Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1998 PSA#2211

U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: Linda Wise MS-T-7I2, Washington, D.C. 20555

Z -- DISASSEMBLY/ASSEMBLY OF HAWORTH SYSTEMS FURNITURE SOL ADM-99-146 POC Contact Point: Call Robert Webber, Contracting Officer, 301-415-6736 with any concerns about this combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-08. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation No. ADM-99-146 herein is a Request for Proposal. This procurement is a 100% small business set-aside. The size standard for this solicitation is average annual receipts of $5,000,000 over the past three years, as set forth under Standard Industrial Classification 8744. The United States Nuclear Regulatory Commission has consolidated its headquarters staff into two buildings at the intersection of Rockville Pike and Marinelli Road in Rockville, Maryland. The One White Flint North (OWFN) building is undergoing a comprehensive renovation, referred to as RESTACK. This project involves renovation activities throughout the OWFN building, with seven floors currently remaining to be renovated. Part of this renovation and the specific work under this procurement involves the disassembly and removal of HAWORTH systems furniture workstations, storage of reusable product, and the reassembly of the workstations using the reusable and new Haworth product. These services shall be performed in accordance with a project schedule which incorporates the activities of several other contractors involved in the renovation of the floors and replacement of communication cabling. The project schedule shall be provided to the awardee for planning purposes. Services under this procurement shall further include workstation modifications outside the scope of RESTACK which shall be performed on a labor-hour basis. In accordance with delivery orders issued under the contract, the contractor shall modify, reconfigure and install new workstations throughout the entire NRC office complex. The Government intends to award a contract consisting of a two year base period with three one-year options. The disassembly and reinstallation of Haworth systems furniture workstations is to be performed on a firm-fixed price basis. In accordance with the current project schedule, the disassembly and installation of Haworth workstations on the seven floors remaining to be renovated shall be completed by July 2000. Delivery orders shall be issued for repair work on a labor hour basis. Option years will be exercised to accommodate service order work. It is expected that workstation disassembly/assembly services shall be completed on five floors in year one of the contract and the remaining two floors completed in year two. Interested offerors should provide pricing (per floor) for the disassembly and assembly of Haworth workstations and an hourly labor rate for service work as follows. CLIN 1. Description -- FURNITURE DISASSEMBLY (99 workstations) Quantity -- 7, Unit -- Floor. CLIN 2. Description -- FURNITURE ASSEMBLY (85 workstations), Quantity -- 7, Unit -- Floor. CLIN 3. SERVICE WORK, Year 1, Quantity -- 1800 labor hours. CLIN 4. SERVICE WORK, Year 2, Quantity -- 1800 labor hours. CLIN 5. SERVICE WORK, Year 3, Quantity -- 1800 labor hours. CLIN 6. SERVICE WORK, Year 4, Quantity -- 1800 labor hours. CLIN 7. SERVICE WORK, Year 5, Quantity -- 1800 labor hours. The full scope of work for this project is defined as follows: 1. The contractor shall provide Haworth trained and certified personnel to disassemble ninety-nine (99) Haworth systems furniture workstations of various sizes, including work surfaces and shelves, on each of the seven floors remaining to be renovated in the OWFN building. The workstation types, quantity, and size of each are as described below. In accordance with the project schedule, the contractor shall disassemble all ninety-nine workstations within five working days. NOTE: Design drawings of typical Haworth workstations will be provided upon requestby contacting the Contracting Officer at the telephone number or address listed above. TYPE SIZE QUANTITY PER FLOOR a. Enclosed Office Workstation 150 s.f. 9 b. Professional Workstation 100 s.f. 16 c. Professional Workstation 80 s.f. 52 d. Professional Workstation 64 s.f. 8 e. Secretarial Workstation 48 s.f. 11 f. Partially Dismantled Workstation misc. 3 2. The contractor shall separate and distribute the disassembled product into four categories : (a) product which shall remain on the floor and shall be reused during reassembly on the current floor; (b) product to be stored offsite by the contractor and returned prior to assembling the new and reusable product; (c) product which shall be removed from the building and delivered by the contractor to the NRC warehouse, and; (d) product which shall be removed from the floor and placed at the NRC loading dock (to be excessed by the NRC). The following four activities are considered part of the disassembly process. a. The contractor shall collocate the product from 2(a) above, consisting primarily of wall panels and work surfaces, in a designated area of approximately 3,000 square feet on each floor under construction. This product equates to 20% of the disassembled workstations. The contractor shall store this product in the designated area prior to the end of the disassembly process. b. The contractor shall remove the product for 2(b) above from the building, place it in contractor-owned sealed trailers and secure trailers in storage until it is time to reassemble the workstations on the renovated floor. The contractor shall store this product for 4 weeks. This product equates to 60% of the disassembled workstations, or is equivalent to the storage capacity of 1 tractor trailers. The contractor shall place this product in storage prior to the end of the disassembly process. Due to limited elevator access during normal business hours, removal and placement of the stored product in trailers must be accomplished after 6:00 p.m. on weekdays. c. The contractor shall remove product for 2(c) above, deliver it to NRC's warehouse, and place it onto storage racks. The NRC warehouse is located at 5000 Boiling Brook Parkway, Rockville, Md., and is approximately one mile from NRC's OWFN building. This product equates to 10% of the disassembled workstations. The contractor shall remove the product from the floor and deliver it to the NRC warehouse prior to the end of the disassembly process. Due to limited elevator access during normal business hours, removal of the warehouse product must be accomplished after 6:00 p.m. on weekdays. Delivery of the product to NRC's warehouse may be done during normal business hours. d. The contractor shall remove the product for 2(d) above from the floor and place it in NRC trucks to be located at the OWFN loading dock. This product equates to 10% of the disassembled workstations. The contractor shall load this product onto the trucks prior to the end of the disassembly process. Due to limited elevator access during normal business hours, removal and placement of the excess product must be accomplished after 6:00 p.m. on weekdays. 3. In accordance with the project schedule and during renovation, the contractor shall shift the product for 2(a) above to the opposite side of the floor being renovated to enable the construction contractor to install new carpet. The contractor shall shift all workstation components within one working day. This activity is considered part of the disassembly process. 4. The contractor shall deliver the stored furniture product previously removed from the floor during disassembly [item 2b, above] and place it onto the floor prior to the reassembly process. This activity is considered part of the assembly process. 5. Upon completion of renovation activities, the contractor shall provide Haworth trained and certified personnel to install eighty-five (85) Haworth systems furniture workstations of various sizes, including work surfaces and shelves, on each of the seven floors remaining to be renovated in NRC's OWFN building. The installation shall be performed in accordance with government-furnished installation drawings and specifications. In accordance with the project schedule, the assembly of all workstations shall be completed within 12 working days. The workstation types, quantity, and size of each are as described above concerning disassembly, with one exception. The contractor shall install only thirty-eight (38) 80 s.f. Professional Workstations. The assembly of all workstations shall be completed in accordance with the following requirements: a. The contractor shall be responsible for providing sufficient refuse containers to accommodate discarded packing materials and other debris. b. The contractor shall leave the site "broom clean." The contractor shall ensure that the product is completely ready for use, which shall include a test and certification that all electrical receptacles and lights are in proper working condition. c. All packing materials and labels shall be removed and furniture shall be cleaned and polished, adjusted, leveled, and inspected for damage. d. Upon completion of placement and leveling of all workstations, the contractor shall notify the Government that the area is ready for "punch-listing." The NRC will schedule inspection of the installation, and the contractor shall make adjustments as directed. e. The contractor shall complete the electrical connections between the panels and government installed electrical whips that are hard-wired into junction boxes. f. The contractor shall provide copies of installation (as built) drawings within 15 work days of the completion of installation 6. In accordance with delivery orders to be issued under the resulting contract, the contractor shall provide Haworth trained and certified personnel to disassemble and assemble Haworth workstations and their components. Services shall be requested on a labor-hour basis to perform various tasks associated with the reconfiguration and maintenance of Haworth workstations. FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition, with the following additional instructions regarding the content of the offeror's technical proposal. Offerors should discuss corporate experience in performance of contracts involving the disassembly and installation of Haworth systems furniture workstations. Offerors should further discuss their experience in performing such work in high rise, occupied buildings. At a minimum, offerors should provide client names, applicable periods of performance and discuss the scope of work under each of the referenced contracts. Offerors should also provide, at a minimum, three reference points of contact and the contact's current address and telephone number. FAR 52.212-2 Evaluation, Commercial Items, applies to this acquisition with the following evaluation criteria included in paragraph (a) of this provision: 1. Corporate Experience, 60 points; 2. Past Performance, 40 points. Offerors are advised that technical and past performance factors, when combined, are equal in importance when compared to price. FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this acquisition. Offerors should include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses: 52-219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222.37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.216-18 Ordering; 52:216-19 Order Limitations; 52.216-21 Requirements; and 52.217-9 Option to Extend the Term of the Contract. Direct all questions or inquiries referencing RFP No. RS-ADM-99-146 to the contact and telephone number provided in Numbered Note 11 above. Technical and Price proposals should be received at the address shown in Numbered Note 7 above no later than fifteen (15) calendar days from the date this announcement first appears in the Commerce Business Daily. Offers received after that time will not be accepted. Fax proposals will not be accepted.*****mmmm Posted 10/27/98 (W-SN265687). (0300)

Loren Data Corp. http://www.ld.com (SYN# 0096 19981029\Z-0003.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page