SOLICITATION NOTICE
54 -- Lightweight, Demountable, Movable Partition Walls for Office Spaces
- Notice Date
- 4/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 141 ARW/LGC, WASHINGTON AIR NATIONAL GUARD CONTRACTING OFFICE, 141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6T8SR9043A002
- Response Due
- 4/14/2009
- Archive Date
- 6/13/2009
- Point of Contact
- Matthew Richard, 509-247-7223<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for supplies prepared in accordance with the format in 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. Reference number F6T8SR9043A002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 238390 and small business size standard is 14 Million Dollars. This requirement is for the purchase of: 0001-AA- Lightweight, demountable, movable partition walls required for office spaces on Camp Murray, WA BLDG 109 SCI facility. Walls may clamp to floor and drop ceiling framework but should not be a permanent installation. Walls will be approximately 96 (8 ft.) high, and all final measurements are to be verified by the vendor prior to and during installation. Walls must accommodate power and networks drops/outlets as indicated in attached diagram. Walls need to follow existing color scheme and need to be for an office environment as well as LEED certified. Door hardware will accept Best Lock cores (figure 8 style). For partition wall layout, see attached drawing. The drawing is not to any scale and field measurements are required for wall positioning as well as height. If drawing cannot be opened contact Matt Richard @ matthew.richard@wafair.ang.af.mil for a copy. A mandatory site visit is scheduled for Thursday April 9, 2009 in BLDG 109 on Camp Murray, WA. At 10:00 A.M. PST. Contact Lt. Nathan Masunaga @ (253) 301-7503 for base access. All personnel attending the site visit will require drivers license, proof of insurance, and need to arrive at the front gate no later than 9:45 a.m. so the customer can meet you. All interested parties need to send a confirmation e-mail no later than 7 April 2009 to matthew.richard@wafair.ang.af.mil and elke.neal@us.army.mil to confirm they will attend the site visit. STATEMENT OF WORK FOR THE PURCHASE AND INSTALLATION OF WALL PARTITIONS FLOOR TO CEILING WALL PARTITIONS STATEMENT OF WORK (SOW) 1.0 SCOPE 194th Intelligence Squadron (IS) requires the purchase and installation, connection and finish work to complete a total of eight complete private office spaces of various sizes with doors, to include flush in wall termination of electrical and data-communication wiring from existing power and data line drops located in ceiling with same type as existing terminations from existing power and data Line drops located in ceiling. See below diagram for approximate power/network drop locations. Existing ceiling is approximately 8 ft suspended utilizing 2ft x 2ft drop in below t-bar. Existing structural beams do exist and which have potential to impact configuration and installation. All final measurements to be verified by vendor prior to and during wall installation. 2.0 BACKGROUND 2.1 The contractor will determine the best partition materials for this requirement and submit to 194 IS for review prior to award. The partitions must have the following options: multiple segmented, sound damping, raceway panel configurations, with options of multiple complementary fabrics, wood laminates, vented, whiteboard surfaces or glass, with tackable and non-tackable segments. Partitions must make complete, floor to ceiling private office spaces with locking full width doors, and reception stations. All connections are integral to the extruded aluminum frame. Universal connector posts work for all same- and multi-height connections, to allow for reconfiguration of partitions. Less than ceiling height panel-to-panel locking plates are covered with curved top caps. All trim is painted metal to ensure color matching. The contractor will be responsible for the installation of the partitions, system, wiring and necessary components in accordance with industry standards. The partitions installation may also involve installing conduit from the existing wiring drops in ceiling to termination (depending on the recommended solution). Floor diagram drawings will be provided at the site visit. All final measurements to be verified by vendor prior to and during wall installation. 2.2 The following requirements are deemed necessary for the purchase and installation of the system: - Partitions will have the following characteristics: -- sound damping -- locking full width doors -- demountable / reconfigurable -- raceway panel configurations -- Options of the following with tackable and non-tackable segments or panels. --- multiple complementary fabrics --- all wood laminates must be Mahogany or similar dark wood --- vented --- whiteboard surfaces --- glass -- Installed from floor to ceiling in a secure manner but not a permanent installation -- Located closely to the existing structural beams where appropriate. -- See below diagram for approximate power/network drop locations. -- Wall color scheme to follow existing walls in the area. -- Walls need to be appropriate to an office environment. -- Walls should be LEED certified. -- Door hardware will accept Best Lock cores (figure 8 style). -- Installation to occur on or around 22 April 2009 2.3 The following is a breakdown of where the partitions will be installed (drawings will be provided) See attached diagram. The attached drawing is not to any scale and field measurements are required for wall positioning as well as height. 194 IS Special Compartmented Information Facility (SCIF) 3rd Floor, Building 109 2.4 Documentation. The contractor shall provide the operation and maintenance documentation for the partitions after completion of the project in both paper and searchable electronic format. Contractor will also provide As Installed drawings at the time of project completion. 2.5 Integration. The contractor shall perform all acceptance testing of the partitions to ensure operational capability in all areas. 2.6 Contractor personnel will require installation passes due to the project being accomplished in a DOD environment. The contractor may provide required documentation to Camp Murray security in order to obtain base passes. 3.0 PROGRAM MANAGEMENT 3.1 Warranty. The contractor shall provide the required commercial warranty for at least one year after installation of equipment. Delivery requirement: 30 days ARO, FOB Destination at Camp Murray WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 4:00 P.M. local time on 14 April 2009 to matthew.richard@wafair.ang.af.mil or heidi.weber@wafair.ang.af.mil 509-247-7223/4 FAX 509-247-7225
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d9ec916cad28e976734aa211d5f20cc&tab=core&_cview=1)
- Place of Performance
- Address: 141 ARW/LGC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA<br />
- Zip Code: 99011-9439<br />
- Zip Code: 99011-9439<br />
- Record
- SN01785405-W 20090405/090403220848-7d9ec916cad28e976734aa211d5f20cc (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 |