COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS
N -- INSTALLATION OF SYSTEMS FURNITURE
- Notice Date
- May 16, 2001
- Contracting Office
- USDA Forest Service, Pacific Northwest Region, 333 SW First Avenue, PO Box 3623, Portland, OR 97208-3623
- ZIP Code
- 97208-3623
- Solicitation Number
- R6-01-021
- Response Due
- May 29, 2001
- Point of Contact
- Technical Contact -- Bonnie Berry (503) 808-2142; Contracting Officer -- Monty Bell (503) 808-2384.
- Description
- 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. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The design drawings are available through the Contracting Officer. This is solicited as a request for quotations (RFQ), No, R6-01-021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21. NAICS Code 235950 with a small business size of $7.0 million in annual receipts. This solicitation contains one (1) item, DE-INSTALLATION AND INSTALLATION OF SYSTEMS FURNITURE. SPECIFICATIONS AT THE ROBERT DUNCAN PLAZA: The work to be completed includes the verification of the existing furniture inventory and management of UNICOR furniture, de-installation, and installation of UNICOR systems furniture. In addition the contractor shall: 1- transport minimal amounts of needed components from the Forest Service warehouse at 2760 Yeon Street, Portland, Oregon to the project location -- Robert Duncan Plaza building at 333 SW 1st Avenue, Portland, Oregon. 2-Inspect and inventory, upon arrival, all new UNICOR furniture components being drop shipped to the Robert Duncan Plaza. 3-Coordinate access to the required facilities. 4-Cooperate and coordinate with other Contractors and Government Agencies working in the building. 5-Assure that all work is completed during standard business hours (8:00 AM to 5:00 PM), as identified in figure 1 below. The Contractor may be required by the Contracting Officer to work under severe time restrictions, which may require evening and weekend work. 6-Comply with check in and out requirements associated with working in a Federal facility. Figure 1. Floor 1 De-install 19 staging workstations early December 2001; install 19 final workstations early December 2001. Floor 3 Install 29 staging workstations August 6-10, 2001; de-install 29 staging workstations late November 2001; install 17 final workstations early December 2001. Floor 4 De-install 141 existing workstations June 12-18, 2001. Floor 5 De-install 195 existing workstations August 14-19, 2001; install 188 final workstations October 15-23, 2001. Floor 6 De-install 112 existing workstations August 14-19, 2001; install 122 final workstations October 15 November 23, 2001. Floor 7 South Half Install 57 final workstations July 19 August 1, 2001. Floor 7 North Half De-install 51 existing workstations July 30-31, 2001; install 102 final workstations October 15 November 23, 2001. Please Note: Dates listed are based on the most current information. These dates may shift slightly after this contract is awarded. Inventory requirements: The Contractor will inventory existing UNICOR components currently being stored on parking level 2 and the 4th floor in the Robert Duncan Plaza building, and in the Forest Service warehouse. The inventory must be completed and provided by e-mail to the Forest Service and the Contracting Officer, no later than 12:00 noon on June 6, 2001. The areas containing the components needing inventory, including the warehouse, will be included in a walk-through on Friday May 18, 2001 at 8:00 AM. The form for compiling the inventory report will be provided upon award of contract. The Contractor shall provide systems furniture de-installation services as follows: 1-De-install the number of workstations as indicated in Figure 1., on the 1st floor and floors 3 through 7 in the Robert Duncan Plaza building. 2-The Contractor will organize the parts and pieces for storage on parking level 2 in the Robert Duncan Plaza building, in a way that maximizes the available space. and allows for the components to be efficiently retrieved when needed for the final configuration. (i.e. panels of like size in one place, work surfaces of like size in another, etc., with further on-site instruction from the Contracting Officer. The Contractor shall provide system furniture installation services as follows: 1-Using installation drawings and pull list prepared by OEI (drawings) and provided by USDA Forest Service, retrieve required systems furniture parts and pieces from the NE corner of the 4th floor, and the SE corner of the 3rd floor of the Robert Duncan Plaza building and the Forest Service Warehouse. Assistance from a FS PPM staff member will be provided to identify the exact location of these items to pull from the warehouse. 2-Install the number of workstations per floor according to the timelines as indicated in Figure 1., and assemble all parts and pieces as drawn on the provided installation drawings for the 5th, 6th, and 7th floor office space in Robert Duncan Plaza building, including the addition of electrical retrofit kits to the panels as noted on the installation drawings and coordinate with the electrical sub-contractor to power the work stations. The installation drawings for the 1st and 3rd floors will be provided after the contract is awarded. 3-All furniture must be installed and all electrical retrofit kits must be installed and tested. A written list of malfunctions must be submitted to the Contracting Officer prior to walk-through and signoff. A drawing must be submitted with damage, changes or discrepancies identified in red at the time of the walk-through. Necessary minor adjustments and/or replacement of parts must be completed within 24 hours of walk-through or receipt of required replacement parts. 4-It is the responsibility of the Contractor to immediately alert the Contracting Officer if there is a discrepancy between the Bill of Materials and the Installation Drawings 5-The installation Contractor shall be on site to oversee delivery of all systems furniture parts & pieces. It is the responsibility of the installation Contractor to unpack and inspect all new parts and pieces delivered to the job site. Any damaged goods must be identified and held aside for inspection by a FS PPM staff member. The Contractor will notify PPM immediately if damaged items are discovered. 6-The installation Contractor shall employ a crew that has been trained and is experienced in systems furniture installation. It is the responsibility of the Contractor to install all new components and parts and pieces in such a way as to not void the warranty for these components. STANDARD OPERATING PROCEDURES FOR THE ROBERT DUNCAN PLAZA BUILDING: Vendors are responsible for insuring that a copy of these operating procedures are provided to and followed by each employee making deliveries to or providing services in the Robert Duncan Plaza building. 1-For life threatening situations, call the police emergency number, 911. Please be available to answer the questions of the responding police officer. 2-Primary hallways (off the elevator corridors), exits, elevator lobbies and stairways shall not be obstructed in accordance with local fire codes and common sense. 3-Pallet jacks are not allowed in the freight elevator, the lobby or on any upper floors without proper floor protection such as Masonite, plywood, or other comparable protective material. 4-Corner protection must be provided in all corridors and work areas. 5-All debris created by the vendor or the vendor's employees, including food containers, wrappers, cans, bottles, paper cups, Masonite chips or dust, cardboard, and any other items resulting from the product or service being provided, will be removed at the end of each shift. 6-Smoking is prohibited in all Federal Spaced owned, rented or leased by the executive branch of the federal government by Executive order #13058. Furthermore, smoking is prohibited on the parking levels, and at all entrances and exit ways of the Robert Duncan Plaza as per the Oregon Clean Air Act, 333-15-035. LOADING DOCK USE: 1-Use of the loading dock must be scheduled with the security guard desk (503-808-5155) as far in advance as possible in order to ensure availability. 2-The loading dock is to be occupied by vehicles, only during the time when the vehicle is being loaded or unloaded. After being loaded or unloaded, the vehicle must be removed from the loading dock area. Unless prior approval has been received from Building Maintenance (503-224-7223), vehicles will not be left unattended on the loading dock. 3-After-hours or weekend use of the loading dock must have prior approval from Building Maintenance. 4-With prior approval of Building Maintenance, vehicles are allowed to remain in the loading dock overnight for loading or unloading early the next morning. However, the vehicle's length cannot prevent the loading dock door from being closed and locked. Vehicles must be parked on the street if they compromise building security in any way. 5-The entrance to the loading dock has a 12ft 6 in clearance and declines from street level into the loading dock area. Because of the decline, not all vehicles that are 12ft 6in or less in height can be accommodated. A visit to the site is recommended prior to dispatching any vehicles. Vehicles needing more clearance than is available must park and be loaded or unloaded on the street. 6-Care must be taken when opening or closing the loading dock door. Repair costs will be charged for any damage incurred. 7-Floor protection is not required in the loading dock area. FREIGHT ELEVATOR USE: 1-The vendor is responsible for providing each of his or her employees with a copy of the attached Elevator Operation instructions and insuring that each is familiar with and follows them. 2-The freight elevator must be reserved through the security guard desk as early as possible, and must be reconfirmed with the security guard desk no later than 12:00 noon on the day prior to the reserved time. 3-The elevator key must be returned to the security guard when the elevator is no longer needed. 4-Heavy equipment or pallet jacks are not allowed in the freight elevator, the lobby or on any upper floors without proper floor protection such as Masonite, plywood, or other comparable protective material. ELEVATOR OPERATION -- A key that is controlled by the security guard operates the freight elevator. 1-It must be reserved and signed out by the responsible user. 2-The key must be returned to the guard as soon as use is completed. 3-The top two right hand buttons are the only buttons that are needed to operate the elevator. SCHEDULE OF ITEMS: De-Install 547 Work Stations & Install 531 Work Stations re-using existing UNICOR hinges $_____________ De-Install 547 Work Stations & Install 531 Workstations with removal and replacement of existing hinges $______________ Deduct amount if 1st floor (19 workstations) $________and 3rd floor 17 workstations) $_________ final installations are not required. Payment will be made upon satisfactory completion of work based on a percentage of the lump sum amount bid. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) PAST PERFORMANCE -- including (a) quality of service and customer satisfaction (incl. problems encountered and resolutions), (b) timeliness (2) ORGANIZATION Experience of installers and supervisors. (3) PRICE. Price is of lesser importance than past performance and organization; however, the importance of price may become greater as the difference between the past performance evaluation decreases. Where past performance is determined to be substantially equal, price may control award. In addition to providing price, the offeror shall provide a list of major contracts completed in the past three years relevant to this request and respond to the evaluation factors contained herein. Quotes shall be received at the following address; Contracting Officer, USDA Forest Service, Procurement and Property Management, ATTN: Monty Bell, 333 SW First Avenue, Portland, OR 97204 by 12:00 PM (1200 hrs) May 29, 2001. Quotes may be faxed to 503/808/2365. ATTN: Monty Bell. All quotes shall be clearly marked with offeror's name, telephone number, and RFQ number. The following clauses are incorporated by reference into this solicitation: FAR 52.212-1, 2, 3, 4, & 5, 52.236-6, 7, 8, 9, 10, 12, & 13.
- Record
- Loren Data Corp. 20010518/NSOL001.HTM (W-136 SN50M2L0)
| N - Installation of Equipment Index
|
Issue Index |
Created on May 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|