Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2004 FBO #1000
MODIFICATION

71 -- Modular Systems Furniture

Notice Date
8/20/2004
 
Notice Type
Modification
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-T-0158
 
Response Due
9/1/2004
 
Archive Date
10/31/2004
 
Point of Contact
Phuong Newhart, 703-695-2952
 
E-Mail Address
Defense Contracting Command-Washington(DCC-W)
(Phuong.Newhart@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following annoucement is resent due to transmittal error: The Defense Contracting Command-Washington (DCCW), on behalf of the United States Army Center of Military History (CMH) is issuing a combined Synopsis/Solicitation for commercial supplies/services prepared in accordance with the format in the Federal Acqui sition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation numbe r for this acquisition is W74V8H-04-T-0158 and is being issued as a Request for Proposal. This solicitation, incorporated provisions and clauses, is in effect through Federal Acquisition Circular 97-27. The solicitation is a 100 percent set-aside for sma ll business. North American Industry Classification System Code (NAICS) is 337214. The small business size standard is 500 employees. Description of Supplies/Services: 1.0 SCOPE OF WORK: a. Background Information. The U.S. Army Center of Military History (CMH) moved into its current office space in 1998. It was determined at that time that the predominant office furnishings would be modular systems furniture, all to be fabricated from a similar design and material. The building was furnished using Nello products and in order to maintain consistency of appearance and single point of contact maintenance, the Center’s policy to date is that all new systems furniture must be of the sa me manufacture and as close in appearance as is physically possible. b. Purpose. The Center has acquired several new mission taskings which require that the Field Programs and Historical Services Division reorganize and reconfigure its allocated work area to create 4 new staff work spaces and 1 new manager work space. Th is will also require the dismantling, movement and reconfiguration of 2 existing systems furniture workspaces. 2.0 SPECIFIC TASKS/REQUIREMENTS: The Chief of Field Programs and Historical Services Division, U.S. Army Center of Military History, requires the following: a. The procurement, delivery, configuration and installation of the parts and pieces of equipment necessary to construct 4 new staff workstations and 1 new manager workstation which will match and conform to the style and appearance of the Center’s e xisting Nello systems furniture (see attached floor plan drawing for details). All of the new and reconfigured workstations will require the installation of electrical, data and telephone cables. Specific requirements for the workstations are as follows: 4 Staff Workstations (Dimensions: 6’Lx6’Wx5.5’H), each to include: 66”H Acoustical Panels (enough in number to construct [2] 6’ walls for each station; and [1] 2’ wall for 3 of the stations; and [2] 2’ walls for the 4th workstation – see attached floor plan for details) L-Shaped work surface (72”x72”x24”) (2) Overhead flipper cabinets (36”W) Hanging Half Height Shelves (36”W) 4-Drawer Designer Series File Center (30”W) Deluxe Keyboard w/Mouse Tray (2) ea. 24W Task Lights Cadence Staff Chairs 1 Manager Workstation (Dimensions: 10’Lx8’Wx6’H) to include: 72”H Acoustical Panels U-Shaped work surface (72”x72”x72) (2) Overhead flipper cabinets (36”W) (1) 3-Drawer Mobile Pedestal 2 Drawer File Center Storage Unit Deluxe Keyboard w/Mouse Tray (2) 24W Task Lights (2) Bookcases (53”Hx36”W) (1) Cadence Staff Chair b. The dismantling, movement and reconfiguration of 1 existing Manager Workstation, to include the addition of enough 72”H Acoustical Panels to close the existing 8.5’W opening along the rear wall of the workstation. c. The dismantling, movement and reassembly of an existing Reception Workstation. 3.0 DELIVERABLES. a. (4) New Staff Workstations, built to specifications gi ven in paragraph 2.0a, above. b. (1) New Manager Workstation, built to specifications given in paragraph 2.0a, above. c. The reconfigured existing Manager Workstation, as detailed in paragraph 2.0b, above. d. The relocated existing Reception Workstation, as detailed in paragraph 2.0c, above. 4.0 Delivery: Delivery and installation of items will be NLT 30 days effective date of contract award. 5.0 HOURS OF WORK: All contractor work must be performed during the CMH’s normal hours of operation (Monday thru Friday, from 8:00 a.m. to 4:30 p.m.). Interested parties may gain access to FLOOR PLAN via the Internet from the DCC-W Home page: http://dccw.hqda.pentagon.mil. Click on services then click on RFPs, then find solicitation number W74V8H-04-T-0158. Companies not possessing Internet access sho uld submit written, email or fax requests for a copy of the solicitation to Request For Proposal No. W74V8H-04-T-0158 to Defense Contracting Command-Washington, Attn: Phuong Newhart, 5200 Army Pentagon, Washington, DC 20310-5200. Facsimile: (703) 695-9 747 or e-mail Phuong.Newhart@hqda.army.mil, no telephone requests will be honored. CLIN 0001 - 4 Each Staff Workstations; CLIN 0002 - 1 Each Manager Workstation; CLIN 0003 – Dismantling, Movement and Reconfiguration of 1 Existing Manager Workstation; CLIN 0004 – Dismantling, movement and reassembly of an existing Reception Work station. Please submit a Firm-Fixed Price with Technical proposal providing sufficient information for evaluation but not more than 15 pages. The following FAR clauses and provisions apply to this requirement: 52.212-1 Instructions to Offerors – C ommercial Items (Jun 1999); 52.212-2 Evaluation – Commercial Items (Jan 1999). 52.212-3 Offeror Representations and Certifications – Commercial Items JUN 2003). A copy of these representations and certifications must be submitted with proposal. 52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2002). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JUNE 2003), with the following checked subparagraphs (b) (2), (5), (12), (14), (25), and (c) (1) and (2). 52.217-5 Evaluation of Options (JUL 1990); DFAR 252.232-7003 Electronic Submission of Pay Request (Jan 2004). This will be best value procurement. The Government will award a contract resulting from this combi ned synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government. All technical proposals will be evaluated in accordance with the technical evaluation criteria shown below, in descending order of importance. (1) Past Performance, (2) Technical Approach and (3) Price. Past performance and Technical Approach are more significant than Price. Evaluation Criteria: Adjectival ratings to be used will include: Excellent , Very Good and Acceptable. Evaluation Factors: Factor (1) Past Performance: Past performance record on similar tasks; i.e, previous experience with Nello materials. This area assesses the offeror’s past and current performance in terms of custome r satisfaction. Please list a similar project as a past performance example for this task. The project example should contain Agency name, Agency Point of Contact with telephone number, value and period of performance of task/contract, and a brief descri ption of the task. Factor (2) Technical Approach: This area assesses the offeror’s organizational approach that will be used to meet the Government’s requirements. Offerors must describe their organizational approach to meeting the task req uirements of this SOW. Issues such as number of people assigned to the task, their roles and responsibilities, an estimate of total project completion time, and precautions for document and form protection and preservation should be discussed. (3) Facto r 3. Price. Price is not adjectivally rated. Contractors must be registered in the CCR database at: http:/www.ccr.dlsc.dla.mil/ccrinq/scripts/search.asp. Questions regarding this solicitation should be received NLT 25 Aug 2004. The solicitation will close 01 Sep 2004, 3:30 p.m. EST. All offerors are required to submit an email copy of the Technical proposal and Cost/Price proposal to phuong.newhart@hqda.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DSS-W/DASW01/W74V8H-04-T-0158/listing.html)
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00649043-F 20040822/040820220323 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.