SPECIAL NOTICE
L -- RFI FOR INTERIOR DESIGN SERVICES - Attachment 1 Drawing
- Notice Date
- 11/3/2015
- Notice Type
- Special Notice
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 10282015
- Archive Date
- 12/29/2015
- Point of Contact
- Nancy J. Beck, Phone: 202-324-2947
- E-Mail Address
-
nancy.beck@ic.fbi.gov
(nancy.beck@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Agreement RFI Drawing SYNOPSIS: This is a REQUEST FOR INFORMATION (RFI) for Market Research ONLY. The information collected through this process is considered to be MARKET RESEARCH ONLY as described by FAR 2.101 and in accordance with FAR 10.002. NO AWARD will be made from this RFI. The Federal Bureau of Investigation (FBI) is issuing this RFI to gather Market Research Data on furniture, fixtures, and equipment (FF&E) as part of an initiative being conducted by the FBI Headquarters Consolidation Program Office (PMO). The HQ-PMO is responsible for planning and executing the new FBI HQ project (in collaboration with the General Services Administration). This initiative will support the efforts to conduct market research on effective FF&E solutions that can be tested and demonstrated in the current FBI space(s), and be incorporated into immediate or future FBI innovative workspace solutions. All FF&E experts interested in participating in this initiative must submit an information package clearly stating how their products fit the following but not limited criteria: • Culture - National Security Law Enforcement Organization • Agility - multi-functionality space/furniture • Choice - adjustability to different types of work areas, space types, space allocations, with different capabilities, different degrees of workstations (i.e., active vs. focused, multiple monitors, sit to stand workstations); open or enclosed workspaces; different types of finishes, and designs that works with the space design and our security guidelines • Collaboration - integration of media areas with active and focused work areas • Well-being - Promotes productivity (i.e. adjustable height workstations, ergonomic chairs, lighting); FF&E that encourage movement and comfort • Innovation - New and creative design that works in synergy with the current/future space layout and maximizes its use while providing maximum functionality (i.e. mobile work areas, plug-in stations, flexible spaces) These findings will support and ensure costs, sustainability, flexibility and synergy needed to maximize the equilibrium between the harmony of the well being of all FBI employees and their performance in the workspace. DETAILS: The FBI plans to consolidate its headquarters at one of three short-listed sites located in the National Capital Region. A consolidated FBI HQs is needed to support information sharing, collaboration, and integration of FBI strategic priorities. In support of this project, the FBI is conducting market research on how the workplace will function and evolve in the 21st century and how its employees will work, interact, and collaborate in the office environment of the new FBI HQ. Changes in information technology, employee demographics, and corporate culture will dramatically alter expectations and uses of FBI workspaces in the coming decade. The HQ-PMO is leading this initiative and will undertake a vendor demonstration project for FF&E that will be used as market research to collect data on ways to maximize the design of workspaces and their functionality for the better of our employees and our mission. The HQ-PMO currently occupies a 2,800-square foot office space in the J. Edgar Hoover Building. The FBI intends to enter into vendor demonstration agreements with multiple vendors to test a variety of FF&E in the HQ-PMO space for potential application to the workspace design of the new FBI HQ. This market research will also serve as a "Lessons Learned" strategy that may be incorporated into more immediate build outs at FBI HQ, offsite, and field office locations. DEMONSTRATION SPACE DETAILS: The existing HQ-PMO will serve as the "Workspace Laboratory", the space is directly adjacent to the cafeteria in the J. Edgar Hoover Building and is thus the ideal location for an interactive Workspace Lab that will be informed by and contribute to culture change as the FBI transitions into its new HQ. The Workspace Lab has been designed to include a variety of workspaces that support and balance collaboration and focused work. The population who will be collaborating in this Workspace Lab consists of various GS grade levels, top FBI Senior Executive Management, as well as visiting external Senior Management from our partnering agencies. A layout of the Workspace Lab is provided in Attachment 1 and includes the following types of workspaces and finishes: • "Front Porch"/Reception Area that can accommodate informal meetings and discussions • Large, reconfigurable conference room • Stand-up meeting/large document review area • Active workspaces • Focused workspaces • Active/focused workspaces • Huddle areas • Neutral interior wall colors, and carpeting with a pop of accent colors Additionally, the PMO anticipates that the Workspace Lab will be outfitted with audiovisual equipment, IT equipment, workspace-specific lighting, acoustic-enhancing features, and collaboration tools such as smart boards, white boards, and other visual displays. The HQ-PMO plans on continually reconfiguring the Workspace Lab to demonstrate the agility and adaptability of the future workspace and to generate excitement and interest in the new FBI HQ. As a part of this demonstration, the FBI seeks vendors interested in demonstrating cutting-edge FF&E in a variety of categories: • Seating - e.g., desk, conference room, huddle room, stand-up meeting area (stools), soft seating for reception areas • Workstations for active and focused work areas • Collaboration tables - e.g., collaborative conference room, reception area, stand-up meeting and large documents review areas • Lighting that enhances and reinforces the workspace type and allocation • Stand-alone huddle spaces/pods or private teaming spaces • Equipment that maximizes collaboration/engagement among groups of people and programs - e.g., concealed projection screens, retractable partitions, retractable/movable whiteboards, smartboards, audiovisual displays • Equipment that maximizes focused areas - e.g., noise cancelling, privacy, traffic management solutions • Storage solutions, both personal and shared (e.g. desk side, lockers, vertical storage solutions) • Finishes-colors and materials that complement the existing interior finishes to maximize adjustability and uniformity • Materials- Eco-friendly, ergonomic solutions In addition to the categories listed above, the FBI is interested in other FF&E that would support the goals and design principles of the Workspace Lab that the FBI has not previously considered. All FF&E must meet federal environmentally preferable purchasing requirements. The FBI plans to permit multiple vendors to demonstrate FF&E simultaneously and on a rotating basis. Per the results of the most recent demonstrations, all new accepted FF&E will remain in place for demonstration purposes for up to eight (8) months. WORKSPACE LAB GOALS: The FBI is requesting information about FF&E that demonstrates functionality in the following but not limited criteria: 1) Has the potential of improving employee productivity and collaboration 2) Enhances the workplace environment by promoting employee well-being 3) Provides for employee choice in workspaces and agility in reconfiguring workspaces as mission needs shifts 4) Demonstrates innovation that reflects changes in work preferences due to shifting demographics and technological advances 5) Attracts the interest of employees and facilitates a culture change in the way FBI employees view and conduct their mission and operations in the workplace of the 21st century HOW TO SUBMIT RESPONSES: All parties interested in participating in this RFI must follow the below instructions: 1) Submit an information package describing how the FF&E proposed for demonstration fits the criteria of the Workspace Lab Goals 2) An explanation of the plans on how the technology advances will be incorporated into future FF&E design (based on precedence) 3) A written statement agreeing in principle to the terms and conditions of the Vendor Demonstration Agreement (Attachment 2). Responses may be in Word or PDF format and may include product specifications, photos, figures, etc. Responses must be e-mailed to the Contracting Officer at Nancy.beck@ic.fbi.gov Individual e-mail messages may not exceed 10 MB. This RFI is issued solely for information and planning purposes and does not constitute an RFP. There is no commitment by the FBI to make any contract awards. Responses to this RFI are not offers and will not be accepted by the Government to form an agreement or binding contract of any nature. Information received may be used to assist the FBI in planning the scope of the Workspace Lab and may be shared with other Federal agencies. The FBI will not be responsible for any costs or expenses incurred by the respondents. Respondents are advised not to include any confidential business information in the responses, as the Government does not guarantee confidentiality of the information received. Although the FBI asks that no confidential business information be submitted, it is the FBI's practice to protect the provided information and make it available on a need-to-know basis only to Government personnel and contractors who will be using this information on behalf of the Government. However, the FBI cannot guarantee that information; during transmission or while stored in its system or otherwise in the FBI's custody or control or in the custody or control of another Federal agency; or their contractors; will be free from access by others. The Government and its contractors will have no liability whatsoever for disclosure of such information. Questions are due by 3:00 PM EST on Monday, November 16, 2015 and responses are due no later than 11:00 AM EST on Monday, December 14, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/10282015/listing.html)
- Place of Performance
- Address: 935 Pennsylvania Ave., NW, Washington, District of Columbia, 20535, United States
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN03936791-W 20151105/151103234405-167a379bc683bdfc3a9108de83f3c0ed (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 |