7110--7110 | Command Center Technology Table | NCO 4 Wilmington VA Medical Center

Agency:
State: Delaware
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159711823728777
Posted Date: Mar 4, 2024
Due Date: Mar 13, 2024
Source: Members Only
Follow
7110--7110 | Command Center Technology Table | NCO 4 Wilmington VA Medical Center
Active
Contract Opportunity
Notice ID
36C24424Q0460
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 04, 2024 11:49 am EST
  • Original Published Date: Mar 04, 2024 11:24 am EST
  • Updated Response Date: Mar 13, 2024 04:00 pm EDT
  • Original Response Date: Mar 13, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 28, 2024
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Veterans' Integrated Services Network 4 Wilmington , DE 19805
    USA
Description View Changes

The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre-Solicitation or Solicitation document. The government is not currently soliciting bids, quotes, or proposals; however, reserves the right to do so at a later date.



The Wilmington VA Medical Center, Wilmington, DE 19805-4917 has a requirement for a technology table for incident response.



Salient characteristics required:




  • Console Manufacturer shall be ISO-9001 certified (or equivalent) as a measure of consistent quality and performance.

  • Technology table must be ANSI/BIFMA approved. Vendor shall ensure a dedicated Project Manager/POC is available during assembly and install. Prior to design, a site visit to Wilmington VAMC will be required to ensure the technology table will conform and connect to the existing infrastructure of the room. Measurements of all access points must be taken by the vendor to guarantee the table will fit through doors and elevators.

  • The vendor must provide the POC with a blueprint design to ensure compliance of fit and finish prior to build.

  • Prior to delivery and install, the manufacturer shall provide visual documentation of the assembled technology table to ensure quality of fit and finish.

  • The vendor s products shall comply with indoor air quality requirements in terms of containing low-emitting, non-toxic products and must conform to industry standards of volatile organic compounds. Greenguard certification for the manufacturing facility is preferred.



Command Center Technology Table Base Equipment:




  • Table dimensions: maximum 5 x 20 x 29

    • Knee clearance - minimum of 10 1/2



  • Minimum of six (6) motorized monitors that retract from below the table

    • Monitors must have a resolution of 1080p

    • Monitor screen size must be between 20 and 24

    • Mounted in such a way as to allow tilt, depth, and independent height adjustment in accordance with visual sightline ergonomic requirements.



  • Minimum of two (2) Motorized Microphones

  • Visual management system

  • Minimum of eight (8) pop-up power grommets; Color must be black. Included in each grommet:

    • Two (2) power receptacles; 15 A/120-125 V

    • Two (2) passive USB 3.0 port

    • One (1) CAT 6 ethernet port

    • One (1) HDMI; color - black



  • Undercounter design requirements:

    • Undercounter LED Light that spans across the entire bottom of the table visible from all directions

    • Minimum of eight (8) LED cavity lights with on/off switches

    • Coated Wire Basket Tray for cable management

    • Wireless Charger capabilities for QI compatible phones Minimum of four (4) Power Bars with 8 outlets each; 120V/15A, CSA/UL

    • Capability to connect laptops to the monitors/stations, and project out to one main HDMI output monitor to show on conference room TV from any station



  • Command Center Technology Table Finish:

    • Table finish, to include all exposed exterior surfaces and panels

    • Color: dark walnut with a wood-design; color must be approved by POC

      • Must be resistant to stains, scratches, and radiant heat



    • Table-top nosing and edging Color: black | Material: urethane, ergonomic comfort

      • Edging must be easily replaceable without having to remove or replace the entire work surface. No post formed edging, laminate edging, or non-replaceable leading-edge material will be considered.



    • Glass inlay and Department of Veteran Affairs (VA) official logo minimum of six (6) mm tempered glass inlay; Size 16 x 16 high-resolution print of VA logo (min. 300 ppi)

    • External metal surfaces Color: black; Must be scratch, peel, and water resistant

    • Internal frame and accessories Aluminum



  • Command Center Technology Table Frame Configuration:

    • Frame design must provide mounting ports to allow future add-on equipment and/or reconfiguring existing without the need to modify frame elements

    • Castings shall be manufactured from die cast aluminum, powder coated



  • Command Center Technology Table Technology & Equipment Integration:

    • The technology table shall be able to accommodate various types of equipment, both above and below the work surface (computers, communication, display, environmental controls, and operator interface devices).

    • The internal equipment shall be mounted using modular support systems.

    • The equipment shall be accessible from both the front and back of the console.

    • The frame shall have integrated cable raceways that allow for wire management of all console components.

      • Must have multiple raceways that allow for the separation of power and data cabling.

      • Must be designed to allow for cable management between multiple technology table positions using a single floor access point.

      • Cable Raceways must be free of sharp metal edges



    • Fixed full-width equipment enclosures underneath the monitor surface are required for CPU equipment and cable routing.

    • Vented equipment enclosures for passive airflow.

    • Processor shelves shall accommodate CPUs housed within the base of the technology table.



  • Command Center Technology Table Overall Console Functionality:

    • The design of the technology table shall address the functional, ergonomic, and aesthetic requirements of the specific working environment while complying with accepted human factor design and ergonomic standards for viewing distance, angle, monitor and keyboard height, and knee-well space.

    • The technology table, while modular in design, shall offer maximum flexibility both in terms of dimensions and functionality.

    • The technology table shall have the flexibility to be reconfigured depending on the specific functional need before or after installation.



  • Command Center Technology Table Requirements:

    • Warranty: The vendor must provide all labor, workmanship, and materials for the command center technology table for a minimum of one (1) year from the date of Final Acceptance.

    • The vendor's warranty must include all costs related to troubleshooting, repair, and replacement of defective work, including costs of labor, transportation, materials, equipment, and other costs as necessary to restore the table to a complete and operational state.





ALL WORK TO BE COMPLETED AT THE FOLLOWING LOCATION:



Wilmington VA Medical Center



1601 Kirkwood HWY



Wilmington, DE 19805-4917





ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV.



Responses to this notice shall include:



Company Name



Address



Point of Contact



Phone Number



Email Address



SAM UEI



CAGE Code



Tax ID Number



** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services shall be verified by the U.S. Small Business Administration (SBA) in the following link to be considered: https://veterans.certify.sba.gov/ Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified by the SBA.



Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 337214:



1. Is your business a small business under NAICS 337214? YES ______ NO ______



2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______



3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ______ NO ______



4. Is you firm a certified HUB Zone firm? YES ______ NO ______



5. Is your firm a Woman Owned business? YES ______ NO ______ 6.



Is your firm a Large Business? YES ______ NO ______



7. Do you have a GSA/FSS schedule for these items? YES______ NO______



Schedule Number: ___________________ Expiration Date: _____________________



Please provide a capability statement as well as any relevant literature addressing your organization s ability to supply the required items.



Also, please include a point of contact name, phone number and email address.



Note: Questions regarding this notice should be addressed to Nathan Lohr via email only.



NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT.



Please submit all responses to this notice via e-mail to:





Nathan Lohr



Contract Specialist



Nathan.lohr@va.gov





Responses to this Sources Sought Notice are required by no later than Wednesday, March 13th, 2024 at 4:00 pm (1600) EST. If you are interested in submitting a response to this posting, please ensure to submit a Brochure/Specification Sheet for the product.


Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • 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 >