), if any. 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 for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, Morgan.Stein@va.gov


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >