Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2017 FBO #5756
SOURCES SOUGHT

R -- Purchase of design and field survey services required for renovations of 2,000 square feet of HRED facilities.

Notice Date
8/25/2017
 
Notice Type
Sources Sought
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0306
 
Point of Contact
Coleman Dieger, Phone: 5756785450
 
E-Mail Address
d.c.dieger.civ@mail.mil
(d.c.dieger.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(2) Date: 25 August 2017 (3) Classification Code: R7 (4) NAICS Code: 541410 (5) NAICS Size Standard: $7.5M (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for the purchase of design and field survey services required for renovations of 2,000 square feet of HRED facilities. (8) Proposed Solicitation Number: W911QX-17-T-0306 (9) Sources Sought Closing Response Date: 1 September 2017 (10) A. Objective: To find sources qualified to provide design and field survey services for for renovations of 2,000 square feet of HRED facilities meeting the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. DRAFT Performance Work Statement (PWS). Interior Design and Architectural Services Aberdeen Proving Ground (APG), MD C.1 Objective: Preliminary design services for two separate projects. One will be the HRED 2,000 sq. ft. auditorium and the second would be the 3,900 sq. ft. office spaces located on the first floor of the HRED building, APG, MD. The contractor shall provide two visual concepts of both spaces with changes including wall decor, furniture, and wall configuration layout that best utilizes the space provided. C.3 Requirement Auditorium C.3.1 The contractor shall provide a field survey to get a better understanding about the space and what HRED's mission is. This survey should be visual only. Government Furnished AutoCAD base plans will be provided showing the existing conditions of the building. C.3.2 The contractor shall provide two (2) design options for reconfiguration of the existing ramp located in the space. The space shall be redesign to accommodate these areas one is more flexible in its uses including: meetings with 12-20 speakers seated in the center of the room. An LCD video wall and Video Teleconference (VTC) cameras shall be replaced as part of this project. A flag display area is required, curtains are not required. The projector and projection room will no longer be needed. The countertop at the rear of the space is utilized more than the storage below, so some sort of similar storage and counter space is desired in the new space. AV control will take place a desk in the front of the room. A podium will be required. The seating must be comfortable but also reconfigurable. No writing surface is required at the seats, and the seats can be individual linkable chairs. New ceiling tiles and grid as well as new lighting that is zoned is to be included. The entry into the space may be reconfigured along with the seating tiers and ramp. A location for logo or decal at the rear of the room is desired. Concept selection of furniture finish, style, and layout is included in this project. C.3.3 The contractor shall provide a Test Fit plan and Finish/Furniture Concept Plan. The contractor shall allow for one Test Fit and Finish/ Furniture Concept Plan revision and resubmission. The contractor shall provide one meeting presentation of the Test Fit for the Government's approval. Once approved, the contractor shall provide a Design Development plan and photorealistic rendering of approved finish and furniture types. C.4 Requirement Office Space C.4.1 The contractor shall provide a field survey to get a better understanding about the space and what HRED's mission is. This survey should be visual only. Government Furnished AutoCAD base plans will be provided showing the existing conditions of the building. C.4.2 The contractor shall provide two (2) design options for a featured display wall or graphics and furniture layout. The office space renovation is to provide a more inviting and directed entrance into the office suite and provide a waiting area for visitors. In addition, the configuration of conference rooms and offices shall be reconfigured to improve acoustical separation. The contractor shall follow the provided concept layout. C.4.3 The contractor shall provide a Test Fit plan and Finish/Furniture Concept Plan. The contractor shall allow for one Test Fit and Finish/ Furniture Concept Plan revision and resubmission. The contractor shall provide one meeting presentation of the Test Fit for the Government's approval. Once approved, the contractor shall provide a Design Development plan and photorealistic rendering of approved finish and furniture types. C.5 ANTI-TERRORISM/OPERATIONS SECURITY/INFORMATION ASSURANCE/THREAT AWARENESS REPORTING PROGRAM C.5.1 Anti-Terrorism (AT) - OPSEC C.5.1.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within the Army controlled installation, facility, or area. Contractor and all associated sub-contractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.5.1.2 For contractors that do not require CAC, but require access to a DoD facility or installation; Contractor personnel and all associated sub-contractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.5.1.3 AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 14 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil C.5.1.4 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems (IS). All contractor employees with access to a government info system must be registered in the ATCTS at commencement of services, and must successfully complete the DOD Information Assurance Awareness training prior to access to the IS and then annually thereafter. C.5.1.5 iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 15 calendar days of contract award and within 15 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. All interested parties should notify this office in writing via e-mail within the posted date. Responses shall include: (I) To what extent the above specifications can be met. Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the $7.5M size standard that accompanies NAICS code 541410. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2918bb6167973fcd778be52a697aa335)
 
Place of Performance
Address: U.S. Army Research Laboratory, ATTN: RDRL-HRP, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04646888-W 20170827/170825231239-2918bb6167973fcd778be52a697aa335 (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.