SOURCES SOUGHT
71 -- SOURCES SOUGHT - WORKSTATION FURNITURE
- Notice Date
- 1/30/2008
- Notice Type
- Sources Sought
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Center for Acquisition Innovation;1701 Directors Blvd;Suite 810;Austin, TX 78744
- ZIP Code
- 78744
- Solicitation Number
- VA-791-08-RI-0038
- Response Due
- 2/18/2008
- Archive Date
- 3/4/2008
- Point of Contact
- Juan C. Chavez 512 383 4321
- E-Mail Address
-
Email your questions to Click here to email contract specialist
(juan.chavez@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS - (VA-791-08-RI-0038) This is not a Notice of Solicitation. The Department of Veterans Affairs (VA) is seeking Statements of Capabilities from Industry for an anticipated requirement to supplying, configuring, installing, and maintaining workstation furniture compatible with the Camino Low Profile Access Floor System. BACKGROUND: The VA Financial Services Center (FSC), currently located at the intersection of IH-35 and Woodward Street in Austin, TX, anticipates relocating to a new leased facility to meet its growing space needs in the next 12-18 months. While the exact location of the new facility has yet to be determined, it is known that this new facility will have to be within 5 miles of the FSC's current location. ANTICIPATED REQUIREMENTS: Through work with General Services Administration (GSA), it is known that the leasing agency will install the Camino Low Profile Access Floor system to facilitate power, voice and data cabling and modular furniture base feeds. While exact specifications have yet to be determined, it is known that the VA-FSC new facility will be approximately 62,000 square feet. Approximately 375 workstations are anticipated. This number includes seven executive management offices, 25 senior management offices, 350 employee workstations in various configurations, and three secure areas. ANTICIPATED WORKSTATION REQUIREMENTS: Panel/Frame Construction (Stackable Frame & Tile, Unibody, 14 gauge Cold-Rolled Steel Frame; Grade 2 Fabric; Metallic Paint Options; Clear and Frosted Stackable Panel Options; Two Glides per Frame with 2-inch Leveling Capability; Integral Slotted Standard allowing Cantilevered Height Adjustment in 1-inch Increments; Bolt through Connection, 1 Universal Connector for 2, 3, or 4 Way Connections; Open Base with Adjustable Glides; Electrical Access through Bottom of the Frame; Available in 57-inch and 68-inch Heights; Tile Options to include Tackable-Acoustical, Markerboard and Window; .70 NRC and 21 STC Ratings with Acoustical Inserts; Stacking Tiles in 22-inch or 11-inch Heights, up to 90 inches high also allowing 1-inch Height Adjustments for Hang-on Components; Available in Clear or Frosted Glass; Components are Functionally Compatible with Floor to Ceiling Modular Walls; Load-Bearing Components per Side of each Panel; No Counterbalancing Required); Electrical Requirements (4-Circuit/8-Wire, Non-directional; Snap-in Harness providing 2 Receptacles on each side of the Frame as well as on Stackable Frames; Open Bottom of Frames to allow Floor Power Connections; Beltline Locations; Surge Suppression Availability); Cabling (Top Channel lay in, 37 Cable Capacity); Hanging Work Surface (About Face-Curvilinear eliminating Corner Applications); Lighting (Linear and Articulating Panel Mounted as well as Freestanding Styles); Typical Workstation (Panels: 36 inches wide and 42 inches wide x 57 inches high, Segmented, Grade 2 Fabric TBD; Open Base; Smooth Painted Metal Top Caps and End Trims; Beltline Power at Work Surface Panels Only/Open for Data Cabling; Work Surface: 78 inches wide x 30 inch/36 inch Curvilinear, "About Face" Orientation; Laminate with Vinyl Edge Detail, Standard Finishes; 52 inches wide x 26 inches high; Storage Cabinet w/Box Drawer, Open Shelves and Closed; Center Cabinet, Standard Paint Finish; Box/Box/File Pedestal, depth 22 inches, Standard Paint Finish; Multi-Slotted Tool Rail, width 48 inches, (2) Paper Trays, (1) Diagonal Sorter, (1) Vertical Tray; Panel Mounted Halogen Task Light; Panel Mounted Flat Screen Monitor Arm; Adjustable 27-inch platform Key Board Tray with foam wrist rest; Size of the workstation is 6-feet 6-inches X 7 feet; Cluster of 8 workstations POSSIBLE CONTRACT CONSIDERATIONS: The VA-FSC is considering acquiring the supplies and services necessary to satisfy this requirement through competitive means under the GSA Federal Supply Schedule (FSS) 711.1 on a firm fixed price basis. ROAD AHEAD: VA-FSC is in the preliminary stages of developing an optimal acquisition strategy to satisfy this anticipated requirement. To help us determine industry interest, capability and whether the anticipated acquisition can be set-aside for small business concerns, interested firms are asked to submit a Statement of Capabilities that addresses the following: 1) Overview of your technical capabilities to supply, configure and install workstation furniture compatible with the Camino Low Profile Access Floor System for a facility the size and complexity of the anticipated new FSC facility in Austin, TX; 2) Summary description of relevant past 5 years of experience in supplying, configuring and installing workstation furniture compatible with the Camino Low Profile Access Floor System, including the size, magnitude and complexity of the reference(s); 3) Description of warranties that might apply; 4) Estimated performance period; 5) Statement of whether your firm is classified as a Large Business, Small Business, Small Disadvantaged Business, HUBZone Business, Woman-Owned Small Business, Veteran Owned Small Business in the 337214 North American Industry Classification System (NAICS) Code; 6) Statement of whether your firm holds a GSA FSS 711.1 award. If so, provide the Contract Number and dates the contract is valid for; 8) Provide a Rough Order of Magnitude cost estimate to construct one typical workstation (6 feet 6 inches X 7 feet), and a cluster of 8 workstations; 9) Information which the contractor considers Bid and Proposal Information or Proprietary Information pursuant to existing laws and regulations must be marked accordingly (see FAR 3.104-1(3) and (4)). Statements of Capabilities are limited to 10 pages and will be evaluated by VA-FSC representatives as part of the Government's market research to assist in developing the appropriate acquisition approach to contractually satisfying the anticipated requirement. Businesses responding to this Sources Sought Announcement must submit their responses via email to juan.chavez@va.gov by February 18, 2008. All responses must include the return email address, mailing address, telephone number, and facsimile (fax) number in the transmittal page. This announcement is based upon the best information available, may be subject to future modification, is not a request for quote/proposal, and in no way commits the Government to award of a contract. VA will not be responsible for any costs incurred by responding to this notice. No solicitation exists at this time.
- Place of Performance
- Address: Department of Veterans Affairs;Office of Acquisition and Logistics (OA&L);Center for Aquisition and Innovation (CAI) Austin;1701 Directors Blvd, Ste 810;Austin, TX
- Zip Code: 78744
- Country: USA
- Zip Code: 78744
- Record
- SN01495743-W 20080201/080130223755 (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 |