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