Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2010 FBO #2988
SOLICITATION NOTICE

71 -- Defense Information System Agency (DISA) Headquarters, Lease to Purchase Furniture Procurement

Notice Date
1/27/2010
 
Notice Type
Presolicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-R-0077
 
Response Due
2/17/2010
 
Archive Date
4/18/2010
 
Point of Contact
Donna Leketa, 4109625626
 
E-Mail Address
US Army Corps of Engineers, Baltimore
(donna.leketa@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
As a result of the 2005 Base Realignment and Closure Commission (BRAC) recommendation, the Defense Information Systems Agency (DISA) has a need to purchase private office case goods, open plan workstations and general furnishings for a new Headquarters Facility at Fort Meade, Maryland. DISA will need to purchase support space furniture such as but not limited to systems furniture, seating, case goods and conference furniture, mail room, health and wellness, TE lab, ancillary furniture, high density and storage. DISA HQ Lease to Purchase Furniture Procurement is being advertised as a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity-type Single Award Task Order Contract (FFP IDIQ SATOC) Request for Proposal (RFP). The anticipated period of performance of the basic IDIQ contract (ordering period) is three years from the date of award. Each Task Order will contain a discrete period of performance; which is anticipated to be a five-year lease period (one base year plus four option years). The Government intends to purchase the furniture at the end of the five-year period, or earlier during the Task Order period of performance. Work consists of supplying Lease-to-Purchase furniture to house the approximate 100 conference rooms, 600 private offices and 4,000 open plan workstations. The successful offeror shall be able to deliver approximately 300-400 workstations a week for a duration of 21-36 weeks starting in the second calendar quarter of 2010. Offerors will be required to propose on a trade-in allowance of existing furniture as a contract line item. Offerors must offer a formal Trade-In program to include the disposition of existing product (estimated at 600 offices and 3,600 workstations) and a credit fro the fair market value of product, if estimated value exceeds estimated removal and loading cost any resulting savings will be applied as a credit against the purchase of new furniture. Any potential labor cost, if cost exceeds value, should be added to bid proposal. DISA will provide floor plans and estimated quantities for existing furniture. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the Contracting Office, Baltimore District, US Army Corps of Engineers. This RFP requires separate technical and cost proposals to be evaluated based on Best Value Trade-Off source selection procedures in accordance with FAR Part 15.1. All products shall be manufactured as new products. Used, reworked or refurbished product is not acceptable. All products shall meet or exceed all applicable ANSI/BIFMA performance standards. If you are interested in this procurement, you are encouraged to register on the preceding page by clicking on the block entitled Register as Interested Vendor, in the lower right hand corner of the screen. This will provide a bidders/vendors list for this procurement. Large Businesses must submit a Subcontracting plan in accordance with Section L of the solicitation package. The Small Business Goals are 70% of the total value of subcontracted work. Of that 70%, 6.2% shall be with Small Disadvantaged Businesses (SDB), 7.0% shall be with Women Owned Small businesses (WOSB), 9.8% shall be with Historically Underutilized Businesses (HUBZONE), 3.0% shall be with Veteran Owned Small Businesses (VOSB) and 0.9% shall be Service Disabled Veteran Owned Small Businesses (SDVOSB). All responsible sources may submit an offer which shall be considered by the agency. THIS INFORMATION DOES NOT PERTAIN TO SMALL BUSINESSES. The RFP will be issued on or about 17 February 2010, with proposals due on or about 17 March 2010. Questions concerning this project can be emailed to Mrs. Donna Leketa at donna.leketa@usace.army.mil. The solicitation will be available in an electronic format to all authenticated account holders of Federal Business Opportunities (FBO) System. Please note that all Corps of Engineers acquisitions are considered SENSITIVE, but UNCLASSIFIED documents and require users to have a valid MPIN entered in the FBO system to access the package. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-R-0077/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02050892-W 20100129/100127233904-4effb15f08cda49fb459a123683d4f40 (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.