Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2012 FBO #3815
SOLICITATION NOTICE

71 -- Office Furniture

Notice Date
5/3/2012
 
Notice Type
Presolicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893612R0080
 
Response Due
5/18/2012
 
Archive Date
5/18/2013
 
Point of Contact
John P. McLaughlin (760) 939-2352 Mary Jacobs(760) 939-6043
 
E-Mail Address
John P. McLaughlin
(john.p.mclaughlin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center, Weapons Division (NAWCWD), China Lake, CA is soliciting on a full and open competitive basis for Office Furniture to meet the Government's requirements at China Lake and Point Mugu, CA. The Government intends to award a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (FFP-IDIQ) contract with a period of performance of three years. This effort will ensure office furniture matches, interconnects with, and is compatible with existing furniture systems. Office furniture includes typical workstations for systems furniture, modular furniture, executive furniture, conference room furniture, lobby and seating area furniture, and chairs. The furniture shall be in compliance with the ANSI/BIFMA, UL, ASTM, NFPA, EIA, and the Performance Work Statement (PWS) standards. Feature components, work surfaces, and storage units can be panel hung, freestanding or mobile allowing them to be used with panels in an open environment and allows for the same components, work surface, and storage units to be moved into private office workspaces to be used as freestanding or mobile furniture. All furniture in open areas and enclosed offices shall be from the same manufacturer from within the same product series. Ancillary items shall be compatible and interchangeable for future reconfiguration purposes. Components shall align together properly in position and shall have excellent uniformity in product quality. Furniture appearance shall match and coordinate with a variety of environments. The colors, patterns, materials, finishes, and fabrics shall maintain an aesthetic appeal that integrates design, craftsmanship, and function. Furniture appearance shall be suited for smooth transitions from open plan workstations to private offices to collaborative areas. Design and construction closely aligns with project needs and is visually appealing. Furniture shall be easily disassembled by in-house staff with some basic but simple instructions and tools. Reconfigurations are simple to perform with minimal parts discarded and added. When ordering furniture, the Government will use a three step process as follows: Step 1 is for the design layout work, space planning, interior consultation, drawings, calculations, specifications, and cost estimate to meet the customer's requirements. Step 2 is for the ordering of furniture pieces and required parts according to the contractor furnished parts list, design and installation drawings as approved by the Contracting Officer Representative (COR). Phase 3 is for services to install the new furniture according to the design and installation drawings, and to support each project until completion. A solicitation will be issued on or about 22 May 2012. The Government estimates that an award will be made in October 2012 where a minimum of one (1) workstation will be ordered and a maximum of 740 workstations may be ordered over a three-year period of performance which include Typicals, Typical Systems Furniture-Multiple Occupancy of Three, Typical Modular Furniture, Typical Executive and Manager Furniture, Typical Conference Room, and Typical Lobby/Reception/Common Area Furniture. Delivery will be FOB Destination to the Naval Air Warfare Center Weapons Division China Lake, CA and Point Mugu, CA four to six weeks after the effective date of each delivery order. All responsible sources may submit a proposal, which shall be considered by the agency. Questions may be submitted to NAWCWD Contract Specialist John P. McLaughlin by email (preferred): john.p.mclaughlin@navy.mil, fax to (760) 939-3095, or mail to Commander Code 220000D, NAWCWD, 429 E. Bowen Ave, MS 4015, China Lake, CA 93555-6108.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893612R0080/listing.html)
 
Record
SN02738433-W 20120505/120504000310-01fb686519db1fe2023cc328cfd8bbba (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.