United States - 65--RFI - Provide services to help obtain informatin on removal of existing furnishes to two locations and provide new furniture and ancilllary furniture items for Vet Center in Shreveport, LA

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
22 May 2019
Opportunity publication date
16 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 15, 2019 1:21 pm

THIS REQUEST FOR INFORMATION (RFI) 36C25619Q0840 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.

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 15.201(e).

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. IAW FAR 15.201(e), 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.

GENERAL REQUIREMENT:

The Veterans Health Administration (VHA) has a requirement for healthcare furniture for the Shreveport Vet Center located 1255 Shreveport Barksdale Highway, in Shreveport, LA.  Part of this requirement involves removing and relocating existing furnishes.

This RFI is for providing the services to help obtain information on the removal of existing furnishings from 280 Youree Drive, Building 1, Suite 105, Shreveport, LA to two locations, the Overton Brooks VA Medical Center located at 510 E Stoner Avenue, Shreveport, LA and the Readjustment Counseling Service Vet Center located at 1255 Shreveport Barksdale Highway, in Shreveport, LA, as well as, to providing new furniture and ancillary furniture items for the Readjustment Counseling Service Vet Center located at 1255 Shreveport Barksdale Highway, in Shreveport, LA.

The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of the ordering activity.  

SV3 Industrial Design Services 

Contract Tasks/Requirements

a. As part of the request for design service quotes the contractor will provide a quote on a specifically requested scope of work/Project and provide a firm-fixed price.

b. Contractor to provide end-user programming services, space planning, product specifications, and attend in-person end-user meetings with VA COR.

c. Contractor to develop and provide detailed specifications, conduct product research and assemble materials/finishes as approved by VA COR. Contractor to provide finished specification binder with cut sheets and material samples to the VA per the SOW.

d. Contractor to provide design services such as space planning, schematic design, specifications, finish boards, 2D/3D Rendered models, construction drawings, installation layouts in AutoCAD, Sketch Up, Revit, and Adobe Creative Suite Programs.

e. Contractor to provide expert support in Environmental Product specifications, tracking, and documentation building to obtain LEED Credits for ongoing projects as needed.

f. Contractor to provide Professional Project Management Services including field support, design, move and installation coordination and management of small to large scale projects per the SOW.

g. Contractor shall act in collaboration with VA COR and multi-disciplinary services such as IT, Housekeeping, Facilities, and In-House Construction Teams.

h. Contractor will provide a quote on a specifically requested scope of work/project and provide a firm-fixed price.

i. The contractor shall define and furnish the necessary hardware, software, and all other equipment necessary to accomplish design tasks. Standard equipment in addition to the hardware and software shall include but not limited to: reproduction machines, plotters, paper, pencils/pens/markers/highlighters, fax machines, email and appropriate work space.

j. The contractor shall be responsible for participating with the COR during the collection of

information relevant to the design/redesign of a space. Examples could include personnel interviews, questionnaires and walk-through inspections of the facility, as well as the existing furniture database (if available).  Access to an existing furniture database will be determined at the task order level, as needed.

k. Services shall include site evaluation to ensure proper fit of the furniture within the given space and that all structural and other anomalies are taken into account.

l. The contractor is responsible for notifying the VA COR of all power requirements regarding location of communication, LAN and power junction boxes, with the expectation that the user will be responsible for providing and locating those junction boxes within 4'- 0" of the ceiling penetration of the power pole location provided by the contractor and within the required distance on the wall for J-boxes.

m. If electrical power poles are needed in the design, the design shall ensure that power poles do not protrude into main walkways.

n. The design shall ensure that all outlets included in the design are accessible to the user, free and clear of obstacles.

o. The design shall not allow more than four cubicles to be served by a single circuit.

p. The design shall ensure that no existing wall outlets or thermostats are covered or concealed by panels or other systems furniture components.

q. The contractor shall utilize any existing government product to its maximum as applicable when the project includes add-on parts to existing systems furniture.

r. All designs of furniture layouts, including original designs and any subsequent redesigns, must be accomplished by a qualified professional Interior Designer with either a four (4) year Interior Design degree from an accredited school by the Council for Interior Design Accreditation (CIDA/FIDER), or 5 years experience, and one year experience using contractor s software similar to that proposed for this contract.

s. The contractor shall meet with the VA COR to review the installation drawings prior to submission of a final price quote.  Specific, required coordination will be identified at the order level.

t. The contractor shall provide additional drawings of furniture layouts, if requested by VA organizations in an unlocked electronically transmitted AutoCAD drawing set complete with any attached layers in both .dwg and .pdf formats unless otherwise specified in the contract.

u. The hardware/software utilized by the contractor shall perform computerized inventory, computer aided design, automated take-off function, and report generation for all product purchased. The software for this contract shall be compatible software for AutoCAD. The software shall be fully compatible with Microsoft Windows, the most current version.

v. Design service shall include an initial complete design with up to three additional revisions prior to final approval. Designs of each location shall include a Panel and

Hardware Layout sheet for system and modular furniture: to include all finish colors and fabrics, panel widths (30", 36", 42", etc), in 1/4" = 1'0" scale, in addition to display hardware, keys and locksets shall be included.

w. Design sheet layouts of each location shall include a Furniture Power Distribution sheet in 1/4" = 1'0" scale to include:  the location of all powered panels, powered components, receptacles, communication ports, power poles, powered raceways, base electrical feeds and building connection points.

x. Designs of each location shall include a 3D drawing and/or elevations for clear understanding of objects that cannot be seen in floor plan view.

y. Design/redesign timelines shall be expected:

aa. Design sheet layouts for all phases of design (initial, revisions and final) of 1-10 workstations shall be received within 3 business days unless otherwise directed in the contract.

bb. Design sheet layouts for all phases of design (initial, revisions and final) of 11-25 workstations shall be received within 5 business days unless otherwise directed in the contract.

cc.  Design sheet layouts for all phases of design (initial, revisions and final) of 26-50 workstations shall be received within 7 business days unless otherwise directed in the contract.

dd. Design sheet layouts for all phases of design (initial, revisions and final) of 51-100 workstations shall be received within 10 business days unless otherwise directed in the contract.

ee. Design sheet layouts for all phases of design (initial, revisions and final) of 101-200 workstations shall be received within 15 business days unless otherwise directed in the contract.

ff.   Design sheet layouts for all phases of design (initial, revisions and final) of 200+ workstations shall be received within 20 business days unless otherwise directed in the contract.

gg. Within five (5) business days after the final design has been accepted by the requesting organization, a bill of materials detailing all inventory, and all plans including basic floor plan, moveable wall, panel and electrical layouts will be provided to the VA COR for the project.

hh. Drawing changes required to a layout due to contractor errors or omissions shall be the responsibility of the contractor and the corrected drawing and bill of materials shall be delivered to the government within three (3) calendar days of the request.

ii.    Contractor shall make the government aware of any discrepancies to existing conditions not previously identified, immediately to the assigned VA COR in writing, preferably via email.

Project Manager (PM) Requirements

a. The Contractor PM shall be responsible for the performance of all the work the associated with the SOW issued with the individual task orders.  The Contractor shall additionally, provided an alternate PM and the name of the primary and alternate who shall act for the contractor PM when the manager is absent shall be designated in writing to the COR.  

b. Communication with VA COR as pertaining to Requests for Information (RFIs), updates, design changes, Quality Control concerns notifications and installation scheduling in writing by email in addition to any phone conferences or in-person meetings.

c. PM shall schedule arrival of the product and installation date.

d. PM shall perform an on-site review of space and installation plans at least 5 days in advance with VA Point of Contact (POC), COR or Interior Designer.

e. PM shall perform on-site visit and assess area for any encumbrances (loading dock, the path of travel, electrical/data need locations, etc.) that would be a potential delay to the project.

f. PM shall be on-site during installation to answer any questions regarding product installation or space/area.

g. PM shall perform on-site walk-through and punch list after installation with Lead Installer and VA POC, COR or Interior Designer.

If you are interested and can provide the sought-out services to help obtain information on the removal of existing furnishings from 280 Youree Drive, Building 1, Suite 105, Shreveport, LA to two locations, the Overton Brooks VA Medical Center located at 510 E Stoner Avenue, Shreveport, LA and the Readjustment Counseling Service Vet Center located at 1255 Shreveport Barksdale Highway, in Shreveport, LA, as well as, to providing new furniture and ancillary furniture items for the Readjustment Counseling Service Vet Center located at 1255 Shreveport Barksdale Highway, in Shreveport, LA, please provide the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

(1) Please indicates 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)?

(2) Is your company considered small under the NAICS code identified under this RFI?

(3) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.

(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?

(7) Please provide general pricing for your solutions for market research purposes.

(8) Please submit your capabilities regarding the services being provided to establish capabilities for planning purposes?

Responses to this notice shall be submitted via email to arlene.blade@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, May 22, 2019 3:00 p.m. CST. A solicitation will be issued later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

ATTACHMENT: Floor Plan

See attached document: VA FLOOR PLAN - complete set.

Opportunity closing date
22 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?