Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
SOLICITATION NOTICE

71 -- Systems Furniture

Notice Date
5/13/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604
 
Solicitation Number
W912ER-09-T-0004
 
Response Due
5/28/2009
 
Archive Date
7/27/2009
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The following provisions and clauses (current through FAC 2005-32 effective 31 Mar 2009) are applicable to subject solicitation: FAR 52.204-7 CCR, FAR 52.212-1 Instructions to Offerors, 52.212-3 Offeror Representations and Certifications Commercial Items, FAR 52.212-4 Terms and Conditions Commercial, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor, FAR 52.222-21 Prohibit Segregated Facilities, FAR 52.222-25 Affirmative Action, FAR 52.222-26 Equal Opportunity, FAR 52.225-13 Restrictions on Foreign Purchase, FAR 52.232-33 Payment by EFT CCR, FAR 52.233-1 Disputes, FAR 52.233-3 Protest after Award, FAR 52.247-34 FOB Destination, FAR 52.212-5 Dev Statutes/Exec Orders, FAR 52.252-1 Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A Required Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, DFARS 252.212-7001 Dev Terms and Conditions, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. IAW FAR 52.212-3, Offeror Reps and Certs An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Contract award will be made to the responsive offeror whose offer will result in the best value to the Government, with price and delivery being the considerations. All quotes shall include the following minimum information: Expected Delivery Date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Quote Expiration Date, Point of Contact, Phone, Fax, and Email. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to lea.walker@usace.army.mil and Robyn.Ratchford@usace.army.mil no later than 28 May 2009 at 3:00 p.m. NOTE: Quotations must include: furniture prices, installation costs, and projected delivery date. The anticipated award date will be 04 June 2009. As stated in the technical description the reconfiguration, procurement and installation of office furniture is to match the existing American Seating Furniture Systems. Color to match as close as possible with samples being submitted with your offer. Some existing American Seating items are currently in stock at Transatlantic Programs Center Complex and contractors are required to attend a site visit on May 20, 2009 at 10:00 a.m. and take inventory of such items which can be used in this reconfiguration. All contractor representatives attending this site visit are required to be U.S. citizens and all names must be provided by May 18, 2009 no later than 3:00 p.m. to Lea.Walker@usace.army.mil and Robyn.Ratchford@usace.army.mil. Contractors are to field verify all existing conditions and existing products during this site visit. Work inside the Transatlantic Programs Center Complex and Office Building will take place so that the normal operation of the Complex is not interrupted. Contractor will coordinate furniture component needs and procure all needed components prior to reconfiguring and installing furniture. Contractor is required to coordinate with the Contracting Officers Representative to begin work inside the complex. Work at the Complex is to be phased and reconfiguration and installation is to occur after working hours and on weekends. Work can begin inside the Complex at close of business on a scheduled Friday and continue throughout the week-end. Contractor will be allowed inside the Complex on weekend hours of 7AM (Saturday and Sunday) and must vacate the premises by 12:00 p.m. (Midnight) same day. Monday-Friday entry to the Complex will be at 5:00 p.m. and must vacate by 12:00 p.m. same day. The Complex has normal working hours from 8:00 a.m. through 5:00 p.m. Monday through Friday. The Contractor cannot be performing reconfigurations and installing furniture during these normal working hours. All work is to be completed in phases. The technical drawings refer to phases. Reconfigure and install panels/furnishing in areas designated Phase one through Phase Six is to be completed in chronological order. Technical drawings will be provided at the site visit. Award will be based on schedule and price. Engineering Department Scope of Work: According to the layout, furniture contractor is to provide product and labor to configure workstations to integrate with existing American Seating Framework Panel (PAA) cubicle configurations. Using existing furniture components available in the USACE facility, in addition to ordering new product to completely outfit new workstations, the Contractor is to provide all modular systems furniture including, but not limited to: work surfaces, overhead storage, pedestals, pencil drawers, end panels, computer keyboard drawers, tack boards, end caps, top caps and hardware, and electrical parts, as well as any and all parts required to assemble the systems furniture cubicles as shown on the furniture floor plans and described in the specification herein. Panels shall be level, straight and true when all work surfaces, shelves, binder bins are hung on the panels. In addition to systems furniture components, Contractor is to provide freestanding American Seating components to coordinate with the systems furniture in areas that do not conform to our standard workstation due to floor plan interferences such as columns. See floor plan. Contractor is to move existing cubicles approximately 2-6 to correctly space existing cubicles so that the new product can be properly installed in the designated space using the standard connection processes. Contractor is to level and adjust binder bins as located on the floor plan to ensure their proper operation and closing. Contractor is to clean or replace soiled fabric in existing workstations that are to be reworked. Contractor is to provide full end panel support at the ends of the work surfaces that do not terminate at an acoustical panel. Contractor to provide all acoustical, electrified panels as needed to completely finish workstations as illustrated on floor plan. Provide 2 duplex outlets per side per panel. Contractor is to provide a complete layout as well as an itemized component list in the submitted bid proposal. Contractor is to provide a list of existing systems components that will be utilized in configuring the new workstations. Contractor is to provide a price breakout between labor and materials. Contractor is to field verify existing conditions and dimensions. Colors are as below: (field verify finishes) -Work surface laminate: White Nebula -Panel fabric: Celebration, 1AX Rainblue -Vinyl edge trim: W Platinum -Lateral file/pedestal color: Steel Grey -Binder Bin fabric: Cascade 1AW China Sea -Binder Bin/shelf color: Platinum Each workstation is to be provided a computer and a telephone. COMPONENT TYPICALS: WS1: -48 corner computer work surface -48x30 work surface -60x30 work surface -48x24 work surface -30 lateral file/pedestal combination, box/box/half height file/full 30 file -30 2H lateral file -(3) 48 binder bins, fabric covered with matching sized task light under -(2) 30 shelves with matching sized task lights under -(1) 30 tack board -pencil drawer -48 tool bar with (1) legal paper holder, and (1) folder tray WS2: -36 corner computer work surface -60 x24 work surface -42x24 work surface -(2) 30 Binder Bins with same size task light -42 shelf with same size task light -42 tool bar with (1) legal paper holder and (1) folder tray WS1-modified -See floor plan for details WS2-Modified -See floor plan for details WS3 -This workstation is an existing workstation reversed. Use the components that are existing for this workstation first, and add in any new components, connectors, etc. that are necessary for the reversal or change in length. Contracting Department Furniture Reconfiguration Scope of Work: According to the layout, furniture contractor is to provide product and labor to configure workstations to integrate with existing American Seating Framework Panel (PAA) cubicle configurations. Using existing furniture components available in the USACE facility in addition to ordering new product to completely outfit new workstations, Contractor is to provide all modular systems furniture including, but not limited to, work surfaces, overhead storage, pedestals, pencil drawers, end panels, computer keyboard drawers, tack boards, end caps, top caps and hardware, and electrical parts, as well as any and all parts required to assemble the systems furniture cubicles as shown on the furniture floor plans and described in the specification herein. Panels shall be level, straight and true when all work surfaces, shelves, binder bins are hung on the panels. Contractor is to move existing cubicles to be tight along the window wall. Contractor is to level and adjust binder bins as located on the floor plan to ensure their proper operation and closing. Contractor is to provide full end panel support at the ends of the work surfaces that do not terminate at an acoustical panel. Contractor to provide all acoustical, electrified panels as needed to completely finish workstations as illustrated on floor plan. Each panel is to be electrified. Provide 2 duplex outlets per side per panel. Provide all faceplates needed for electrical and data. Provide electrical power in-feed. Contractor is to provide a complete layout as well as an itemized component list in the submitted bid proposal. Contractor is to provide a list of existing systems components that will be utilized in configuring the new workstations. Contractor is to provide a price breakout between labor and materials. Contractor is to field verify existing conditions and dimensions. Colors are as below: (field verify finishes) -Work surface laminate: White Nebula -Panel fabric: Celebration, 1AX Rainblue -Vinyl edge trim: W Platinum -Lateral file/pedestal color: Steel Grey -Binder Bin fabric: Cascade 1AW China Sea -Binder Bin/shelf color: Platinum Each workstation is to be provided a computer and a telephone. COMPONENT TYPICALS: WS6 -60x24 work surface -36x24 work surface -36x24 corner work surface -36 open shelf with matching sized task light under -(2) 30 binder bins, fabric covered with matching sized task light under -30 lateral file/pedestal combination, box/box/half height file/full 30 file -30 2H lateral file -(1) 30 tack board -pencil drawer -36 tool bar with (1) legal paper holder and (1) set folder trays -articulating keyboard tray with mouse pad (dual-lever adjustment for height and tilt; swivel tilt mouse platform; adjustable from right to left side; ball bearing suspension; sit to stand mechanism with a 12 of height adjustment.) WS7 -48x24 work surface -48 open shelf with matching sized task light under NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-09-T-0004/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN01816006-F 20090515/090513233040 (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.