Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2003 FBO #0426
SOLICITATION NOTICE

71 -- Manufacturing, Delivery and Installation of Furniture for the 3rd Fleet in ASW, Naval Base Point Loma.

Notice Date
1/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6340603RCUS1
 
Archive Date
3/5/2003
 
Point of Contact
Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, 619-532-3445
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(brian_w_odonnell@sd.fisc.navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a unrestricted procurement. The Standard Industrial Code is 2522 (NAICS Code 337214---Modular Furniture Systems, Office Type, Manufacturing) with a size standard of 500 employees. The agency need is for the supply and installation of furniture for the use of the 3rd Fleet in ASW, Naval Base Point Loma, in accordance with the schedule and requirements listed as Attachment 1 at the e nd of this notice. The requirement is for a firm-fixed price type contract with 3 CLINs. CLIN 0001: Open Office Workstations, 395 EA; CLIN 0002: Executive Workstations, 52 EA; CLIN 0003: Installation of all 447 workstations, 1 Lot. Contractor is to provide pricing for all 3 CLINs and total their price for the entire project. For copies of the Adobe Acrobat (pdf) drawings containing the a) Typical of open plan workstation and component parts listing and b) Typical of private office workstation and component parts listing, email the Contract Specialist at brian_w_odonnell@sd.fisc.navy.mil. The Period of Performance is as follows: The trailer portion of the project must be delivered and installed No Later Than 5 weeks after the Receipt of Award. Each of the four other phases (Building TBD, Building 50A, Building 600 and Building C-60) must be delivered and installed in successive five-week intervals thereafter. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule-no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, of fered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7006, Buy-American Act-Trade Agreements-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.247-34 FOB Destination; FAR 52.243-1 Changes-Fixed Price; Clause DFAR 252.243-7001 Pricing of Contract Modifications; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7007 Trade Agreements-Balance of Payments Program. DFAR 252.204-70 04 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptabil ity at the lowest price and in accordance with the delivery schedule. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the purchase descriptions and provide a statement explaining how it will meet the required delivery schedule. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, Monday, 3 February 2003 and will be accepted via FAX (619) -532-1088, Attn: Brian O'Donnell (619.532.3445) or e-mail brian_w_odonnell@sd.fisc.navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ ATTACHMENT 1 3rd FLEET COMMAND RELOCATION, PT. LOMA PROJECT: The project requirements are to install approximately 447 total workstations. Typical workstations layouts attached to this RFQ represent both open office areas and private office areas. Installation phasing may occur by building either individually or concurrently. Breakdown of quantities and phasing are as follows: Building C-60? Quan: 124? Open office workstations Quan: 28? Executive workstations Building 6 00?. Quan: 74? Open office workstations Quan: 1? Executive workstations Building 50A Quan: 63? Open office workstations Quan: 1? Executive workstations Building TBD Quan: 10? Open office workstations Trailers Quan: 124? Open office workstations Quan: 22? Executive workstations The local dealer must be capable of manufacturing, delivering and installing each project phase within 5 weeks after receipt of each order. DEALERSHIP REQUIREMENTS: ? The furniture dealership staff must include an in-house interior designer with CADD experience and in-house manufacturer's certified and factory trained installation crews. ? The dealership must be able to provide a minimum of three references from local customers. ? The dealer wi ll be responsible for developing a bill of material for the all systems furniture based on drawings that will be provided prior to contract award. ? Dealer to return to site, with customer concurrence, after occupancy to manipulate all exposed wiring and cabling into panels and under worksurfaces for a neat and clean appearance. GENERAL FURNITURE REQUIREMENTS: ? The furniture must be a Class "A" stacking and tiled system and must be easily reconfigured with a minimum of parts. ? Open office furniture and wood clad private office furniture shall be of the same system with interchangeable component parts, pieces and accessories. ? The systems furniture, including filing and storage cabinets, must be constructed mainly of steel for durability and sustainability with a minimum product warranty of ten years and a manufacturers guarantee from product obsolesce nce. ? System tiles to be manufactured of high quality, durable materials with the option of being perforated metal, plastic, painted, fabric, wood veneer, open or glass. Fabric tiles shall be easily recovered in the field. Acoustical rating of tiles shall be NRC.80/STC23 or better. ? All storage and filing cabinets shall have full extension accuride glides and be available in painted and wood veneer finish. ? The furniture must be on GSA contract and have all electrical and component requirements available to ensure the customer can reconfigure and add on quickly in the future. ? System must be able to accommodate CAT 5E wiring, NIPR and SIPR net requirements. Separation between electrical and communication shall be at least 12 inches. ? Cable and electrical plug-ins must have the capability of being integrated into tiles above or below the worksurface. Pl ug-ins must be interchangeable and reconfigurable in the field. ? Two IT cables and four duplex outlets will be needed for each workstation. ? Furniture must meet all ADA requirements for accessibility. ? Stacking and tiled panel system must have a complete "lay in" raceway that requires no pulling of wires between vertical and horizontal structural stacking elements. ? Furniture manufacturer must have a complete metal lateral file and storage system available on GSA contract. ? Each workstation may have up to three computers switched to one monitor and one keyboard. ? Furniture manufacturer to provide written certification that the furniture proposed meets all requirements within this RFQ.
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00249833-W 20030201/030130213547 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.