Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

V -- MOVING AND INSTALLATION OF OFFICE EQUIPMENT

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-03-Q-2361
 
Response Due
6/5/2003
 
Archive Date
6/20/2003
 
Point of Contact
Jay Gardner, Contract Negotiator, Phone 215-697-9642, Fax 215-697-5418, - Rocco Siravo, Contracting Officer, Phone 215-697-9640, Fax 215-697-5418,
 
E-Mail Address
jay.f.gardner@navy.mil, rocco.siravo@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Fleet and Industrial Supply Center Norfolk Detachment Philadelphia intends to acquire moving and installation of furniture on an total small business set-aside in support of Naval Inventory Control Point, Building 312, Mechanicsburg, PA. Request for Quotation (RFQ) N00140-03-Q-2361 contemplates a firm fixed price purchase order with an estimated performance period between 08 August 2003 and 19 September 2003. The applicable North American Industry Classification System code is 48421. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, Test Program for Certain Commercial Items, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-03. This is a full and open competitive procurement. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): CLIN 0001 ? QTY: 1 Lot- Code 056 Move and Installation; CLIN 0002 ? QTY: 1 Lot - Code 87 Move and Installation STATEMENT OF WORK FOR CODE 056 MOVE General - Contractor shall provide resources capable of relocating (119) personnel from building 312 south end firebay to the renovated northcenter firebay. This consists of relocating move boxes, Times-Two rotatable files, (14) private offices of furniture, (20) UNICOR Vanguard workstations, miscellaneous furniture, and specified Technical Library ADP hardware.1. Relocation of UNICOR Vanguard Stations - Disassemble/relocate/reassemble (20) UNICOR Vanguard workstations consisting of (1) 30? x 60? shell desk, (1) 28? x 48? left side desk return, (1) 30? x 42? computer table, (1) pedestal file, (2) overhead hutches. (weekend). Relocation of private office furniture - Relocate (14) credenzas, (14) double pedestal desks, (15) vertical file cabinets, (15) bookcase cabinets, (15) bookcase hutches, (45) chairs, (7) conference tables, (2) couches, (14) trash cans. Furniture is located in building 312 south firebay and requires setup in the northcenter firebay as shown on the provided drawing.(weekend) 3. Times-Two rotatable files - Disassemble/relocate/reassemble (54) Times-Two rotatable files, consisting of starters and add-ons, from building 312 south firebay to the northcenter firebay as shown on the provided drawing. (during work week hours) 4.Relocation of miscellaneous furniture/move boxes - Relocate (5) refrigerators, (13) safes, (3) paper shredders, (42) chairs, (35) miscellaneous sized tables, (24) bookcases/Wrightline cabinets,(119) trash cans, (865) move boxes, (15) whiteboards. Unpack and place (119) floor mats provided by government to job site. (weekend)5.Relocation of Technical Library ADP hardware ? The following list of Technical Library ADP hardware is provided. Vendor shall perform a visual inspection of equipment, prior to bidding, to insure he has the capability of relocating this equipment. (1/2 during work week/other on weekend) **Any damage incurred during movement shall be at the expense of the vendor to repair or replace in accordance with clause at FAR 52.245-2, Government Property (Fixed ?Price Contracts). Prices noted are cost when purchased new. Equipment will be readied for movement and reconnected by a technical contractor. (1) 3M Quantimatic Printer (bay H28 to bay F15) (** $20,000.) (1) Printfold Machine (attached to Quantimatic Printer) (bay H28 to bay F15)(1) Xerox Printer (bay H28 to bay E/F-15)(** $19,000.) (2) keypunch machines (bay H24 to bay J11)(1) 3M 262 duplifiche developers (bay J28 to bay H14)(1) 3M 261 duplifiche printers (bay J28 to bay H14)(1) Cannon PC printer (bay K28 to bay H14) (1) Challenge paper drill (bay K27 to bay H14)(3) Cross-cut shredders (bay K30 to bays A15, J11)(1) CDEX workstation with (8) CDEX rimage burners (bay K27 to bay K12(** $40,000.)(1)3M 2800 Processor camera (bay H30 to bay J10) (** $63,000.) (1)3M card encoder (part of 2800 camera) (bay H30 to bay J10) (2)Photomatrix Aperture card scanners (bays H24/F30 to bay H11) (** $90,000. ea)(1)Tamaran card scanner (bay H24 to bay A15)(** $60,000.)(2)Oce Aperture card scanners (bay F30/K30 to bay J10) (** $25,000. ea)(1)Vidar large format scanner (bay H24 to bay J10(** $40,000.)(1)Oce 3210 viewer printer (bay K30 to bay B15) (1)3M 520 Dupli-printer (bay K30 to bay B15)(27) Aperture card viewers (various locations throughout south firebay)(16) Sun QA workstations (various locations throughout south firebay)(** $7,000. ea)(1) Minolta MS7000 Card viewer/printer (bay J28 to ?) Packing boxes will be provided by the government to building 312 south firebay. Items to be relocated will be numbered by government to correlate with numbered drawing. Projected schedule for move is 8 August 2003 through 19 September timeframe. Exact dates will be given closer to completion of renovations.Points of Contact are: Cheryl LaMaster, NSA Facilities Planning, 717-605-5791 Luann Russell, NAVICP Business Office, 717-605-1428 STATEMENT OF WORK FOR CODE 87 MOVE General ? Contractor shall provide labor and necessary expertise to install new UNICOR System XXI (K.I.) furniture at building 312 north fire bay and to relocate boxes, computers and associated equipment, chairs, misc. furniture pieces, times two files, from south center fire bay to north fire bay. Estimated timeframe for work to begin is 8 August 2003 through 19 September 2003. Breakdown as follows: 1. Installation of UNICOR System XXI Furniture ? Pick up 168 workstation components from building 307 warehouse and install at building 312 north fire bay. Contractor shall provide transportation and forklift. Each workstation consists of the following:(1) 24 x 54 work surface, (1) 24 x 48 work surface, (1) 24 x 48 corner work surface, (3) 48 x 72 fabric panels, (1) 30 x 72 fabric panel, (3) 24 x 72 fabric panels, (1) 54 x 72 fabric panel, (2) 48? flipper door cabinets, (2) 48? task lights, (1) articulating keyboard, (1) small pedestal file, (1) 2 drawer lateral file, (1) 30? wide regular shelf, (1) center drawer, and associated trim accessories. In addition, contractor must snap in place receptacles and jumpers in furniture raceways. Contractor must uncrate all furniture. Contractor must place all trash in dumpster provided by government. Customer will provide drawing. May be accomplished during normal business hours. 2. Delivery/Installation of UNICOR Supervisory/Director Workstations - Contractor must pick up 17 workstation components and two similar workstations for secretaries from building 14 and install at building 312 north fire bay. Contractor must provide transportation and forklift. Each workstation consists of the following: (1) Main work surface table, (1) bridge, (1) credenza, (1) three-drawer lateral file, (1) closet unit, (1) upper unit to set on top of credenza, and (1) 48? round table. Contractor must uncrate all furniture. Contractor must place all trash in dumpster provided by government. Customer will provide drawing. May be accomplished during normal business hours. 3. Delivery of new wood furniture for Department Directory and Deputy Director - Contractor must pick up two sets of wood furniture at building 14 and deliver to building 312 north fire bay. Wood furniture consists of: (2) wood desks, (2) wood credenzas, (2) small conference tables, (2) bookcase units, and (2) file cabinets. Contractor must unpack furniture, and use protective drop cloths in movement. All trash to be placed in dumpster provided by Government. Customer to provide drawing. May be accomplished during normal business hours. 4. (a) Delivery and setup of new Times-2 Speed Files ? Pickup components for 48 six foot high Times-2 Speed Files at building 14 and install at building 312 north fire bay. Contractor must place all trash in dumpster provided by government. Customer will provide drawing. (b) Relocation of existing Times-2 speed files within building 312 ? Contractor must relocate 10 Times-2 files from building 312 south center fire bay to north fire bay. Customer will provide drawing.5. Shelving Installation ? Customer must pick up and deliver 16 units of shelving from building 14 and install at building 312 north fire bay. Customer will also provide 12 six-foot high Wright line cabinets that contractor must unpack and deliver to workspace (pick up from warehouse on base). Contractor must place all trash in dumpster provided by government. Customer will provide drawing. May be accomplished during normal business hours. 6. Strong Room Relocation - Contractor must relocate the following equipment from building 312 south center fire bay to building 312 north fire bay:1. PCs - estimate 344. FINAL NUMBER TO BE DETERMINED AND DEPENDING UPON WHEN AND WHERE NMCI IMPLEMENTATION WILL TAKE PLACE..OLD SPACES OR NEW. 2. 4 Cabinets/Storage Racks (house servers, ups equipment, brackets) Est weight of each cabinet is 400 - 500 lbs. 3. 4 Other servers not racked (NTCSS).4. 4 TAC boxes (NTCSS). 5. Breece Hill Unit (Backup Unit) Estimated weight is 725 lbs. (Public Works moved this unit into Code 87 this past April). 6. Excess and refresh equipment (will have to do count). 7. Tables/setup stations. Note: Strong Room Relocation effort must be accomplished on overtime hours over a weekend. 7. Floor Plan Miscellaneous Items ? Auto Cad drawing will be provided by customer showing layout of furniture and all miscellaneous items such as refrigerators, tables, water coolers, printer stands, Wright Line cabinets, shelving units, chairs, conference room furniture, etc. All of these items must be relocated by the contractor from building 312 south center fire bay to north fire bay. High Density Shelving, and lektriever files annotated on drawing will be relocated by another contractor. However, all boxed material where high density, and lektriever units are located, must be relocated to north fire bay. Contents to be relocated will be numbered by customer to correlate with numbered drawing.All boxed material for 188 people (boxes to be provided by Government) must be relocated by the contractor. Note: This effort must be over one weekend. Points of contact are: Garry Adams (Naval Support Activity, Office Planning) 717-605-2704 Luann Russell (Naval Inventory Control Point) 717-605-1428 Eric Fisler (Naval Inventory Control Point, Code 87) 717-605-4952 Site Visit is available upon request. Attendees should submit name of attendee(s) and name of company by COB on 02 June 2003. The provision at 52.212-2, Evaluation -- Commercial Items, is included whereby price is the only evaluation factor. Offerors are advised to include a completed copy of the provisions at 52.212-3 (Alternate I) and 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.245-2, Government Property (Fixed ? Price Contracts). A single award will result from this solicitation. Quotes shall be received in the bid room at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 1:00 PM (local time) on 05 June 2003. All responses should be directed to the Bid Officer at the address shown above, ATTN: Code 02P24E, and reference RFQ N00140-03-Q-2361. For additional information concerning this requirement, please contact Jay F. Gardner, Code 02P21B, at (215) 697-9642. FAX: (215) 697-5418/9569, E-mail address:jay.gardner@navy.mil
 
Place of Performance
Address: Naval Inventory Control Point,, 5450 Carlisle Pike, Building 312, Mechanicsburg, PA.
Zip Code: 17055
Country: USA
 
Record
SN00334431-W 20030531/030529213653 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.