Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2011 FBO #3480
SOLICITATION NOTICE

71 -- DAU-South Office Furniture

Notice Date
6/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-T-0229
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
Point of Contact
Shirley Burke-Mitchell, 256-895-1292
 
E-Mail Address
USACE HNC, Huntsville
(shirley.a.burke-mitchell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Government intends to make a firm fixed priced award to the offoror whose quote complies with the requirements below. The solicitation is issued as a Request for Quotes (RFQ). This solicitation is 100% Small Business Set Aside and all responsible offers will be considered. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 337211. The SB size standard for this code is 500 employees. Offors must be received NLT 1600 (CST) on 16 June 2011. Equipment delivery, configured and installation must be completed NLT COB 30 July 2011. One award will be made based on the offer which is in full compliance with the requirement, (1) DELIVERY TIME; (2) FURNITURE COMPATITIBILITY; and provides the (3) Best Value to the Government in terms of price. To be considered all items are Brand Name or Equal (Steelcase office furnishings) must meet or exceed specifications listed below. The requested items are required to ensure compatibility, match existing furniture/fixtures currently in use, and provide a uniform and professional work environment. All items shall be delivered FOB Destination to Huntsville, Alabama 38010. REQUIREMENT The office furniture will be located in a room approximately 400 square feet. The Program Director will have an office area of approx 180 square feet surrounded by a floor to ceiling height system furniture wall with lockable door. The Administrative Program Coordinator will be located in the same 400 square foot room outside of the Program Directors office space. The two sets of office furniture and the system wall furniture must match current color and grade of existing DAU-S furniture to ensure compatitability and continued color schemes to present a professional work environment when the satellite and main campus training locations are combined. The contractor shall provide/furnish all labor, tools, equipment, material, and transportation necessary to provide, unpack, configure, and install the furniture at DAU-South, Huntsville, Alabama 35810 (Satellite Office). All debris shall be picked-up and discarded of offsite. 1. Specific Furniture Requirement Room 14 Office Furniture Requirements Furniture will be New 1 Panel Wall System attaching to existing room walls on two sides to create a separate office approx 12' x 15' approx 180 sq ft (Best Fit for Room)with locking medium cherry wood door. Panels will be ceiling height with glass transom along top. grade 2 fabric 2 - One Seat Lounges with amber wood grade 6 Faux leather taupe 1 -20" x 24" End table laminate top Med cherry 2- 36"w x 66"H bookcase open freestanding Lam/Wood Med cherry 1- 24"D x 36"W Two Drawer Lateral Lam/Wood Med cherry 1- 36"w x 36"H Book case open set on Lam/Wood Med cherry 1- 42" diameter Round Table with cylinder base Lam/Wood Med cherry 2- 30"D x 67"W Desk Left Pedestal Lam/Wood Med cherry 1- 24"D x 45"W Bridge Lam/Wood Med Cherry 1-24"D x 67"W Credenza Right pedestal lam/Wood Med cherry 1-66"W x 36"H High Back Organizer Hinged Doors Med cherry 2-chairs-leap adjustable upholstered black HWPD arm, lumbar Or equal 1-22"D x 51"W Return right Lam/Wood Med cherry 3 -Side Chair Wood Back Amber seat Faux Leather taupe Files shall be equipped with locks. Room 15 Requirements Furniture will be New Provide seven (16) workstations of equal size and arranged to maximize work area efficiency in accordance with attached Floor Plan - New Cubicles that seat 1 person each; basic color black with cherry wood laminate shelves and work surfaces and hazel Fabric Each cubicle will be at least 48"W x 42"D The cubicles will be 2 rows of 8 with cubes sharing a 66"H center panel wall and 42"H side panel walls between each cube (or best fit for room which may require 2 sets of 2 x 4 cubicles ) 16 - Shelf common 48"w x 15"D edge and shelf cherry laminate 16 - Pedestal file under work surface 22"D Black Cubicles should have electrical system capable of distributing electrical services to several workstations from 2 central feed points. 2- Pole Power 3 circuit 66"H 2 -Base Power In-3 Circuit Every workstation is to be provided with a keyboard platform and arm system All components (workstations) shall be lockable All trim pieces, end caps, etc. to completely finish of the unit 2. General Furniture Specifications: All furniture shall conform to maximize the efficiency of use for the room size and layout specified All products shall be backed up with a lifetime warranty. Electrical/Communications Specifications Standard powered or non-powered panels shall be covered on two sides with tackable acoustical fabric with Class A fire retardant rating All panel surfaces shall have the same appearance System furniture shall meet noise reduction/sound transmission standards (i.e., STC 16) Configure workstations or desks either right or left according to the floor plan All work-area/desk panels shall be capable of being wired All cabling and electrical wiring shall be concealed and managed by vertical wire managers and under counter wire managers Provide clips to manage task light cords, as well as under counter clips or wire managers to attach and route cords under the work surface Provide electrical power for receptacles and communication outlets as required by necessity and /or floor plan Connection to RJ-45 outlets and electrical pigtail connection will be by the contractor All powered panels and panel connectors or the file/storage unit shall have a cable/energy barrier separator Power -in entry feeds to the panels or the file/storage unit must be capable of supporting a minimum of sixteen (16) workstations. Each workstation will be provided a phone and computer by the Government Configure work-stations or desks either right or left according to the floor plan Exceptions must be noted, where applicable by Offeror/Installer General Color Scheme: Basic color black with cherry wood laminate shelves and work surfaces and hazel Fabric to match existing furniture/workstations Task Lights: Task light shall be high-efficiency with quality uniform lighting over the entire work surface. Task lights shall be equipped w/high-efficiency, rapid start, Octron-type fluorescent bulbs, with electronic ballasts. Task light shall be mounted under all retractable door overhead storage units and open shelf units with WIDTH TO MATCH UNIT LENGTH. Task light shall fit tightly and securely under the shelf or storage unit with no movement. Provide cord management clips to manage cords. Provide task lights from the same manufacturer that provides the systems furniture, to insure proper fit and uniform color match. Exceptions must be noted, where applicable by Offeror/Installer Locks: Lockable components shall be provided with a lock Each component (book case/desk drawer/file cabinet/workstation) shall be keyed alike Provide 2 master keys that will open all of the lockable components At completion of installation, provide the master keys to designated Government Representative Product performance and Safety Requirements: Furniture components shall meet all federal and state regulations Component specific requirements for performance and safety are listed in ANSI/BIFMA X5.6-2003 Exceptions must be noted, where applicable by Offeror/Installer. Site Visit. There will be a site visit on 9 June 2011 at 2:00 p.m. to verify facility/room configuration and A/C, telephone, computer jacks and heating/cooling references. There will NOT be a second site visit. If you would like to attend contact Mrs. Shirley Burke-Mitchell via email at Shirley.a.burke-mitchell@usace.army.mil with the following information NLT 5:00 p.m. on 7 June 2011 (CST): Company Name Names of the two members of your company that will be attending (please limit two per company) Two forms of ID, at least one form of valid picture ID Email addresses Telephone numbers Offerors will field verify all existing site conditions and dimensions. Visitors must be US citizens The location of the site visit will be at 100 Orange Drive Huntsville, Al 35810 Please respond NLT than 5:00 p.m., 7 June 2011 if you would like to attend. After the site visit, visitors will have three business days (14 June 2011, 4:00 pm. (CST)) to submit written questions concerning the site visit and the solicitation. Submit questions to shirley.a.burke-mitchell@usace.army.mil. The following clauses and provisions can be viewed at http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. FAR 52.237-1, Site Visit, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. Offers must be submitted in writing via e-mail to the Contract Specialist, Mrs. Shirley Burke-Mitchell and Contract Officer, Mr. Michael Alexander No later than 16:00 NOON (CST) on 16 June 2011. For more information, email Mrs. Shirley Burke-Mitchell at shirley.a.burke-mitchell@usace.army.mil. The alternate POC for this requirement is Mr. Michael K. Alexander, Michael.k.alexander@usace.army.mil All items shall be delivered FOB Destination to DAU-South, Huntsville, Alabama 35810. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The provision at FAR 52.232-18 Availability of Funds applies to this acquisition. The following addendum is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. RFQ submission must be in accordance with solicitation; Offerors must be registered in the Central Contractor Registry to be eligible for award All Amendments, if applicable, must be acknowledged; Questions concerning this notice should be submitted to the points of contact as indicated in this announcement Email offers will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-T-0229/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02463275-W 20110605/110603234141-b3c8972089745d1538beecfa9ec21de5 (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.