7125--Veterans Display Cabinets, STL, 657-24-2-1533-0036 (VA-24-00045041)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Type of Government: Federal
Category:
  • 71 - Furniture
Posted: Mar 21, 2024
Due: Mar 27, 2024
Solicitation No: 36C25524Q0205
Publication URL: To access bid details, please log in.
Follow
7125--Veterans Display Cabinets, STL, 657-24-2-1533-0036 (VA-24-00045041)
Active
Contract Opportunity
Notice ID
36C25524Q0205
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 21, 2024 10:01 am CDT
  • Original Response Date: Mar 27, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7125 - CABINETS, LOCKERS, BINS, AND SHELVING
  • NAICS Code:
    • 337211 - Wood Office Furniture Manufacturing
  • Place of Performance:
    St. Louis VA Medical Center , 63125
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e).

SOURCES SOUGHT DESCRIPTION

This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 337215 (size standard of 500 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,

Adjustable Workstation Requirements
All adjustable workstations will have the following common requirements outlined in addition to the configuration specific requirements noted below:
¾ or thicker high-pressure laminate (or equivalent) desk surface in a dark non-reflective color
Rounded or tapered edges at all user contact points
2 Under Desk Mounted CPU holders
CPU holders to be mounted under desktop surface and not sitting on floor
Preferred mounting locations would place CPUs outside of leg and knee zones that would be occupied by a sitting physician
Variable height controlled via electric motors with control unit
Controls should have capability to store multiple preset heights
Workstations should have two separate adjustable platforms, one for the monitors being utilized and one as the work surface for peripherals and writing as necessary
All monitor mounts shall allow monitors to rotate, translate side-to-side, tilt, swivel, and adjust forward-and-backward for focal depth
Enclosed cable management/tray for routing of power, video, and other computer cables
Flexible cable management available for all cables running outside on the tray or enclosed management channels
USB connections accessible on the tabletop surface
LED task lighting with dimmable controls
All electronics should be powered by standard 120V power

Specific Radiology Rectangular Configuration Requirements
a rectangular Radiology workstation configuration capable of meeting the above requirements and supporting the below hardware:
1 PC quoted through this contract and 1 VA OI&T provided PC
4 Radiology Diagnostic Monitors quoted through this contract, 1 Administrative Monitor quoted through this contract, and 1 VA-OI&T provided 22 monitor
Overall workstation working surface depth shall target approximately 44 inches or less
Overall workstation width shall target the range of 60 inches to a maximum of 85 inches

Specific Radiology Corner Configuration Requirements
a corner or L shaped Radiology workstation configuration capable of meeting the above requirements and supporting the below hardware:
1 PC quoted through this contract and 1 VA OI&T provided PC
4 Radiology Diagnostic Monitors quoted through this contract, 1 Administrative Monitor quoted through this contract, and 1 VA-OI&T provided 22 monitor
Overall workstation width in either direction shall target the range of 60 inches to a maximum of 85 inches
Workstation should be roughly equal length in either direction as opposed to a rectangular desk with short additional work surface.

Specific Mammography Rectangular Configuration Requirements
a rectangular Mammography workstation configuration capable of meeting the above requirements and supporting the below hardware:
1 PC quoted through this contract and 1 VA OI&T provided PC
1 Mammography Diagnostic Monitor quoted through this contract, 2 Administrative Monitors quoted through this contract, and 1 VA-OI&T provided 22 monitor
Overall workstation working surface depth shall target approximately 44 inches or less
Overall workstation width shall target the range of 60 inches to a maximum of 85 inches

Specific Mammography Corner Configuration Requirements
a rectangular Mammography workstation configuration capable of meeting the above requirements and supporting the below hardware:
1 PC quoted through this contract and 1 VA OI&T provided PC
1 Mammography Diagnostic Monitor quoted through this contract, 2 Administrative Monitors quoted through this contract, and 1 VA-OI&T provided 22 monitor
Overall workstation width in either direction shall target the range of 60 inches to a maximum of 85 inches
Workstation should be roughly equal length in either direction as opposed to a rectangular desk with short additional work surface.

Installation Requirements
On-site installation at each location to include inside assembly/installation in designated room within the designated space. Vendor to assemble the tables, install all cables within cable trays, attach monitor mounting hardware, lights, USB hubs and under-table CPU holders, calibrate height adjustments and validate full functionality.
All shipping costs are to be included in contract
All labor, parts, travel costs are to be included in contract
All cables and extensions necessary to connect PCs to monitors and peripherals through the adjustable workstations are to be provided by the vendor as part of the contract.
Where allowable cable and extension lengths should be kept to a minimum to avoid latency and communication issues.
Vendor is responsible to replace all items damaged or missing as identified during on-site installation activities
Installation and Shipping are to be coordinated with identified VA POC at each site
Vendor to clean-up and remove all packing material, rubbish, etc. after installation activities
Building structure, door frames, floors, etc. are not to be modified by vendor during delivery/installation
Vendor will be responsible for any damage that occurs to building during installation
Vendor to educate and train on-site staff in operation and typical maintenance/troubleshooting
Education will include providing any available user manuals and/or service documentation

Warranty and Support Requirements
All workstations will include at a minimum a 5-year warranty on parts, defects, and early failures.
This includes cables, peripherals, and other items that may be internally run in the adjustable workstations.
Documentation will also include part numbers for common replacement items and support lines for vendor technical support on each product.
Adjustable workstations will additionally include 5-year coverage for labor necessary to replace parts that fail during this period.
The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications, or brand name equal.

If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
Is your company considered small under the NAICS code identified under this RFI?

Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number.

Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable.

Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW.

Please provide your DUNS number.
Responses to this notice shall be submitted via email to Philip Bouffard at Philip.bouffard@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 21, 2024 10:01 am CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...of Facility Furniture Status: Open Time Left:28 days Closing:5/14/24 12:00 AM Issued:4/14/24 9:07 ...

State Government of Virginia

Bid Due: 5/14/2024

...services for the offices, common areas, break room and bathrooms. The Contractor shall ...

Federal Agency

Bid Due: 5/10/2024

...Code: 7110 - OFFICE FURNITURE NAICS Code: 337211 - Wood Office Furniture Manufacturing ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

...Original Set Aside: Product Service Code: 7110 - OFFICE FURNITURE NAICS Code: 337211 ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.