Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

71 -- STRATCOM Furniture BPA

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-04-T-0151
 
Response Due
8/25/2004
 
Archive Date
9/7/2004
 
Point of Contact
Antwane Thomas, Contract Specialist , Phone 402-294-3546, Fax 402-294-7280, - Debra Simons, Contracting Officer, Phone 402-294-6393, Fax 402-294-7280,
 
E-Mail Address
antwane.thomas@offutt.af.mil, debra.simons@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Therefore, this synopsis shall serve as a request for quotation. Offutt AFB requires the following service: Stratcom Furniture Design and Reconfiguration. The RFQ Number is FA4600-04-A-0006. The contractor shall provide all personnel, equipment, supervision, other items and services necessary to perform redesign and reconfiguration of Steelcase Systems Furniture at Offutt AFB, NE as defined in the Statement of Work (SoW). The solicitation is set aside 100% for small business and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. The North American Industry Classification System (NAICS) code for this acquisition is 442110 and the small business size standard is 500 employees. Quotes will be evaluated by these three evaluation factors: Proper certification, small business concerns, and lowest price technically acceptable. Proper certification will be the most relevant of the three in the evaluation to meet the government?s need. Government intends to award (1) Blanket Purchase Agreement. The government intends to issue an order for: STATEMENT OF WORK SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform redesign and reconfiguration of Steelcase Systems Furniture as defined in this Statement of Need at Offutt AFB, NE. The contractor must be a certified Steelcase installer in order to maintain warranty on current and in-bound Steelcase product. USSTRATCOM/CSF will review and approve the design and reconfiguration of all tasks. REDESIGN. The project officer USSTRATCOM/CSF will be responsible for requesting redesign and establishing need dates. Contractor will provide the systems furniture space planning design for new locations or reconfigurations. The contractor shall strive for an average of 91 square feet per person for areas being redesigned unless otherwise directed to do so. Within three (3) days of redesign request, the contractor shall measure all site conditions. Contractor shall provide four copies ? ? scale shop drawings of proposed furniture, panel, and component layouts for approval to USSTATCOM/CSF concurrent with design submittal. The design drawings shall include electrical connections to include power poles, base power in feeds, and any necessary plug mold concurrent with design submittals. Submittals shall include: Evaluation or perspective drawings of workstations showing any revised positioning. Specifications including full description, model number, and quantity of each item. The contractor shall furnish four (4) black and white line copies of the design generated by computer. Each area to be redesigned will include four design phases: ORIENTATION CONFERENCE. Surveys are provided to the users and various aspects of the furniture are discussed and users are briefed relative to the remaining design steps. PRELIMINARY DESIGN CONFERENCE. Initial design layout presented to using activity includes proposed furniture choices and configuration. The using activity discusses changes with the contractor within three (3) days after orientation conference.PREFINAL DESIGN CONFERENCE. At this point, all major revisions shall be completed. Only minor changes shall be addressed at this time. A final design is due three (3) days after preliminary design conference. FINAL DESIGN MEETING. Approval by the government. Design to be reviewed and signed as approved by the user and the project manager three (3) days after pre-final / design conference.The contractor shall furnish four (4) black and white line copies of the final design generated by a computer consisting of The final approved furniture layout.Inventory list of the Steelcase components in the design (new pieces and excess pieces of components required to complete reconstructed) area to include part numbers, panel heights, total square feet in area, number of people in area, square feet per person, office symbol and room number, scale of drawing, and date of design. The contractor shall furnish a CD containing the final design and inventory compatible with AUTOCAD 2000 (No Caps Program). SYSTEMS FURNITURE ORDERING PACKAGE. After receiving approval of the redesign layout, the contractor shall prepare a systems furniture order package that shall include additional components that resulted from the redesign. Package will include nomenclature, Steelcase part number, quantity, color, and GSA unit price. This package will be forwarded to USSTRATCOM/ CSF. RECONFIGURATION REQUIREMENTS. The contractor shall maintain a capability to reconfigure the workstations on an on-call basis. The contractor shall respond to relocations within three (3) working days after receipt of order. The contractor must have the ability to reconfigure 20 workstations per day. The contractor shall disconnect and connect electrified workstations as required. Base electrical engineers will furnish interpretation and guidance, if required.The contractor must have the means to haul furniture parts to and from building 301D and the LeMay building. Covered vehicle bay be required during inclement weather. The contractor is required to furnish miscellaneous screws to install accessories. COMPUTER SUPPORT. The contractor shall use a Computer-Aided Design (CAD) system (IBM compatible). AUTOCAD AEC Architectural, software (AutoDesk, Inc.) shall be used to redesign and generate the inventory listing. Data shall be stored on a CD containing the final design and inventory. The CAD program cannot be used for this copy to CSF IF STORAGE IS REQUIRED: All disassembled panels being placed in storage require full hinge assemble/top cap/base plates attached to each. Power poles will be disassembled and packaged in a complete unit assemble (taped). BID SCHEDULE ( include price per normal duty hour and price per non-duty hour.) Remove power pole (Does not include disconnecting power), Disconnect existing power , Disassemble workstation, Haul disassembled workstation, Assemble workstation, Install power pole, Connect existing power pole. Warehouse work: Innovatory/organized/clean-up, Redraw workstation, Redesign workstation , Clean furniture panels ( both sides/metal components, inside/outside) Not to exceed 20? x 48? (per side), Not to exceed 20? x 75? (per side), Not to exceed 30? x 45? (per side), Not to exceed 30? x 75? (per side), Not to exceed 45? x 42? (per side), Not to exceed 45? x 75? (per side), Service call (per hour). Pricing is for is for labor and parts or equipment that may be needed for connection of power. Pricing shall include both power poles and BPI?s (Base Power In?s) Haul system furniture to and from building 301-D and LeMAY building (500). This item is based on per haul / per pickup load. Re-fabric panels: Not to exceed 20? x 48?, Not to exceed 20? x 75?, Not to exceed 30? x 45?, Not to exceed 30? x 75?, Not to exceed 45? x 45?, Not to exceed 45? x 75? Send quotes to antwane.thomas@offutt.af.mil or via facsimile @ 402-294-7280 Please acknowledge all requirements on quotations. The following Provisions/Clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evalution ? Commericial Items; the evaluation factors in order of importance are Proper certification, small business concerns, and lowest price technically acceptable; FAR 52.212-3, Offeror Representation and certificatio- Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5(DEV), Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; 52.232-36, Payment By Third Party; 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/; 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES, The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFAR 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004(ALT A), Required Central Contractor Registration applies. DFAR 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS; DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS;252.225-7016 RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS. Contractors are required to be actively registered in the Central Contractor Registration prior to award of any Government contract. See http://www.ccr.gov. Offers are due no later than 1200 CST, 25 August 2004 and quotes must be valid for 30 calendar days after close of solicitation. Address any questions to SrA. Antwane Thomas, Contract Specialist, at (402) 294-3546 or via E-mail to antwane.thomas@offutt.af.mil. .
 
Place of Performance
Address: OFFUTT AFB NE
Zip Code: 68113
Country: USA
 
Record
SN00645337-W 20040819/040817212113 (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.