MODIFICATION
71 -- Office Work Space Reconfiguration/Replacement
- Notice Date
- 4/28/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W91215-16-Q-0008
- Archive Date
- 6/11/2016
- Point of Contact
- CELESTE J. FELTON, Phone: 7578781045, Hilda Fowler, Phone: 7578782559
- E-Mail Address
-
celeste.j.felton.civ@mail.mil, hilda.e.fowler.civ@mail.mil
(celeste.j.felton.civ@mail.mil, hilda.e.fowler.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information (RFI) Reconfiguration/Replacement of Furniture 1.0 General Information The Aviation Integration Directorate is conducting market research in support of the reconfiguration or replacement of existing furniture. A requirements exists for a total of 7 work spaces and a semi-permanent enclosed conference room to accommodate approximate 6 - 8 personnel in approximately a 966 sq. ft. total space. Refer to NAICS Code 541410. Value not to exceed $150 Thousand Dollars. The Government requests information on cost-effective reconfiguration of existing furniture or cost effective acquisition options which will consist of the below options. Responders are not required to address all of the options: 1. Reconfigure the current furniture into an office which has 6 work spaces with open conference room (which requires Permanent/semi-permanent enclosure) to accommodate up to 8 personnel 2. Reconfigure the current furniture into an office which has 7 work spaces with open conference room (which requires Permanent/semi-permanent enclosure) to accommodate up to 8 personnel 3. Cost-effective acquisition of new furniture to accommodate 7 work spaces with Permanent/semi-permanent enclosure conference room that accommodates up to 8 personnel The expected end result of this effort is the reconfiguration of the existing furniture that will accommodate 7 employee work spaces and a Permanent/semi-permanent enclosed conference room that will accommodate up to 8 personnel or a cost effective solution to replace the existing 6 work spaces in an effort to accommodate a total of 7 work spaces and the creation of a Permanent/semi-permanent enclosed conference. This RFI is the initiation of market research under Federal Acquisition Regulation (FAR), Part 10, and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This announcement is for informational and planning purposes only and should not be construed as a commitment by the Government to procure such equipment. The Government does not intend to award a contract on the basis of this RFI or to pay for any information, or otherwise reimburse responders for any costs associated with their respective submissions in response to this RFI. All submissions will be treated as information only. Respondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any materials submitted in response to this notice are not quotes or offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI or any subsequent issued RFP, if any. Responders are solely responsible for all expenses associated with responding to this inquiry. All products must comply with the Buy American Act and participation in this effort is strictly voluntary. 2.0 Proprietary Materials Protection This notice is part of Government Market Research, a continuous process for obtaining the latest information from industry with respect to their current and near-term abilities to support an acquisition. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. RFI responses which contain information that is marked as proprietary will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as contractor personnel. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts. The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information. 3.0 RFI Response Responses to this RFI are requested by 4:00 p.m. E.T., Friday, 27 May 2016 and are not to exceed 20 pages in length including all appendices. Unclassified responses should be submitted electronically via the U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access and File Exchange website (https://safe.amrdec.army.mil/safe/) in Microsoft Office format or as a portable document format (".pdf") file. Use the following distribution email address as prompted by the site: celeste.j.felton.civ@mail.mil. Responses from U.S. firms will be accepted to this RFI. Responses to questions from interested parties will be promptly answered and posted on this FedBizOpps (FBO) website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Interested sources can request a site visit to view the existing space and furniture to create an accurate floor plan for best use of floor space using existing furniture OR a cost effective plan for replacement of furniture prior to publication of a request for quote. The point of contact for this RFI is: Celeste Felton, Procurement Technician Phone: (757) 878-1045 E-mail: celeste.j.felton.civ@mail.mil. Verbal questions will NOT be accepted. Respondents are advised to submit questions via email to the above Government POC. All questions will be answered via posting answers to this FBO website; except as provided above. The Government reserves the right to not address questions received after 4:00 p.m. E.T., Friday, 27 May 2016. Disclaimer and Notice: This is NOT a solicitation for offers, proposals, applications, proposal abstracts, or quotations; it is for PLANNING PURPOSES ONLY. The Government does not intend to award a purchase order or contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR. (b) Responses will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining knowledge and information for project planning purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ec0af9b23e12b0b127f1f0670116ac4)
- Place of Performance
- Address: 401 LEE BLVD, FT EUSTIS, Virginia, 23188, United States
- Zip Code: 23188
- Zip Code: 23188
- Record
- SN04098332-W 20160430/160428234540-2ec0af9b23e12b0b127f1f0670116ac4 (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 |