SOURCES SOUGHT
H -- Furniture and Interior Design Services
- Notice Date
- 11/2/2020 7:29:25 AM
- Notice Type
- Sources Sought
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- DCSO FORT BELVOIR FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- AJG1234
- Response Due
- 11/12/2020 11:00:00 AM
- Archive Date
- 11/27/2020
- Point of Contact
- Antoinette J Gregg, Phone: 5717671189
- E-Mail Address
-
antoinette.gregg@dla.mil
(antoinette.gregg@dla.mil)
- Description
- This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. The Department is NOT requesting a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industrial Classification System (NAICS) code is 541410-Interior Design Services size standard is $8.0M. This synopsis neither constitutes a Request for Proposal or Bid, nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose. The Defense Contracting Services Office has a requirement for Interior Design Services and intends to issue a formal Request for Proposals (RFP) in November 2020 via SAM.gov Federal Business Opportunity (FedBizOps). Documents will be posted to www.sam.gov on or about November 2020.� The government�s objective is to acquire and covers all services and material required to maintain, repair, refurbish and reconfigure the existing furniture, on-site interior design services related to layout of furniture for the Defense Logistics Agency (DLA) Headquarters or other DLA Infrastructure Support Fort Belvoir Headquarters Complex (HQC) Installation Management supported facilities within the National Capital Region. The main DLA HQ building is located at 8725 John J. Kingman Road, Ft. Belvoir, VA, 22060. �The contractor shall provide these services which typically include storage of excess DLA furniture, performance of work orders to repair existing furniture, response to requests for additional new (or refurbished furniture), and new work orders to reconfigure existing offices which may include dismantling existing furniture, design of new layouts, and installation of new, refurbished and/or reused furniture for new or relocated employees, and purchase of new product. The DLA Headquarters is currently equipped with systems and freestanding furniture manufactured by Steelcase, David Edward, NuCraft, Arnold, BodyBuilt, HumanScale, Peter Pepper Products, and Cabot Wrenn. Repair of existing furniture and new work are currently performed in response to requests from the DLA HQC Contracting Officer�s Representative (COR), issued to the contractor who provided the original furniture. This existing furniture is considered acceptable and appropriate for its intended purpose, and will generally remain in use for the life of this contract. However, maintenance of the furniture is required, as well as ongoing needs to provide new and/or refurbished or used furniture to new personnel. These reconfigurations are generally needed to accommodate a few people per request, but may occasionally also include setting up an office area to accommodate an entire new tenant activity consisting of 100 or more people. Design of proposed office layouts will sometimes be required, and if so will be identified in the associated work order. Dismantling, inspection and refurbishment (if necessary), storage and reuse of existing furniture are generally part of the requirement for these new work orders. This contract will include providing additional furniture to supplement existing furniture already owned by DLA. Where necessary to provide new materials, the products provided shall be the same manufacturer, model numbers and colors as currently exist in order to maintain a professional and aesthetic working environment and ensure all components are interchangeable and properly match. The Contractor shall notify the COR of any discontinued product line, fabric, finish or materials. The make and model numbers existing furniture shall be provided following award. As the need arises for new items to be added, they will be negotiated to the mutual acceptance of the Contractor and the Contracting Officer. All material provided must comply with applicable UL, ANSI, ASTM and ADA standards. The contractor must ensure that the parts and components for all material will be available from the manufacturer for a period of not less than ten years from the date the material is provided. The scope of work includes interior design services for one base year plus four option years. The period of performance will be 01 February 2021 through 31 January 2025. Please provide information by the closing date on the Sources Sought.� THERE IS NO SOLICITATION AT THIS TIME. Interested sources shall submit a tailored capability statement that demonstrates the expertise, personnel, protocols, systems, and technology to meet requirements of the Draft Performance Work Statement (PWS).� The capability statement must clearly include if the offeror is a Steelcase approved dealer, and an approved dealer of the other product lines identified within the PWS.� The capability statement must also provide experience in handling the same or higher storage capacity identified within the PWS. �Tailored Capability Statements shall demonstrate a clear understanding of all technical services specified in the draft PWS. The capability statement use clearly Prospective firms are requested to submit a capability statement that (1) identifies the prospective contractor (business name, cage code, DUNS number, business size (large, small, 8(a), etc.), point of contact (including email address), telephone number, and identify the nature of the proposing entity (e.g., joint venture, limited liability corporation, etc.); (2) describes the prospective contractor's capabilities, relevant experience and corporate resources to perform a contract of the size and complexity of which is the subject of this requirement; (3) if the company has a contract in the General Services Administration (GSA) please provide the contract number and (4) may include comments on the draft PWS. Interested firms are requested to submit a capability statement, limited to no more than six pages, no later than November 12, 2020 at 1:00 P.M. EDT. This request for capability statement does not constitute a request for proposal. Submission of any information in response to the market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. In addition to identifying potential sources, the Government is also requesting input on the PWS.� The Government is looking to increase competition and have a PWS that works well with industry standards and will allow the Government to receive the best services / products for the best price.� Please review the PWS and provide the Government your feedback / questions to A.J. Gregg at� Antoinette.Gregg@dla.mil No Later Than (NLT) 1:00pm EST on Thursday, November 12, 2020.� The Government will review your comments and questions and make changes to the PWS that we feel are helpful and appropriate.� The Government thanks you in advance for your assistance and support.� Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-99, System for Award Management (SAM) at https://www.sam.gov, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Please provide responses by November 12, 2020 at 1:00 P.M. EDT. All questions or suggestions regarding the PWS shall be submitted via e-mail to Antoinette.Gregg@dla.mil. Please note that telephone inquiries regarding this notice will not receive responses. .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/621b0750948b4476a96230157162e447/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN05844053-F 20201104/201102230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |