Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

71 -- Chesapeake Warehouse - Install and furnish 65 work stations

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-7014
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, 13.105, and 13.500 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This procurement is being conducted under the simplified acquisition procedures of FAR part 13.5-Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N40442-07-T-7014, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This is a small business set-aside. NAICS 423210 applies. Companies need to provide statement that they conform to the non-manufacturer rule under FAR Part 19.001. The small business size standard is 100 employees. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following: To provide all products, materials, and services necessary to furnish office spaces for 64 personnel and 1 supervisor at the MSFSC Chesapeake office located at 1112 Cavalier Blvd. Bldg. DS2 Chesapeake, VA. 23323-1596. Scope of work is to provide all materials, labor, supervision, on-site management and expertise necessary to install 65 workstations meeting the minimum specifications listed below. The furniture must be industry Grade A, and meet the specifications listed as a minimum. All products are to offer a manufacturers lifetime warranty. The vendor must perform a site-visit to confirm site features and dimensions. Vendors are to provide electronic design drawings, layouts, and space planning utilizing CAD software. Layout must show dimensions and architectural features of the spaces. Vendor must be able to provide on-site, local support. CLIN 0001 ? Chairs & Material needed to furnish 65 workstations CLIN 0002 ? Labor Installation services. Delivery Date: 31 August 2007 Minimum Specifications: Workstations: All workstations are to be mounted to existing building structure using a horizontal track rail system. Horizontal track system must tie into existing studs, blocks, masonry without additional blocking. Track is to be no more than 11/16 inches deep and no higher than 2 inches. Track system must allow for 100% off module placement of work surfaces, overhead storage and panel systems. Track system is to be made of rigid extruded aluminum and be available in a minimum of five standard colors. Track system needs to be field scribable to allow for custom installation. Track system to allow access to and use of existing electrical outlets, data connections, and telecom connections. Between upper and lower tracks, system must support the use of tiles. Each workstation is to have one task light per overhead and an articulating keyboard arm and tray. Tile: Tile components are to be available as fabric, slat, or marker board tiles. Fabric tiles are to be tackable and acoustic and manufactured of 6.6 cu.ft fiberglass and covered with fabric. Marker board tiles are to be made of 3 ply 16.1 tack board cores, and covered with porcelain over 20 gauge steel. Core has a .05 mm foil backer. Slat tiles are 1 inch high with .5 inch groove between each and allow for the placement of work tools. Tiles are to be field scribable to allow for a custom installation. Work Surfaces: Work surfaces are to have a solid core with a Thermofoil surface and a minimum of 1 and 3/16 inch thick. Thermofoil surface is to have a sloped ergonomic edge. All work surfaces are to have a continuous wire manager attached to allow for channeling, concealment, and management of wires and cables from the desktop. Wire managers have a flexible rubber trough along the back edge of the work surface with drops every 3 inches to allow for cable drops. All surfaces are to be field scribable and able to be cut in the field to meet configuration and reconfiguration requirements. No panels or structures are to be placed against the walls. The walls need to remain open to access existing electric and data connections. Additionally, the goals are to maximize the space available. Therefore, panels against the walls are unacceptable. Seating: All task seating must be Grade 2 fabric and meet the following requirements; Seat Construction: 2.5 inches of high grade polyurethane foam covers a solid contoured molded plywood seat panel for support and comfort. Back Construction: Injection molded polypropylene outer shell, with blow molded polyethylene inner back shell designed with deep ribbing to provide extra support. Back Rest: The back rest allows the back height to be adjusted by simply lifting up on the back. The range of adjustment is approximately 2 inches. Arm: All arms have encased uprights made of reinforced nylon. Height adjustable arms adjust with a push button to one of five positions within a 2.5 inches range. Height and pivot adjustable arms adjust in height within a 2.5 inches range and allow for arm pad rotation to three different positions for better ergonomic use. Arm pads are constructed of soft urethane. Control Mechanism: Synchro with Side Tension Adjustment Synchronous control allows the back and seat to move in a synchronized 2.3:1 ratio motion. A free float feature allows the chair to tilt freely. A side activated telescoping tension adjustment handle provides a comfortable way to adjust back tension to meet individual needs. To maintain proper tension and stability, the synchronous control is recommended for individuals weighing less than 225 lbs. The back angle can be locked in one of five positions. A standard pneumatic gas cylinder lift allows the seat to raise and lower 4.25 inches and provides spring action for added comfort. Seat-slide: Seat depth can be adjusted to seven different positions within a 2.5 inches range. Base and Casters A black five-prong fiberglass reinforced nylon base ensures long life. Standard double wheel casters work on multiple surfaces. All National bases are tested to BIFMA standards using 2500 lb. force. Finish: All plastic components feature standard black finish and coatings. Supervisors Office: Supervisors office must meet the above listed specifications and must be specified in a mocha cherry finish. Supervisor seating must leather with matching chairs around the conference table. Conference Table 1 each 48 inches X 96 inches. Work to be Performed: Vendor to receive, install, and deliver all equipment and materials to complete the project. All rooms are to be laid out as attached in the diagrams. The vendor shall have a dedicated project manager on site to coordinate the project and interface with the end users and manufacturers. Project manager is to be a dedicated project manager and not an installer or other individual filling the role. Project manager must develop a comprehensive installation plan laying out the timeframe of the project and must provide this report to the customer. Furniture installers are to be factory certified and trained. Rooms to be Furnished: 1man office: (2 workstations) Rm 12 Rm 129. 2 man office: (20 workstations) Rm 7 (side by side) Rm 1 Rm 10 Rm 11 Rm 124 Rm 130 Rm 131 Rm 133 Rm 134 Rm 135. 3 man office: (21 workstations) Rm 132 (larger office) Rm 4 Rm 5 Rm 6 Rm 8 Rm 9 Rm 13. 4 man office: (4 workstations) Rm 128. 6 man office: (18 workstations) Rm 2 (small Office) Rm 3 Rm 123. Total stations=65 See attached floor plans. ***ALL ROOM MUST BE FIELD MEASURED AND VERIFIED AS NO TWO ROOMS HAVE THE SAME DIMENSIONS. EACH ROOM HAS DIFFERENT ARCHITECTURAL STRUCTURES, WINDOWS, AND OBSTRUCTIONS*** Note: 1. Floor plans can be obtained at http://procurement.msc.navy.mil/procurement/contract/Welcome.jsp under solicitation N40442-07-T-7014. Floor Plans are the property of MSFSC and are to be used for pricing of solicitation. The reproduction in whole or part or the modification of any detail or design may not be made without express written consent. 2. Contact Sal Spano (757) 417- 4991 to schedule a visit to warehouse to take measurements. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; INSTRUCTIONS TO QUOTERS--COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits a quote in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotes. Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotes; (3) The name, address, and telephone number of the quoter; (4) 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; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) 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 (11) If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of quotes. The quoter agrees to hold the prices in its quote 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. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. 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 pre-award testing. (e) Multiple quotes. QUOTERS are encouraged to submit multiple quotes presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes: (1) QUOTERS are responsible for submitting quotes, and any modifications, revisions, or withdrawals, 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 quotes or revisions are due. (2)(i) Any quote, modification, revision, or withdrawal of an quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes 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 quotes 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. (5) Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a quoter or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotes and issue a purchase order and a resultant contract without negotiations with quoters. Therefore, the quoter's initial quote should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct negotiations, with one, some, or all quoters, if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. (h) Availability of requirements documents cited in the solicitation. (1)(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. (ii) 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. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernmental (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotes exceeding $3,000 and quotes of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The quoter shall enter, in the block with its name and address on the cover page of its quote, 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 CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Quoter does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Quoter. QUOTERS may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. ADDITIONAL INSTRUCTIONS TO QUOTERS--COMMERCIAL ITEMS 1. REQUIREMENTS FOR SUBMISSION OF QUOTES: ? Statement that company complies with non-manufacturer rule in FAR Part 19.001 ? Develop a comprehensive installation plan laying out the timeframe of the project ? 3 contacts of relevant past performance ? Send catalog and samples to Sabrina Ballenger MSFCS, Attn: N02FA, P.O. Box 7480, Virginia Beach, VA. 23458 Please submit the above information to satisfy the compliance of solicitation requirements. SIMPLIFIED ACQUISITION EVALUATION--COMMERCIAL ITEMS (a) The Government will issue a purchase order and a resultant contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Price 2. Compliance with Solicitation Requirements 3. Past Performance (b) The quoter will be required to indicate acceptance of the purchase order by written notification to the contracting officer resulting in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR provisions and clauses apply to this solicitation and are incorporated by full text: 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total SB Set-Aside 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. 52.219-14 Limitations on Subcontracting 52.233-2 Service of Protest 52.247-34 FOB Destination The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.232-7010 Levies on Contract Payments 252.243-7002 Request for Equitable Adjustment Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 52.203-3 Gratuities 252.211-7003 Item Identification & Valuation 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price quote which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Statement that company complies with non-manufacturer rule in FAR Part 19.001. Develop a comprehensive installation plan laying out the timeframe of the project. Three point of contacts of relevant past performance. Responses to this solicitation are due by 09 August 2007 4:00 P.M. Offers can be emailed to patrick.d.brown@navy.mil or faxed to 757-417-4606 Attn: Patrick Brown. Reference the solicitation number N40442-07-T-7014 on your quote.
 
Place of Performance
Address: Chesapeake, VA
Zip Code: 23323
Country: UNITED STATES
 
Record
SN01352335-W 20070727/070725222252 (fbodaily.com)
 
Source
FedBizOpps 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.