Combined Synopsis/Solicitation Notice Page 1 of Page 1 of Page 1 of Page 13 of 13 Page 1 of Page 1 of Page 1 of Pharmacy Furniture Package GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 30901 SOLICITATION NUMBER* 36C24725Q0543 RESPONSE DATE/TIME/ZONE 04/15/2025 12:00 PM EASTERN TIME, NEW YORK, USA ARCHIVE 15 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE Open Market PRODUCT SERVICE CODE* 7195 NAICS CODE* 337214 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs 501 Greene Street Hatcher Building-Ste 2 Augusta, GA 30901 POINT OF CONTACT* Holly Bowling Holly.Bowling@va.gov PLACE OF PERFORMANCE ADDRESS Department of Veterans Affairs Charlie Norwood VAMC 950 15th Street Bldg 801 Augusta, GA 30904 DESCRIPTION Pharmacy Furniture Package General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24725Q0543 Posted Date: April 7, 2025 Current Response Date: April 15, 2025 at 12:00 p.m. (EST) Product or Service Code: 7195 | Miscellaneous Furniture and Fixtures NAICS Code: 337214 | Office Furniture (Except Wood) Manufacturing Contracting Office Address VISN 07 Network Contracting Office 7 501 Greene St. Augusta, GA 30901 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 Open Market with set aside to Small Business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective December 30, 2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 | Office Furniture (Except Wood) Manufacturing , with a small business size standard of 1,100 employees. The FSC/PSC is 7195 | Miscellaneous Furniture and Fixtures All interested companies shall provide quotations for the following Pharmacy Furniture Package Item Number Description Quantity Unit Price 0001 Wall hung Pharmacy shelving. Refer to the Performance Work Statement (PWS) for details. 14 0002 Mobile Cart Shelving. Refer to the Performance Work Statement (PWS) for details. 18 0003 Standing Height Modular Worksurface. Refer to the Performance Work Statement (PWS) for details 2 0004 Delivery and complete assembly/installation of all items 1 Total Contract Price: Place of Performance/Place of Delivery Name: Charlie Norwood VAMC Address: 950 15th Street, Bldg 801 Augusta, GA 30904 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 (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (May 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 Items. 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 (NOV 2021) 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) The following subparagraphs of FAR 852.203-70 are applicable: 852.203-70, Commercial Advertising 852.212-71, Gray Market and Counterfeit Items 852.242-71, Administrative Contracting Officer FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 Buy American-Free Trade Agreements-Israeli Trade Act (JAN 2021) Alternate I (JAN 2021) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018] All quoters shall submit the following: Offer (pricing) for All Items Listed All quotes shall be sent to the Holly Bowling via email Holly.Bowling@va.gov. Award will be based upon lowest priced, technically acceptable quote in accordance with the Simplified Acquisition Procedures of FAR 13. BASIS FOR AWARD: As this is a BRAND NAME OR EQUAL TO only requirement the award decision will be based solely on the price of all quotes received. Once the Government determines there is/are a contractor(s) that can provide equipment that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and Period for acceptance of quotes. The quoters agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. Submission of your response shall be received not later than April 15, 2025 @ 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contract Specialist listed below no later than the date and time listed. Please ensure you title your quote with the solicitation number and name for ease of identity i.e. 36C24725Q0543 Pharmacy Furniture Package. 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 Questions must be submitted NO LATER THAN April 10th, 2025 @ 12:00 P.M. EST. Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Holly.Bowling@va.gov. No phone call shall be accepted. 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. This solicitation is issued as a BRAND NAME OR EQUAL TO RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 effective February 23, 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 | Office Furniture (Except Wood) Manufacturing , with a small business size standard of 1,100 employees. The FSC/PSC is 7195 | Miscellaneous Furniture and Fixtures. All interested companies shall provide quotations for the following Pharmacy Furniture Package Performance Work Statement Downtown Pharmacy Renovation Furniture GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for healthcare furniture for VA Augusta Health Care System, Augusta, GA both uptown and downtown divisions, that meet the VHA IDIQ specifications and high-quality threshold while integrating excellent environmental stewardship. Product will be delivered at the downtown Pharmacy location: 950 15th, Augusta, 30904, Building 801. This requirement includes healthcare furniture, project management, and professional installation. Service required is detailed in site visits (SV) Healthcare Furniture technical requirements per VHA Healthcare Furniture multiple award IDIQ. The Contracting Officer Representative (COR) is Caelie Neff, Interior Designer. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of this ordering activity. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, design, development and generation for final specifications of all products associated with this request as stated in section 14.0 Minimum Technical Requirements. The C&A requirements do not apply, and that a Security Accreditation Package is not required. The Contractor shall provide Project Management oversight along with delivery and installation of all products associated with this requirement. Delivery and installation must be coordinated through COR and will be based on end users schedule. Duty hours will be standard business hours 8:00am to 4:30pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. 3.0 KICKOFF MEETING The prime contractor(s) shall participate in a kickoff meeting within ten (10) days of task order issuance, in person at Augusta, GA or by phone. Time and date will be determined by VA Point of Contact. 4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received in 9 Calendar days of RFQ issuance. All questions submitted for this solicitation must be electronically sent to the following email address: . Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. 5.0 SUBMISSION OF QUOTATION Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Volume 1: (technical) drawings, (product isometrics, shop drawings, casework submittals, room typical based on MTR request etc.) Provide manufacturer s cut sheet for each MTR line item, including dimensions and image Self-certifying statement confirming ability to meet project deadlines Volume 2: (pricing) price quote with separate line for labor/installation (to include receive, delivery, installation of new product during regular business hours). Bill of Materials with subtotals and tagged per CLIN/ floorplan in the order listed in section 14.0 Submissions can be sent in multiple emails to avoid computer system email size limitation, to . Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. The contractor is responsible for confirming the Government s receipt of the contractor s quote. Pricing must be within the established IDIQ Pricing. 6.0 EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per MTR heading and correlating room numbers etc. Cut sheets with product details including dimensions and images for each line item to help identify special features highlighted in MTRs. Labor/Services appropriate to the scope of work to include removal of existing items to VA warehouse or discard, receive, deliver, install during regular business hours. Project management plan appropriate to scope of work Sustainability Certification Self-Certifying Statement Casework and/or desking submittals 7.0 PRODUCT General This request is for: Wall hung Pharmacy shelving Mobile cart shelving Custom standing height modular pharmacy millwork All finished surfaces shall be free of scratches, dents, blemishes, staining, cracking, or loss of adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. See Section 12.0 for technical requirement of products. SERVICES Project Manager (PM) Requirements Coordinate and provide project management of all products and services to manage, order, ship, deliver and install new furniture from the manufacturer until final acceptance by the Interior Designer. PM shall be responsible for all communication with VA Interior Designer as pertaining to updates, design changes, notifications, and delivery scheduling in writing by email in addition to any phone conferences or in-person meetings. PM shall represent the Contractor, not the installation company or manufacturer. PM shall perform on-site assessment of product and replacement of damaged product due to freight delivery. PM shall schedule arrival of the product to the warehouse with the COR. PM shall perform on-site review of space at least 5 business days in advance of scheduled delivery with VA COR. PM shall perform on-site visit and assess area for any encumbrances (loading dock, path of travel, etc.) that would be a potential delay. PM shall be on-site during delivery to answer any questions regarding product. PM shall perform on-site walk-through and punch list after delivery with Lead Installer and VA COR. PM shall provide final sign-off for completion of delivery. PM to provide maintenance manuals for all products specified. PROTECTION OF PROPERTY Contractor/Awardee shall protect all items from damage. The Contractor/Awardee shall take precaution against damage to the buildings, grounds and furnishings. The Contractor/Awardee shall repair or replace any items related to buildings or grounds damaged accidentally, or on purpose due to actions by the Contractor/Awardee, utilizing materials of the same quality, size, grade and color, to match existing work. Contractor/Awardee shall perform an inspection of the buildings and grounds with the VA COR prior to commencing work to ensure they will be able to repair or replace any items, components, buildings or grounds damaged due to negligence and/or actions taken by the Contractor/Awardee. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence of the VA COR is required before the Supplier 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. Contractor/Awardee shall be responsible for security of the areas in which the work is being performed prior to completion. The Supplier shall maintain accountability and control of any keys provided and shall return them to the POC upon completion of the work. Contractor/Awardee shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. DELIVERY Contractor/Awardee shall notify VA Interior Designer at least 14 days prior to manufacturing completion and ship date from manufacturer. In the event there is a delay in delivery, Contractor/Awardee must notify the VA COR immediately. All deliveries must be received at Contractor/Awardee warehouse and checked for damage and missing items prior to delivery and installation at jobsite. Contractor/Awardee may not deliver any items directly to the VA premises or store any items on site ahead of installation date. Project Manager and Installation Manager to meet Truck and receive, inspect, and install items independently of VA staff assistance. INSTALLATION REQUIREMENTS 11.1 Installation Team must be certified in product installation, experienced and knowledgeable about product, and be always supervised by both Installation Company Manager and Contractor/Awardee Project Manager. 11.2 Contractor/Awardee shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. 11.3 Installation Crew and Contractor/Awardee staff to check in with VA COR upon arrival and obtain vendor badges for each day on site. 11.4 Contractor/Awardee Project Manager (PM) shall be on site during Installation to supervise the installation team and Installation supervisor. 11.5 Contractor/Awardee shall provide all necessary materials, equipment, labor, supervision, and management to: (1) coordinate delivery: (2) load and unload; (3) place/install in designated rooms/locations; (4) assemble items as required; (5) secure as designated; and (6) properly dispose of all associated packing/crating materials outside the VA premises, (7) remove existing furniture out of rooms and take to landfill as required by Logistics Service furniture excess policies, or to the 1 Freedom Way, Building 95 warehouse if deemed usable by the Interior Design team. 11.6 Installation shall be conducted during regular business hours (Monday - Friday, 8:00am - 4:30pm). 11.7 Delivery trucks to VA premises may not block entrances, egress, or customer parking during normal business hours (Monday-Friday, 8am-4:30pm) 11.8 Hours of Service: Work is to be done between the hours of 8:00a.m. and 4:30p.m., Monday through Friday, excluding holidays. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Juneteenth June 19th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th 11.9 If for any reason, Contractor/Awardee is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor/Awardee will be responsible for moving these items to a secure location, until the next available installation date. The Contractor/Awardee will be responsible for moving the items from the storage site to its designated position in the building for installation. 11.10 Contractor/Awardee shall be responsible for storing, returning, and replacing all damaged items in supplier-warehouse. No damaged items to be stored on VA premises. 11.11 Contractor/Awardee shall repair or coordinate for replacement of damaged, defective, or missing items as identified in the installation Punchlist within 4 weeks post-installation. QUALITY CONTROL 12.1 Contractor/Awardee will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling furniture and other items installed under this contract. Final Acceptance from the Contractor will not occur until all debris connected with installation is removed from the VA site. 12.2 Packing materials will not be stored in the buildings for any period exceeding 24 hours. 12.3 Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site daily by the Contractor/Awardee. CONTACT WITH VA PERSONNEL All contact shall include VA Contracting Officer and VA COR. Any requests for PO modifications must include both VA Contracting Officer and VA COR. No changes to the contract will be made without the written consent of the warranted Contracting Officer Minimum Technical Requirements (MTR s) - Below refers to the items being requested as it relates to the IDIQ MTR s list. Line Item 1: Wall hung shelving Quantity Requested: (11) regular shelves & (3) gravity shelves Category: Modular Cabinetry  GENERAL REQUIREMENTS FOR MODULAR MILLWORK AND CASEGOODS:  Surfaces must be cleanable with hospital grade germicides and bleach solutions without harm to finishes.  Contributes to LEED points  Warranty- Limited Lifetime MM1 Modular Millwork  Salient Characteristics: To include minimum of the following specifications:  A component-based line of cabinetry and coordinating work tops to be used in pharmacy, to supply a built- in look while maintaining the quality and flexibility of a modular approach.  Cabinets/Shelving constructed of HPL or thermoform over a ½ minimal thickness low VOC substrate with all edges sealed with matching edge-band or thermo-formed radius edges.  Cabinet interiors fully melamine or LPL lined with no exposed substrate.  Adjustable 4-way hinges.  Adjustable height shelving, fully wrapped melamine/HPL surface.  Must go up to at least 72 , preferably higher.  Must have 3 sections of gravity shelves for specific commonly picked drugs.  Must be able to be anchored to the wall for safety. Lowest shelf must be at least 6 off the floor. Basis of Design: Patterson Pope Shelving Line Item 2: Mobile Cart Shelving Quantity Requested: (18) Category: Filing and Storage  GENERAL REQUIREMENTS FOR ALL FILING AND STORAGE:  Lock mechanisms must be flush with the front of the cabinet and cannot protrude past the face of the cabinet  Limited Lifetime Warranty for parts and labor  Multiple lock options (Interchangeable in field, master key must be available for facility) All cabinets keyed with one lock number or any combination of key numbers at no extra cost  Contribute to LEED points SH1 Shelving, Metal L&T  Salient Characteristics: To include minimum of the following specifications:  Lock in place post and shelf system  Variety of heights to accommodate types of file sizes and quantity of shelves needed  Variety of widths ranging from 36 48 wide and depth of 24 deep and 72 tall.  Shelf height adjustability on 1 increments (+/- ½ )  Must offer varying types of file storage such as drawers and open shelving for top tab and end tab record type storage via modular components  Add on units that eliminate the duplication of full frame  18-gauge steel minimum construction  Must be mobile / have locking casters.  Solid or slotted shelves. NO WIRE SHELVING.  HPL Common top options to span over multiple units, or flat metal shelving.  Variety of paint colors and/or laminate options  Options:  Posting shelf, drawer or door options  Closed back option Shelf dividers Basis of Design: Patterson Pope Mobile Cart Line Item 3: Modular Pharmacy Casework Standing Height Work Island Quantity Requested: (2) Category: Modular Cabinetry  GENERAL REQUIREMENTS FOR MODULAR MILLWORK AND CASEGOODS :  Surfaces must be cleanable with hospital grade germicides and bleach solutions without harm to finishes.  Contributes to LEED points  Warranty- Limited Lifetime MM1 Modular Millwork  Salient Characteristics: To include minimum of the following specifications:  A component-based line of cabinetry and coordinating work tops to be used in pharmacy to supply a built- in look while maintaining the quality and flexibility of a modular approach.  A wide variety of fully modular cabinet components available for lower storage on 6 modules, allowing cabinets to be moved and reconfigured.  Cabinets constructed of HPL or thermoform over a ½ minimal thickness low VOC substrate with all edges sealed with matching edge-band or thermo-formed radius edges.  Cabinet interiors fully melamine or LPL lined with no exposed substrate. Interior of open shelving must be LPL lined to match the exterior façade.  Drawer construction options of standard box type with replaceable drawer front and unitary interior box for use in healthcare.  Full extension steel ball bearing drawer glides.  Adjustable 4-way hinges.  Adjustable height shelving, fully wrapped melamine/LPL surface.  Work top surface to be Solid Surface  Work top must be standing height at least 39 -41 high  Must an opening on each side of the island, below the counter that is 2 6 high by 2 -0 wide for printers.  Must have open top drawers for quick pick items. Opening must be half the height of the drawer front panel, or at least 6 tall. Must have 3 -0 wide knee spaces, (2) on each side, and must be on opposite ends of the island. Preferred to have grommets on either end of the island. Preferred to have built in laminate, or metal (not wire) shelving above worksurface. Basis of design: Patterson Pope Modular Pharmacy Casework / Storage