SOLICITATION NOTICE
99 -- Design and Space Planning
- Notice Date
- 9/14/2015
- Notice Type
- Presolicitation
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, District of Columbia, 20534
- ZIP Code
- 20534
- Solicitation Number
- FN1409-15
- Point of Contact
- Tatea R Cavanaugh, Phone: 202-305-7302, Tiffani D. Balestrini, Phone: 570-547-1635 ext 141
- E-Mail Address
-
tcavanaugh@central.unicor.gov, tbalestr@central.unicor.gov
(tcavanaugh@central.unicor.gov, tbalestr@central.unicor.gov)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation. Please do not respond to this document. A solicitation will be issued to fedbizops containing all information required to submit an offer that will be considered for award. UNICOR intends to enter into a one (1) base year with four (4) one year option years if exercised Indefinite Delivery Indefinite Quantity Type Contract for design and space planning services of UNICOR furniture products. Solicitation number is FN1409-15 and this solicitation is issued as a Request for Proposal (RFP). Guaranteed Minimum is $ 10,000.00 over the duration of the contract, inclusive of any exercised option years. NAICS Code 541410 Business Size Standard is $7.5 million Services are to provided throughout the continental United States, Alaska, Puerto Rico, Hawaii and other oconus locations. The following information pertains to the Standard Form 1449 Solicitation: OMB 1103-0018 The offer acceptance period is 90 calendar days. All solicitations (also future procurement) and any other information (amendments, etc.) may be obtained through FedBizOps at www.fbo.gov under FN1409-15. All offerors must complete the following information prior to submission of offer to be considered for award, in addition to the requirements of Section L: Complete the ACH form and registration in SAMS http://sam.gov formerly known as CCR and ORCA. The ACH form can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on business commercial opportunities, navigate to, procurement forms and click on ACH form and print. The period of performance is one base year with four one year option if exercised as follows: BASE YEAR - April 1, 2016 through March 31, 2017 OPTION YEAR 1- April 1, 2017 through March 31, 2018 OPTION YEAR 2- April 1, 2018 through March 31, 2019 OPTION YEAR 3- April 1, 2019 through March 31, 2020 OPTION YEAR 4- April 1, 2020 through March 31, 2021 The period of performance may vary depending on actual award date but will not occur prior to April 1, 2016. Successul offeror(s) will be responsible for design and space planning of the Office Furniture Group's product offering during the term of the contract. This shall include, new and offered products. It will also include any products added to our lines at a later date. The design and space planning will be required for United States including Alaska, Puerto Rico, Hawaii and other oconus locations. At a minimum, the design staff shall be staffed at a level and physically located sufficiently to provide timely responses to customers throughout the United States, Alaska, Puerto Rico, Hawaii and oconus within 72 hours. The design process will include all steps necessary to ensure that the project designs will meet customer needs. This may include conducting customer interviews, estimating/quoting the value of installed product, providing initial designs to customers for design confirmation, developing product specifications, design of UNICOR furniture products, creating a bill of materials, developing story boards when required and meeting any special customer requirements. Project designs will maximize the inclusion of all FPI products (systems furniture, seating, case goods, and metal products, etc.) UNICOR will bear none of the operational costs associated with design and space planning. This includes, but is not limited to, salaries, benefits, office costs, office expenses, and travel costs. This shall be considered a cost of doing business and will be the sole responsibility of the successful offeror. Offerors are advised that the Government intends to evaluate offers and award on a Multiple Award basis. A detailed statement of work and all other requirements to be considered for award will be listed in the solicitation document. All offerors shall be registered in www.sam.gov. Any offorer not registered in SAM will not be considered for award. The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) whose offer represents the best value to the government. Evaluation factors will be listed in detail in the solicitation document.. A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer which shall result in a binding contract without further action by either party. No copies of the solicitation will be mailed. The solicitation, amendments and any other corresponding documents for FN1409-15 will be posted to Fedbizops. All responsible offerors may submit a proposal which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/MMB/FN1409-15/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN03885499-W 20150916/150915000418-438366689c6518ac21022c4aebfa3f7e (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 |