Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2006 FBO #1566
SOLICITATION NOTICE

71 -- Design, deliver and install a professional office environment for the Telemedicine and Advanced Technology Research Center (TATRC) at Fort Detrick MD

Notice Date
3/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-06-T-0139
 
Response Due
3/24/2006
 
Archive Date
5/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Telemedicine and Advanced Technology Research Center (TATRC) intends to acquire the services to design, deliver and install a comfortable and professional office environment for approximately 22 to 28 individuals in newly renovated space on the f irst floor of Bldg 1054, Fort Detrick, Maryland. The solicitation number is W81XWH-06-T-0139. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as su pplemented 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. The requirement is restricted and being procured as a 100% s mall business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-16. The NAICS code is 442110; small business size standard is 500 employees. The Contract Line It em Numbers (CLIN): 0001 Design, delivery and install a professional office environment in accordance with the following Statement of Objectives (SOO): A. General. The TATRC desires a comfortable and professional work environment for approximately 22 to 28 individuals in newly renovated space on the first floor of Bldg 1054, Fort Detrick, Maryland. A copy of the floor plan and dimensions are available for review at www.usamraa.army.mil; select RFPs not online and look for Attachment 1 to W81XWH-06-T-0139 . The Contractor shall design, deliver and install a professional office environment for a group of project managers, programmers, systems analysts and administrative support staff. The design should be modern, open, visually appealing and project a profe ssional image. The design should encourage collaboration; yet offer a modicum of privacy and noise attenuation features. It should maximize, to the extent possible, the number of workstations in the common area taking into consideration that each workstat ion will have a 36 corner work unit and at least seven linear feet of work surface. Design must also comply with fire/safety and American Disabilities Act (ADA) codes. The area is a combination of two private offices, conference rooms, receptionist stat ion, waiting area, lunchroom, storage/lab room, and a large common area where the bulk of the workstations will be located. The complete office environment shall include workstations (including work station task lights, pencil drawers, keyboard trays, tack boards, chairs (desk, visitor and conference), filing cabinets (for workstations and common areas), tables, bookcases, any other items of office furnishing needed to produce a turn-key delivery, to include decorative wall art and accessories. Carpeting a nd tile will not be required. B. Work Description. 1. The workforce occupying this space will consist of two supervisors/senior project managers, an Administrative Assistant/Receptionist with the remaining workers being a combination of project officers, s ystems analysts and program developers focusing on mobile computing innovations, software development, and wireless medical record technology. The total number of individuals/workstations in this complex will be approximately 22-28. Offerors should consid er this as estimate. The actual total will depend upon the final approved design. The office design includes two offices, two bathrooms, two conference rooms separated by a movable wall, a storage/work bench room, network/comms closet, small office suppl y storage room, reception workstation, waiting area, guest/graphics workstation, lunch room, production workstation, and common area with multiple workstations. 2. The contractor shall provide a suitable furniture package that will present a professional a nd efficient office environment for each separate office. The separate offices should be able to accommodate at least two visitors comfortably and facilitat e collaboration between the office occupant and his or her visitors. 3. All personnel will work primarily at their desks and utilize a computer with two flat screen monitors and a telephone for work-related communication. They will require an adequate amou nt of desktop space and filing cabinets for project documents and reference materials. The desktop horizontal space needs to be flat, well lighted, and sufficient to lay-out projects, worksheets, reference materials, and textbooks/manuals. Design for each workstation in the common area should provide a chair for one visitor. The furniture layout for the two offices should avoid having the occupants back facing the entry way to each office. The contractor will propose ergonomic adjustable seating with lumb ar support for each workstation. 4. The Production Workstation will be open and available for all staff. Centralized faxing, printing, copying/scanning will be completed from one location. Furnishings to make this area operational are requested (equipment to be furnished by TATRC). This area must also accommodate a plotter printer. The space must be designed to accommodate government furnished copy/scanner (e.g. Canon 6800 color copier/printer: dim 6x3 feet), large multifunction table top color printer, desktop facsimile machine, plotter printer, and work table. C. Electrical Power. Electrical service will be provided through power poles to be provided and installed by the Offeror. Service lines will be coiled above the nine foot high drop ceiling. Ft Detrick electricians will connect service lines to the Offerors power pole lines. D. Network and Communication Cabling. The desks/workstations must accommodate electrical power, data and telephone cabling. The contractor will provide and pull three dat a and one phone drop for each workstation. The data and phone cables will be pulled from patch panels in the Server Closet shown on the attached drawing. All workstations must be wired for electrical power by the contractor. The contractor will use the i nstalled cable conduits as noted on the attached architectural plan where wall access is available and provide the wall cover plates. The cable and electrical access points are approximations. The contractor will provide electrical and cable poles to run cable from the server closet and patch panel, up and over the drop ceiling down to the workstation clusters. Electrical cables will be coiled above the drop ceiling in the large room where most of the workstations will be located. All data communications wiring will be Category 5e, 10baseT, four pair, and 24awg solid copper. The contractor will be responsible for providing the patch cords and connecting them to wall outlets and/or from the workstation drop box ready for the user to plug in their computers and telephones. The contractor will be responsible for pulling and terminating three data and one phone drop to each floor box located in the two conference rooms via conduits buried in the floor. E. Moving and Cleaning. After installation of all desks/workstations, furnishings and cabling, the contractor shall clean floors and work surfaces. All items will be aligned or adjusted at the request of the Offeror. F. Conference Room. The contractor w ill propose a professional conference environment for the space identified as the conference room on the architectural plan. The conference room tables should accommodate 6-10 people comfortably depending on the size of the rooms. The conference rooms must be equipped with white board(s) w/tray, table, and adjustable leather chairs. G. Decorative Wall Furnishings and Other Accessories. The Offeror will propose wall art and other accessories that include, but not limited to white boards, bulletin boards, wa stebaskets, coat racks/hooks, umbrella storage, floor mats at entrances. H. Site Visit. A site visit is scheduled at TATRC conference room located on the second floor of building 1054 on Thursday, 16 March 2006 from 0900  1100 hours to view the existing space and discuss the floor plan. Required installation date is targeted for the summer (July) 2006. Please contact Gay Hayden at Gay.Hayden2@det.amedd.army.mil for required registration to attend the visit no late r than 15 March 2006 at 11:00 AM, no more than three (3) representatives authorized to attend. Questions pertaining to this solicitation shall be submitted in writing before the site visit or by 4:00 PM on the day of the site visit. Delivery is tentative ly scheduled for July 2006. Provisions at 52.212-1 Instructions to Offerors-Commercial. 52.212.2 Evaluation-Commercial Items is applicable. I. Installation. Installation date will be determined by the completion of the renovation construction. Furnit ure and cabling installation is targeted for the summer (July) 2006. The contractor will be responsible for removing all packing material J. Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower Reserve Affairs) oper ates and maintains a secure Army data collection site where the manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following w eb address: https://contractormanpower.army.pentagon.mi1. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beg inning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting t his information); (11) Locations where contractor and (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency cont ract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this rep orting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may sub-contractors perform the work use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure web site without the need for separate data entries for each requir ed data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. K. Proposal Submission Requirements. EVALUATION FACTORS: The first four factors  Drawings/Floor Plans, Product Description, Project Plan , and Experience/Past Performance are non-price factors. The fifth factor, Pricing, is the only price factor. The Offerors total proposal including attachments such as brochures or product description may not exceed 50 pages. 1. Drawings/Floor Plan. The O fferor will provide floor plans to scale based upon architectural drawings for the project. CAD files are available. 2. Product descriptions. An artist or com puter generated rendering that illustrates how the actual office area will appear (according to the floor plan) is desired, but not required. 3. Project Plan. Provide a detailed, time-phased work plan from contract award through occupancy. The plan should address furniture being proposed, non-furniture tasks such as wiring, moving and cleaning. 4. Experience/Past Performance. Provide names and contact information for three references for which similar work has been accomplished. Provide a description of th e work accomplished for each reference. 5. Pricing. Offerors may propose according to their standard commercial practice; however, at a minimum, pricing detail should permit the separation of material and labor costs and should facilitate comparison by fun ctional/occupational end user. In other words, Offeror should break out the costs associated with separate office, headquarters element, copy center, conference room and scientist offices. These functional/occupational groupings then should be broken out b y material and labor. L. Proposal Evaluation. Award will be made to the Offeror that presents the best value to the Government, price and non-price factors considered. Award may be made to other than the lowest price offeror. Offerors are advised that th e Government considers the combined non-price factors to be more important than price. All of the non-price factors are of equal importance. After technical evaluation of the written proposal, the Government will schedule oral presentations for additional information on Factor 2 with no more than the top three-rated offerors whose proposals adequately address the requirements of the solicitation. The Offerors will make an oral presentation to introduce the products being proposed. Oral presentations will include viewing samples or illustrations of the products being offered. The presentation will cover product features and address how the products offered meet the objectives in paragraph A. Oral presentations will be conducted at Fort Detrick. The Purc hasing Agent will contact each Offeror to schedule oral presentations. Please include a completed copy of the provision 52.212-3 Offeror Representations and Certifications-Commercial Items. The following clauses are applicable in the resultant contract aw ard: 52.212-4 Contract Terms and Conditions, 52.212-5, contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Appli cable to Defense Acquisitions of Commercial Items. Written proposals for Factors 1, 2, 3, 4 and 5 are due by 11:00 AM, Eastern Daylight Savings Time 24 March 2006. Offerors will be contacted after evaluation to schedule oral presentations. Oral presentat ions are tentatively scheduled for the week of 1st week of April 2006. Offers shall be submitted electronically to gay.hayden2@det.amedd.army.mil by the closing date and files should submitted utilizing Microsoft Office products or in PDF format, zip file s are not authorized.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN01003355-W 20060311/060309212724 (fbodaily.com)
 
Source
FedBizOpps 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.