Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

71 -- Office Furniture and Window Treatments

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY09R0068
 
Response Due
11/20/2009
 
Archive Date
1/19/2010
 
Point of Contact
John Conlin, 508-233-6039
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(john.conlin3@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) INTRODUCTION. 1. This is a combined synopsis/solicitation, issued as Request for Proposals (RFP) W911QY-09-R-0068, for commercial items prepared in accordance with the format in FAR Subpart 12.6 and in conjunction with FAR Subpart 13.5, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is a 100% small business set aside under NAICS code 238390, which has a small business size standard of $14.0M. 2. Background The US Army Research Development and Engineering Command Contracting Center, Natick Contracting Division (NCD) requires office furniture and window treatments for new office space in Milford, MA. This office space includes an executive suite with individual offices, two large open areas, and a space that will be used as a training room. NCD intends this office to support approximately 30 employees. The Rough Order of Magnitude of this project is approximately $250,000.00. 3. Acquisition Approach This is a competitive commercial acquisition for the award of 1 to 4 firm fixed price contracts to deliver and install freestanding furniture, modular systems furniture, and/or window treatments. The Government reserves the right to make a single award or to make no award. The award will be made to the best overall proposal or combination of proposals, which is determined to be the most beneficial to the Government. Specifically, a best-value trade-off process will be used on this procurement to select the most advantageous offer based on an integrated assessment of both non-Price (Technical Approach & Past Performance) and Price factors. The Government will evaluate proposals using a two-phase down-select process to determine compliance with all requirements of the solicitation, including any attachments and exhibits. It will also evaluate proposals for unique, creative and innovative methods, processes, and/or solutions that are beneficial to the Government and demonstrate responsiveness to customer needs. The Government will allow and evaluate multiple proposal submissions from the same Offeror, and Offerors may offer on all or individual components of the Governments requirement, as described in the Statement of Work (SOW). (II) STATEMENT OF WORK 1. PROJECT SCOPE: NCD requires office furniture and window treatments for new office space in Milford, MA. This office space includes an executive suite with individual offices, two large open areas suitable for modular systems furniture, and a space that will be used as a training room. NCD intends this office to support approximately 30 employees. The Rough Order of Magnitude of this project is approximately $250,000.00 The Offeror shall be responsible to provide labor, equipment, transportation, materials, and disposal of any and all debris associated in order to furnish and install new furniture and window treatments in accordance with (IAW) the requirements in this statement of work (SOW) and the drawings attached as Exhibit A. 2. STANDARDS AND CODES: The Offeror shall comply with all Federal, State and local regulations pertaining to the required work such as, but not limited to: a. National Electrical Code (NEC) b. National Fire Protection Association (NFPA) c. Environmental Protection Agency (EPA) d. Occupational Safety and Health Administration (OSHA) 3. DELIVERY SCHEDULE: The Government desires that all work under this project be complete within 10 weeks from the date of award; however, the Offeror may propose a different lead time in its offer. Government personnel will conduct inspection and acceptance of the Offerors work at the installation site in Milford, MA. 4. DEMOLITION, PROPERTY DISPOSITION, RECYCLING, AND DISPOSAL: The Offeror shall remove all packing and any other work related debris from the site daily before departing the work area for the day. Upon completion of the project the Offeror shall clean all surfaces of the furniture. The main hallways within the building shall not be used for storage. All materials and equipment to be removed by the Offeror and not reinstalled or recycled under this contract, including debris generated by this project, shall be removed daily from the site and disposed of by the Offeror. 5. WARRANTY: The Government desires a lifetime warranty for all items proposed; however, the Offeror may propose its standard commercial warranty. 6. SCHEDULE AND STANDARD WORKDAY/WEEK: Installation will normally be accomplished during normal business hours in a standard, 5-day week, Monday through Friday, between the hours of 7:30 A.M. and 5:00 P.M. local time, excluding Federal Legal holidays and non-work days resulting from holidays occurring on weekends. When the Offeror desires to work at other than the aforementioned times, the Offeror shall submit a written request to the Contracting Officer (CO) for approval and shall receive written approval from the CO before proceeding with work. The request shall be submitted at least five (5) work days prior to the proposed performance of work, and shall indicate the day/days, time/amount of work, and reason why permission should be granted to perform work during nonstandard hours. Approval for work to be performed during nonstandard time will be given only in cases of extreme necessity. 7. GOVERNMENT POINT OF CONTACT: The Governments Point of Contact (GPOC) for this contract is Mr. John Conlin, telephone number: 508-233-6039. This GPOC is NOT authorized to make any decisions that bind the Government in any way. Contractual matters shall be addressed with the CO. The Offeror shall coordinate all work with the GPOC. 8. 24-HOUR POINT OF CONTACT: The Offeror shall provide the CO, in writing, with the name of a contract/project manager and an alternate, with a 24-hour number or numbers where they can be contacted at any time. These number(s) shall be provided prior to beginning any installation work. 9. REQUIREMENTS: The Offeror may offer on any or all of the Contract Line Item Numbers (CLINs) below. Room numbers correspond to markings in Exhibit A. CLIN 0001 FREESTANDING FURNITURE, ROOMS 1-7 (Executive Suite) A. Desired configurations may contain, but are not limited to the following: Room 1: Reception/Secretarial Admin Area. a. A desk for reception, with a full, ergonomic rolling chair, in the location indicated on the floor plan. b. Reception seating, either couch, chairs or a combination, along the opposite side of the room. c. A low table for the reception seating. Room 2: Printer Area. a. A storage credenza to be used for paper storage and capable of physically supporting a printer and fax machine, in the location indicated on the floor plan. Room 3: Conference Room. a. A rectangular conference table measuring approximately 10 feet by 5 feet. The table should be finished with a color that complements the existing cabinetry (indicated in floor plan). b. Full, ergonomic rolling seating for 10 people around the conference table. Room 4: Deputy Directors Office. a. Freestanding furniture, consisting of a desk, return with hutch credenza, bookshelf, and a full, ergonomic desk chair. b. A 2-drawer lateral filing cabinet. c. A meeting table with seating for 3 people. Room 5: Directors Office. a. Freestanding furniture, consisting of a desk, return, and a full, ergonomic desk chair, in the location indicated on the floor plan. b. A seating area with couch or comfortable chairs for 4 people. c. A low table for the seating area. Room 6: Individual Office. a. Freestanding furniture consisting of a desk, return, hutch, bookshelf, and a full, ergonomic desk chair. b. A small table with seating for 3 people. c. A 4-drawer lateral filing cabinet. Room 7: L-shaped office. a. Freestanding furniture consisting of a desk, return hutch credenza with storage, and a full, ergonomic desk chair. b. A small meeting table with seating for 3 people. B. The Offeror shall propose an A-grade and a B-grade freestanding furniture line. The Offeror may also propose additional furniture lines. C. All furniture and storage components shall be lockable. A copy of all keys, or a master key for all locks, if applicable, shall be given to the GPOC upon completion of the project. CLIN 0002 MODULAR SYSTEMS FURNITURE, Rooms 8 & 10 A. Desired configurations may contain, but are not limited to the following: 1. Modular office furniture designed to accommodate at minimum 20 workstations subject to the following constraints: i. 4 stations with a door, measuring between 55 and 80 square feet, having partitions extending floor-to-ceiling, and constructed with sound baffling materials. An active sound masking system may be offered. ii. 16 stations measuring between 45 and 55 square feet, without doors. Floor-to-ceiling partitions are not required; however, partitions should be at least 5ft 6in high, to provide privacy. If an Offerors design cannot accommodate 16 stations, a lower number may be proposed, as long as the minimum square footage constraints are satisfied. iii. No workstations should be laid out in front of the floor-to-ceiling windows in Room 10 (see Floorplan, Exhibit A). iv. Workstation panels/partitions should meet the walls perpendicularly only in the spaces between windows, and no panel/partition should be laid out parallel to and directly alongside any exterior-facing windows. v. All workstations will include a full, ergonomic chair. vi. All workstations should include overhead storage and 2-drawer lateral filing cabinet storage, or some other storage configuration with equal capacity. vii. All workstations will include integrated lighting, such as, but not limited to, task lighting underneath overhead cabinets. 2. A walkway running through the area, a minimum of 5 feet wide. 3. A storage area measuring between 50-65 square feet, containing file storage solutions, such as, but not limited to, revolving storage racks. 4. An open area for printers/peripheral devices sized between 50-60 square feet. 5. Two freestanding L-shaped work stations (in the locations indicated on the floor plan) of a color and design complementary to the systems furniture in Rooms 8 and 10 and with a maximum of storage. 6. 2 circular tables and 8 chairs in the area marked Break Room on the floor plan. B. The Offeror shall propose an A-grade and a B-grade modular system furniture line. The Offeror may also propose additional furniture lines. C. All work surfaces and storage desk components (countertops, overhead door fronts, lateral files fronts, pedestal fronts, etc.) should have the ability to be specified in finishes such as, but not limited to, wood veneer, high pressure plastic laminate, or comparable material. D. Standard powered or non-powered panels for this project should have tackable acoustical fabric covered on two sides with Class A fire retardant rating. All panel surfaces shall have the same appearance. Quantity take-offs, location of panels as to powered or non-powered, and varying widths shall be developed from the overall furniture floor plans. E. All panels shall be installed to maintain a level appearance at the top of the panel with top cap. All systems components, including stack on hutches, etc. shall maintain a consistent height throughout the installation, level with the top of the panel. Each panel should have glides with a minimum vertical adjustment of 2 inches. Panel connectors shall be provided by Vendor. All exposed panel ends shall be covered with a finished panel trim end piece that is metal or wood, depending on the panel finish specification. Vendor shall provide all change of height connectors and finished ends as required to finish off panels completely. Panels shall be level, straight, and true when all work surfaces, shelves, and overhead storage units are mounted on panels. The sizes of the desk/storage components shall be coordinated with the systems furniture so that all tops of units shall maintain a consistent height throughout. No component shall extend above a finished panel. The base panel material shall be flexible and color penetrated. Offeror shall provide all drawer rods, connectors, top caps, base covers, and finish end covers, etc. as required to accomplish an entirely finished workstation. All cabling and electrical wiring shall be concealed and managed by vertical wire managers and under counter wire managers. F. Each workstation shall be configured to support a phone and computer, and shall be provided with the proper power entry and faceplate cutouts, electrical and data faceplates, and power-in electrical components. Work stations and desks may be configured either right or left according to the Vendors design plan. Workstations shall be provided with a minimum of four duplex 110v, 60hertz, NEMA configuration 5-20R electrical receptacles. Unused panels shall have knockouts for future connection of communication outlet and electrical receptacles. G. All storage components shall be lockable. A copy of all keys, or a master key for all locks, if applicable, shall be given to the GPOC upon completion of the project. CLIN 0003 TRAINING ROOM, Room 9 A. Desired configuration may contain, but is not limited to the following: 1. Rectangular tables, moveable with integrated electrical outlets (2 per person). Offeror should propose enough tables to accommodate at least 30 people in a classroom configuration (as indicated on the floor plan). The Offeror shall propose a corresponding quantity of full, ergonomic, rolling seating. 2. 2 four-drawer vertical filing cabinets with locks. 3. A multimedia presentation podium with integrated media racks and a fan. Podium should be able to accommodate a computer and 19 LCD monitor. 4. 3 computer work stations with full, ergonomic seating. B. The Offeror shall propose an A-grade and a B-grade furniture line. The Offeror may also propose additional furniture lines. C. All storage components shall be lockable. A copy of all keys, or a master key for all locks, if applicable, shall be given to the GPOC upon completion of the project. CLIN 0004 WINDOW TREATMENTS A. Desired configurations may contain, but are not limited to the following: Room 3: Conference Room. Treatments for 2 windows. Room 4: Deputy Directors Office. Treatments for 2 windows. Room 5: Directors Office. Treatments for 3 windows and 2 floor-to-ceiling windows (locations marked in Exhibit A). Room 6: Individual Office: Treatment for 1 window. Rooms 8 & 10: Modular Systems Furniture Rooms. Treatments for all exterior-facing windows, as indicated in Exhibit A, including 2 floor-to-ceiling windows. Room 9: Training Room. Blinds for 9 windows, as shown in Exhibit A. The Offeror may propose motorized blinds. B. The Offeror shall propose products from an A-grade and a B-grade window treatment line. The Offeror may also propose additional product lines. (III) INSTRUCTIONS TO OFFERORS The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and is incorporated herein by reference. The following addendum also applies to this acquisition: Addendum to 52.212-1 Proposal Submission Introductions 1. General Instructions A. The Government reserves the right to make up to four contract awards, based on a 2 Phase Down-select evaluation approach. Offerors may submit proposals for all or for individual Contract Line Item Numbers (CLINs), as listed in the Statement of Work; however, for any CLIN proposed, the Offeror will propose at least an A-grade and B-grade product solution. The Offeror may propose additional product lines. B. The point of contact (POC) for this solicitation is: John Conlin Natick Contracting Division 1 Kansas St. Natick, MA 01760 508-233-6039 / john.conlin3@us.army.mil C. If an Offeror has any questions concerning this solicitation, it is recommended that they be submitted electronically no later than three (3) calendar days prior to the closing date of the solicitation. Questions received after that time frame may not receive a response. The Government will make every effort to respond to questions in a timely manner. Questions submitted, and the Government's responses, will be included in the amendment following the receipt of the question. All questions should be sent to: john.conlin3@us.army.mil. D. The Offeror will not be reimbursed for any costs incurred prior to the effective date of the contract. E. Offerors are cautioned that the Government may deem ineligible for award any proposal received that is not in compliance with all of the terms and conditions set forth in the solicitation. F. The period for acceptance of offers is ninety (90) days from the proposal submission deadline. 2. Proposal Delivery A. Offerors are invited to submit proposals to arrive at the office specified below no later than the proposal submission deadline: 6 November 2009 at 5:00pm. B. All proposals delivered in response to this solicitation will reflect the following on the address label: 1. Solicitation Number W911QY-09-R-0068 2. The legend TO BE DELIVERED UNOPENED TO MR. JOHN CONLIN, CONTRACT SPECIALIST C. All proposal documents must be delivered to U.S. Army Research, Development and Engineering Command Contracting Center, Natick Contracting Division, 1 Kansas Street, Natick, MA 01760-5011. Attention Mr. John Conlin. 3. Proposal Sections Proposals must consist of the following sections: A. Technical Approach The Offeror shall prepare and submit a Technical Approach section. This section provides Offerors with an opportunity to demonstrate how their proposed products meet the requirements of the SOW. The Offeror will provide at least two (2) sets of Technical Approach information: One will address products from an A-grade product line. The other will address products from a B-grade product line. If the Offeror proposes additional product lines, it will include separate, corresponding sets of Technical Approach information. Each set of Technical Approach information should consist of: i. Design Concept Board, configured according to the example attached as Exhibit B. Offerors will provide carpet and paint suggestions on the Concept Board; however, the Government does not intend to procure carpeting or painting under this acquisition. These suggestions will merely be a guide for the Government. The Design Concept Board should be submitted on a poster board no bigger than 24in x 36in. ii. 2D and 3D drawings demonstrating the layout of the proposed furniture and/or window treatments. Offeror will use the floor plan drawings, attached as Exhibit A, as a guide for developing its own drawings. (Offerors whose proposals are down-selected after Phase I evaluations will have opportunity to perform a site visit and confirm measurements). iii. A bill of materials for the proposed items. iv. Product brochures of the proposed items, and any information highlighting the advantages of the proposed items. v. An estimate of the time it will take for the proposed items to be ordered, shipped and installed. vi. Terms of the proposed items warranty. B. Past Performance The Offeror will prepare and submit a Past Performance section not exceeding 2 pages, which provides references (with name, phone, and e-mail info) from at least three sites that currently have had the proposed furniture/window treatment lines installed by the Vendor. C. Price The Offeror will prepare and submit a Price section. Based on the technical approach proposed, the Offeror will propose a price inclusive of materials, delivery and installation for each CLIN and product line proposed. Delivery must be priced FOB destination. D. Representations and Certifications The Offeror will prepare and submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its proposal. (IV) EVALUTION OF OFFERS. 1. Basis for Award The Government intends to award one, or up to four contracts to the Offeror(s) whose proposal(s) represents the best value to the Government. Best value means the expected outcome of an acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. In determining best value, the Government will consider the following three evaluation factors: Technical Approach, Past Performance, and Price. The relative order of importance of the evaluation factors is as follows: Technical Approach is more important than Past Performance. The non-Price factors combined are significantly more important than the Price factor. Offerors are cautioned that award may not necessarily be made to the lowest price offered. 2. Factors and Subfactors to be Evaluated Factor 1 Technical Approach Subfactor 1.1 Design Subfactor 1.2 Schedule Factor 2 Past Performance Factor 3 Price NOTE: Technical Subfactors are listed in order of relative importance; Design is more important than Schedule. 3. Evaluation Approach All proposals will be evaluated by a team of Government employees using a two-phase down-select process, conducted as follows: In Phase I, proposals will be evaluated and down-selected with a best-value trade-off process on the two non-price factors: Technical Approach and Past Performance. Offerors whose proposals are down-selected in Phase I will be invited to conduct a site visit of the office space in Milford, MA and will be permitted to take measurements of the site and to revise their proposal pricing on the basis of those measurements. Offerors are responsible for verifying all dimensions of the site. In Phase II, the Government will evaluate the Price factor of the down-selected proposals. Any revised pricing will be taken into consideration in Phase II. Each down-selected proposals price factor will be considered in relation to its non-price factors. Offerors are cautioned that award may not necessarily be made to the lowest price offered. (V) ADDITIONAL PROVISIONS AND CLAUSES. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mr. Richard Alves, Contracting Officer, US Army RDECOM CC Natick Contracting Division, 15 Kansas Street, Natick, MA 01760. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The clause at 52.212-4, Contract Terms and Conditions applies to this acquisition and is incorporated herein by reference. The clauses at 52.212-5 (DEVIATION) and 252.212-7001 (DEVIATION), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION), apply to this acquisition, and are incorporated herein by reference. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated herein by reference: 52.236-2 -- Differing Site Conditions; 52.236-3 -- Site Investigation and Conditions Affecting the Work; 52.236-6 -- Superintendence by the Contractor; 52.236-7 -- Permits and Responsibilities; 52.236-8 -- Other Contracts; 52.236-9 -- Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; 52.236-10 -- Operations and Storage Areas; 52.236-11 -- Use and Possession Prior to Completion; 52.236-12 -- Cleaning Up; 52.236-13 -- Accident Prevention; 52.236-17 -- Layout of Work; 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.236-7000 -- Modification Proposals - Price Breakdown; 252.236-7001 -- Contract Drawings and Specifications. (VI) EXHIBITS The following exhibits are incorporated into this solicitation: Exhibit A: Floorplan of Installation Site Exhibit B: Desired Layout of Concept Board These Exhibits are available at the Natick Contracting Division (NCD) website, https://www3.natick.army.mil/current.cfm. Offerors not able to access the NCD website may request copies from John Conlin. (contact information listed below) (VII) QUESTIONS Questions about this solicitation may be addressed to John Conlin, at john.conlin3@us.army.mil or 508-233-6039. (VIII) AMENDMENTS Offerors shall acknowledge their receipt and acceptance of the following Amendments when submitting their proposals: Amendment 01 A. The following changes and additions have been made to the RFP. 1. Section (II)-9-CLIN 0001: Glass tops for work surfaces are included in the Governments desired configurations. 2. Section (II)-9-CLIN 0004-A: The Government desires window treatments for 10 windows in Room 9. 3. Section (V): The following clause applies to this acquisition and is incorporated by reference: 52.222-6 Davis-Bacon Act. 4. Section (VI): Exhibit A-01: Floorplan of Installation Site (Revision 01) is incorporated into this solicitation. This Exhibit is available at the Natick Contracting Division (NCD) website, https://www3.natick.army.mil/current.cfm. Offerors not able to access the NCD website may request a copy by email from john.conlin3@us.army.mil. B. Responses to Offerors Questions General Questions: 1. Please clarify what is meant by A-grade and B-grade. ANSWER: A-Grade refers to the best possible product line available, given the Rough Order of Magnitude of this project. B-Grade refers to an alternative product line which, while not necessarily equal to the A-grade product line, still achieves the design objectives desired by the Government. 2. What is the floor-to-ceiling height of the space? ANSWER: The floor-to-ceiling height of the space is approximately 96 inches. Please see the revised Exhibit A, available at https://www3.natick.army.mil/current.cfm or by email from john.conlin3@us.army.mil. 3. In Room 5 (and in all rooms), Will the data outlet be relocated or is this to be wireless? ANSWER: Existing data and phone outlets in all rooms will be relocated by the Government to accommodate the successful Offerors (or Offerors) design. 4. For the Pedestals, do you require 2 or 3 drawers? ANSWER: For the receptionists desk in Room 1, the Government prefers a box/box/file configuration, though other configurations may be proposed. For all other rooms, please refer to the desired configurations listed in Section (II) 9 Requirements of the RFP. 5. Please confirm if labor should be quoted at prevailing wage rates. ANSWER: Labor under this contract shall be furnished according to prevailing wage rates. 6. Please confirm the level of finish required for these offices- Laminate vs. Wood Veneer. ANSWER: The Government has no preference for any particular finish, but will instead evaluate on an individual basis all proposed finishes, as submitted by Offerors on their Concept Boards. 7. What is the hierarchical relationship of the personnel who will work in these offices? ANSWER: Personnel who will occupy the Executive Suite (Rooms 1-7) will be senior management. Furniture in these rooms should be suitable for executive level personnel. For Rooms 8 and 10, personnel occupying the workstations with floor-to-ceiling partitions and doors will be team leaders. The remaining workstations will be occupied by general staff. 8. Stackable elements required or not? ANSWER: Stackable elements are not required, but may be proposed. 9. Power to be at desk height or at base level? ANSWER: Either, or both, configurations would be acceptable. 10. Does your group work with oversize documents? ANSWER: No. The personnel occupying these offices will be working with standard sized documents. 11. Please confirm typical equipment requirements for each station: Monitor (flat panel?) CPU and keyboard tray? Do some users have multiple monitors? Perhaps a monitor arm in each station? ANSWER: All personnel who will work in these offices will use dual flat-panel monitors. All workstations/desks proposed under CLINS 0001 and 0002 should accommodate this functionality. If monitor arms are proposed, the arms must be universally compatible with all flat panel monitors. Questions Concerning CLIN 0001: 1. For the existing cabinets, could we get a finish sample? Some Blonde Finishes could be white in color or it could be more like a maple color. ANSWER: Please see the revised Exhibit A, available at https://www3.natick.army.mil/current.cfm or by email from john.conlin3@us.army.mil. 2. For CLIN 0001, Room 2, (the printer area), is the printer a table or floor model? If it is a table model, how deep is the printer so that we know which type of credenza to quote? ANSWER: The Government intendsto use a table-top printer/fax/scanner, approximately 36 inches deep. Questions Concerning CLIN 0002: 1. If true floor-to-ceiling panels are proposed, will the Offeror be able to coordinate with the property manager to properly arrange HVAC? ANSWER: No. Offerors whose proposals are downselected for Phase 2 evaluation will have an opportunity to visit the installation site and adjust their proposed layouts to accommodate the existing HVAC. Offerors will then be able to revise their pricing accordingly, before submitting a revised final proposal for Phase 2 evaluation. 2. Are all four of the higher walled stations together, or two for Room 8 and two for Room 10? ANSWER: There should be at least one high walled work station in Room 8 and one in Room 10. The remaining high walled stations can be laid out according to the Offerors own design. 3. Could you please confirm the dimensions of the wall in the office where the 2 L-shaped workstations are going? ANSWER: Please see the revised Exhibit A, available at https://www3.natick.army.mil/current.cfm or by email from john.conlin3@us.army.mil. 4. In Room 8, what is the depth of the existing columns? ANSWER: The columns in Room 8 are approximately 18 inches on each side. 5. For the Workstations/Offices, does the Government require Paper Management Tools? ANSWER: The Government has no preference. 6. Could you please confirm the dimensions of Room 8, the walls near the training room, elevator and the common wall with Room 10? ANSWER: Please see the revised Exhibit A, available at https://www3.natick.army.mil/current.cfm or by email from john.conlin3@us.army.mil. 7. In Rooms 8 & 10, do you need a power pole or base feed? ANSWER: Either option would be acceptable. The Government will be responsible for configuring electrical hook-ups to accommodate the successful Offeror(s). 8. CLIN 0002 requests that no stations be laid out in front of the floor to ceiling windows in Room 10, but is this flexible in any way? ANSWER: The Government prefers that these windows not be blocked. However, the Offeror may propose a design not meeting this request if the Offeror feels that its design represents the best overall solution for the Government. 9. For the modular systems furniture, does the Government prefer monolithic or segmented Panels? ANSWER: Offerors may propose either kind, according to what they determine is the best overall design solution for the Government. Offerors are reminded that the Government will evaluate proposals for unique, creative and innovative methods, processes and or solutions that are beneficial and responsive to the Governments needs. 10. The RFP mentions a revolving storage rack. Please clarify what this is. ANSWER: The Government intends to use these racks to store letter-sized file folders. The Government prefers a file storage solution that could provide approximately 300 linear feet of storage and could accommodate letter (8.5in x 11in) and legal (8.5in x 14in) sized file folders. Questions Concerning CLIN 0003: 1. In Room 9, will wireless data be available? ANSWER: Yes. 2. For CLIN 0003, the RFP mentioned movable training tables. Please clarify-with casters only? Need to fold or flip down? ANSWER: By moveable, the Government means that the tables proposed should be moveable by two people, at most. Whether or not this is achieved by casters is up to the Offeror. If casters are proposed, however, the casters should be lockable. 3. Will the tables in Room 9 be hardwired? ANSWER: No. The Government desires tables that can be plugged into an external power source, such as, but not limited to, a table with an integrated power strip. 4. Is Room 9 to be used as a multi purpose room? ANSWER: Yes. Room 9 will be used for training and for AV presentations, primarily. Questions Concerning CLIN 0004: 1. What are the dimensions of the windows? ANSWER: Please see the revised Exhibit A, available at https://www3.natick.army.mil/current.cfm or by email from john.conlin3@us.army.mil. 2. What is your definition of window treatment? ANSWER: The Government desires window treatments that includes products such as, but not limited to, blinds, shades, and/or drapes. Decorative elements such as, but not limited to valences, and/or cornices may also be proposed. 3. For Room 9, does the Government require black out audio visual shades? ANSWER: At times, Room 9 will be used for audio visual presentations. The Government desires window treatments that can support Room 9s functionality. 4. In Room 9, there is a count of 10 windows, but the request is for 9 window treatments. How many windows need treatments? ANSWER: In accordance with Section A of Amendment 01, Offerors should propose 10 window treatments for Room 9. Amendment 02 A. The following changes and additions have been made to the RFP. 1. Section (III)-2-A: The proposal submission deadline has been extended. The submission deadline is now 13 November 2009 at 5:00pm. Proposals must arrive before that time at the U.S. Army Research, Development and Engineering Command Contracting Center, Natick Contracting Division, 1 Kansas Street, Natick, MA 01760-5011, Attention: Mr. John Conlin. B. Responses to Offerors Questions Questions Concerning CLIN 0001 1. You state that you prefer glass tops for CLIN 0001. Do you mean you want glass on top of the wood or laminate as a protection or do you mean you want a desk composed of glass tops that you actually see through? ANSWER: The Governments preference for glass tops on work surfaces should be interpreted as a piece of glass laid on top of a work surface for protection. Questions Concerning CLIN 0002 1. Is it desirable to have the floor-to-ceiling workstations next to the exterior walls, or is that not desirable? ANSWER: The Government does not have a general preference for one layout over another. The Government will evaluate all proposed layouts on an individual basis. Amendment 03 A. The following changes and additions have been made to the RFP: Section (III)-2.-C.: Hand delivery of proposals is authorized. Offerors wishing to deliver proposals by hand must do so according to the following procedure: 1. Confirm in advance with John Conlin (john.conlin3@us.army.mil, 508-233-6039) the date and time of proposal delivery. 2. Arrive at the US Army Soldier Systems Center, 15 Kansas St., Natick, MA 01760 at the agreed upon date and time. 3. Provide ID to guards at gate, and inform them that your Point of Contact is John Conlin (phone # 508-233-6039). 4. As the guards direct, proceed to vehicle inspection. 5. After vehicle inspection, ask guards for direction to the lobby of Building 1. 6. Wait in the lobby of Building 1 for John Conlin. 7. Deliver proposal, by hand, to John Conlin. Offerors should note the following: -In order to be granted access to the Installation, Offerors must be US Citizens. -Offerors who plan on hand-delivery of their proposals should note that the Government will not discuss the contents of Offerors' proposals at the time of delivery. Any statements made by an Offeror at the time of delivery will not be communicated to the Government evaluation committee. -If an Offeror hand-delivers a proposal, it will only be considered received when it is accepted by John Conlin. Offerors may contact John Conlin with any questions. Amendment 04 A. The following changes and additions have been made to the RFP. 1. Section (III)-2-A: The proposal submission deadline has been extended. The submission deadline is now 20 November 2009 at 5:00pm. Proposals must arrive before that time at the U.S. Army Research, Development and Engineering Command Contracting Center, Natick Contracting Division, 1 Kansas Street, Natick, MA 01760-5011, Attention: Mr. John Conlin. 2. Section (V): The following FAR and DFARS clauses apply to this acquisition and are incorporated herein by reference: 52.225-13 -- Restrictions on Certain Foreign Purchases; 252.225-7001 -- Buy American Act and Balance of Payments Program; 252.225-7002 -- Qualifying country sources as subcontractors; 252.225-7012 -- Preference for certain domestic commodities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/196cfe1db8a242a544e1bb0bf432d855)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: CCRD-NA, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02002277-W 20091112/091111000542-196cfe1db8a242a544e1bb0bf432d855 (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.