Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2022 SAM #7565
SOURCES SOUGHT

71 -- NAWCAD WOLF/ IC2&IS Ergonomic Workstations

Notice Date
8/15/2022 5:24:48 AM
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-RFI-0301
 
Response Due
8/22/2022 2:00:00 PM
 
Point of Contact
Truman Harris
 
E-Mail Address
truman.b.harris3.civ@us.navy.mil
(truman.b.harris3.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The NAWCAD Webster Outlying Field (WOLF) Integrated Command and Control (C2) & Intelligence Systems (IC2&IS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) ergonomically designed workstation solution which can support a variety of purposes including holding personal computers, up to eight monitors, racks and ancillary equipment while meeting the human factors for a broad spectrum of people functioning in a 24/7 operation with multiple shifts RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Provide Customer/Project Reference for the Manufacturer/Offerer�s Product. List At Least 5-Department of Defense (DOD) or Department of Justice (DOJ) or Department of Homeland Security (DoHS) Project References Completed With Over 400 + Consoles in the Last 5-Years. Projects must be from a similar request of console design as required for this project. Respondents to provide sponsor POC for each program, with email address and phone number. Country of origin for main component(s) Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. �Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Ergonomic Excellence Information Warranty information Worksurface reflectance percentage Dimensions (height x width x depth) Weight in lbs. Ability to roll around and lock into position (casters) Rolling weight of casters Workstation configuration variations Workstation accommodation for personnel of different sizes and heights Lighting options Cabling options for workstation Portability Storage capabilities for multiple PCs with possible multiple PC locations. Capability of storage options to be added or removed as the customer�s equipment requirements change, provide examples Sit to stand with electronic control; No vibration of screens during this movement. Capability to support 2-8 24� LCD displays without field medication to work surface (Must be built into baseline worksurface) Independent heat testing reports demonstrating offered console heat management capabilities. Ability to match existing finishes including custom 7889 Cool Grey Paint. Full Technical drawing sets for review If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� Information provided in no way binds the government to solicit or award a contract.� If a solicitation is released, it will be synopsized on Beta System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. 1. Console Technical Requirement � These are the minimum requirements the console furniture must adhere to if to be considered fit for purpose�� The console frame must be strong and rigid in design for 24/7 use.� The console should meet all required standards for furniture construction under ANSI/BIFMA X5.5-2014 Desk Products.� Console must meet ergonomic guidelines for knee well space, toe space, front input plane worksurface height and monitor viewing distances and angles.� CPU/PCs must be housed within the console footprint.��� The console should have both front and rear access to equipment housed in the console base.� Consoles must be able to accommodate dual plane providing independent electric height adjustment of the front worksurface plane and the rear monitor plane by means of electric actuators. The electric actuators must include an integrated sensor (collision protection) that minimizes the risk of damage to the console caused by collision with an obstacle.� The Consoles should accommodate (8) 24� monitors with the best configuration to maintain sight lines to video wall.��� Consoles will have the ability to accommodate some configuration of (5) CPU/PCs/Thin Clients and rack mount housings.� Consoles shall be able to be configured in linear single, linear back-to-back, mobile, angled, 90 degree configurations.� For future expansion, the Consoles must be capable of housing up to (8) PCs in total.� The front worksurface is to be of furniture grade substrate with a high-pressure laminate top surface and durable polyurethane edging to 4 sides.� All consoles should have worksurface range of motion from 26� to 54�.� The top of the front input worksurface must rise to 48� from the floor.� There must be a minimum of 1� safety clearance between moving worksurfaces and side panels.� The console should allow for easy access to all cables.� Include a drawing of your cable pathways with your bid drawings.� Consoles should be ablet to have up to (6) cable management tracks from the worksurface plane to the console base/plinth area.� Consoles should Provide a cable management tray beneath the rear monitor support rail for monitor data and power cables.� Consoles should Provide a continuous cabletray in the console base.� All CPU/Form Factors/Rack Units must be housed within the Console footprint.� CPU/Form Factors/Rack Units are to be accessible from the front and rear of the console by means of hinged access doors.� Adequate CPU/Form Factor/Rack Mount Units cooling must be provided with the heat from the CPU/Form Factor/Rack Mount Units exhausted through a metal ventilated chimney system, away from the operator.� Vendor to supply documented independent heat testing for consoles for review.� For each console design, clearly demonstrate the power and data cable paths from the CPU/PCs to the electrical power strips and to the monitor screens. � Clearly Show:� How power and data cables are managed.�� How cables are identified.� How PC/Form Factors/Rack Mount Units are installed, removed and reconfigured.� �� 2. Monitor Arms� A flexible, toolless, non-dynamic, scalable monitor arm system that is strong, anti-vibrational, stable and easy to use with minimum components.� Monitor arms are to be mounted from a structural continuous monitor support rail at the rear of the console.� Monitor arm attachment and adjustment should be toolless.� Monitor arms must have the ability to be mounted anywhere along the length of the monitor support rail and must provide independent height and angle adjustment to enable seamless alignment across multiple monitors for IT applications and user sightlines.� Monitor arms are to have the ability to tilt the monitor backwards 30� and forwards 25� from vertical.� The monitor arm system must be flexible to handle any configuration of screens, both single and double tier.� Monitor arms must have a built-in safety stop that does not allow the arm to pass or overhang the rear of the console.�� Each monitor arm support must have a load capacity of 80lb.� �� 3. Serviceability � Clearly define how your system aids and benefits support staff who need to service the desk.� Reconfigurations of monitors, adding or removing monitors, and stacking monitors.� Access to PCs, removal of PCs, relocations of PCs.� Access to all IT and electrical equipment.� �� 4. Electrical� Power outlets that are supplied within the furniture system are both hidden internally and exposed for user convenience.� In-Console Power:� Provide power within the console to support all power equipment listed throughout the RFP.� Powerstrips must be certified under UL 1363. These outlets should be hidden from view.� Provide a minimum of two (2) vertical wooden termination boards in the console base for mounting of quad utility power boxes and/or junction boxes by others, hidden from view.� Integral ATS Switch integration must be demonstrated.� Raceway covers with hinged openings to protect KVM Switches� ��� 5. Project Timelines�� Furniture vendor should offer manufacturing lead-times of 10 weeks or less for this project.��� Please identify the location of all your manufacturing plants and where differing components are made.� Identify which parts of your system are manufactured by third party supply chains and which are manufactured by your sole owned plants.� Provide give a detailed breakdown of the ownership of your manufacturing.� 6. Project Management� Shop drawings are to be included as part of the bid.�� Onsite foreman will be required at all times during installation.� Senior account manager to oversee and liaise with client and project team.� Detailed installation schedule to be produced with agreement of project team.� Provide a full breakdown of your proposed project team including information and roles they will play in support of this project.� Vendor to provide dedicated project manager to support this project.� HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to truman.b.harris3.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 22 August 2022, 5:00 P.M. EST. Responses to this RFI will not be returned. �Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on Beta System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69fb332f582440f2be1daf5e2ebce6e2/view)
 
Record
SN06427901-F 20220817/220815230133 (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 |
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.