Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

Immigration & Naturalization Service, Procurement Division, 425 I St., NW, Room 2208, Washington, DC 20536

R -- SPACE/SYSTEM FURNITURE PLANNING SOL ADM-R-00097 DUE 040299 POC Victoria Short, Contract Specialist on 202/514-1959 Fax Number: 202/616-7876, Contracting Officer, Betty Johnson 202/514-3766 This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format specified in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: ADM-R-00097; is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 (iv) This solicitation is 100% set-aside for small business. SIC Code: 7389 Size Standard: $5.0. (v) STATEMENT OF WORK: Immigration and Naturalization Service Headquarters has a requirement for Space/System Furniture Planning at two INS locations, Chester Arthur Building, 425 Eye Street, NW Washington DC 20536 and Techworld, 801 K. Street, NW Washington DC 20536. The Contractor shall provide the following services: Site visit, survey and documentation as required for the preparation of accurate base plans of the areas specified hereinafter. This effort includes but is not limited to the review of existing base building drawings and any other related drawings, field measurements and a survey of existing conditions and installations. In consultation with INS representatives the Contractor shall conduct program analysis. The Contractor shall review, analyze and confirm written space requirement information, including organization, staffing and personnel grade listings and standard workstation types. Contractor shall conduct a space allocation study based on the confirmed space requirements. The Contractor shall prepare a Space Allocation and Restacking or blocking diagrams. The space study will include the blocking of each program, division or section as guided by the Government. The space allocation study needs to show the basic allocating area and the organization relationship for review and approval. The Space Allocation Study needs to show the relationship between re-allocated space and existing areas. Each block of space will show the group or division name, the allocated square footage and the listing of the planned staff by grade or rank. The Contractor shall provide or prepare two revisions per floor plan and a final floor plan. Space Planning, based on the approved Space Allocation Study, the Contractor will prepare two submissions of the space plans at a scale of 1/8" = 1' 0", indicating building standard partitions, doors, systems furniture and any mayor items of furniture and equipment. The final space plan, based on the approved preliminary space plan, will include Group, Section or Division names, a summary of staff for each grade, work station type designation, prototypical work station plans and a key location plan. The final Space Plans shall be provided in the form of reproducible prints and/or 3.5" floppy disks in the AutoCAD r 12 as required. Upon award the Government will provide existing base building floor plans and the listing of INS staff member by grade and their relationships to the work station type for both the Chester Arthur Building and the Techworld facility. The locations provided specifies the building and the floors involved in this planning exercise: Techworld 9th floor 100 employees 25,000 square feet; 10th floor- 160 employees 30,000 square feet; Chester Arthur 3rd floor 50 employees 17,000 square feet; 4th floor 120 employees 22,000 square feet; 5th floor 50 employees 8,000 square feet 6th floor 50 employees 13,000 square feet and 7th floor 20 employees 2,200 square feet. The Contractor will be required to meet with the program office to gather information pertaining to staffing and special requirements to prepare layouts. A block layout should be provided showing adjacencies for the organization prior to submitting a furniture layout. It will be necessary to specify the panel dimensions and other ancillary systems components in the workstations shown on the furniture drawings. Also required will be electrical drawings for the end feeds for the systems panels. Should a minor adjustment to the block drawings be required, i.e. realignment of 5-15 workstations, this will be part of the original scope of work. All final drawings should be provided both in hard copy as well as on a disk to be used by the agency on their CAD System. This order will be issued for a firm fixed price. Total Award Amount $_____________. (vi) A site visit of the locations will be made available upon request. Site visits must be coordinated with Victoria Short, Contract Specialist on 202/514-1959. The days allotted for the site visits are as follows: Dates: March 29th, 30th and 31st 1999. Time: 9:30am. (vii) Place of Performance -- INS, 425 Eye Street NW, Washington DC 20536 & Techworld, INS, 800 K Street, NW Washington DC 20536. (viii) FAR 52.212-1 Instructions to Offerors Commercial is incorporated by reference, with the following addenda: The past performance information required in the quote must describe the offerors most recent and relevant experience with Space/System Furniture Planning projects of similar size, scope, and complexity to this RFQ to successfully meet the requirements of the solicitation. As a minimum, this shall consist of at least three recent, prior customer point of contacts, with phone number for similar sales made by the offeror. Offerors lacking relevant past performance history will receive a neutral rating for past performance. The government reserves the right not to evaluate or consider for award the entire proposal from an offeror which fails to assert that it has no relevant directly related, similar past performance experience or who fails to affirmatively state that it has provided these services to only one or two previous customers. (ix)FAR 52.212-2, evaluation Commercial items, applies to this acquisition. This is a best value procurement. The evaluation factors in descending order of importance are as follows: Past Performance and Price. The government will use the following adjectival definitions as guidelines in evaluation past performance: Neutral: no relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal will not be evaluated favorably on past performance. Outstanding: No risk anticipated of receiving quality product, delivered on time, or of any degraded performance, or lack of customer satisfaction based upon offerors past performance. Good: Very little risk anticipated of receiving quality product, delivered on time, or of degraded performance, or lack of customer satisfaction based upon the offerors past performance. Satisfactory: some potential risk anticipated of receiving quality product, delivered on time, or of degraded performance, or lack of customer satisfaction base upon the offerors past performance. Marginal: Significant potential risk anticipated of receiving quality product, delivered on time, or of degraded performance, or lack of customer satisfaction base upon the offerors past performance. (A rating of marginal does not, by itself, make the proposal ineligible for award). (x)FAR 52.212-3, Offeror Representations and Certifications Commercial Items, must be included with the quote. (xi)The FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5 "Contract Terms and Conditions Required to implement Statues or Executive Order -- Commercial Items" apply to this acquisition. (xiii)N/A. (xiv)N/A. (xv)Numbered Note 1 applies. (xvi) Quotes are due no later than 4:00 p.m. Eastern Standard Time April 02, 1999. Quotes shall be clearly marked/addressed on the outside of the envelope as follows: "INS, ATTN: Victoria Short, Room 2208 Procurement Division, 425 Eye Street, NW Washington, DC 20536, RFQ ADM-R-00097". Quotes may be faxed to my attention @ 202/616-7876(xvii) For information contact Victoria Short on 202/514-1959. Please note any amendments made to this solicitation will not be mailed. Offerors must continue to review future editions of the CBD to obtain any amendments. Posted 03/23/99 (W-SN311631). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0098 19990325\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page