Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

71 -- Design, deliver and install a professional office environment for the Biotechnology High Performance Computing Software Applications Institute (BHSAI) at Fort Detrick MD.

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-05-T-0607
 
Response Due
8/12/2005
 
Archive Date
10/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Biotechnology High Performance Computing Software Applications Institute (BHSAI) intends to acquire the services to design, deliver and install a professional office environment for group of scientists and administrative support staff located on Miller Drive (site B363), Fort Detrick, MD 21702. The solicitation number is W81XWH-05-T-0607. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as su pplemented 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 requirement is restricted and being procured as a 100% s mall business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-16. The NAICS code is 442110; small business size standard is 500 employees. The Contract Line It em Numbers (CLIN): 0001 Design delivery and install a professional office environment in accordance with the following Statement of Objectives (SOO): A. General. The BHSAI desires a comfortable, professional work environment for approximately 21 individuals in mobile office (trailer) on Miller Drive (site B363). The trailer configuration and dimensions is available for review at www.usamraa.army.mil; select RFPs not online and look for Attachment 1 to W81XWH-05-T-0607. The contractor shall design, deliver and install a professional office environment for the trailer complex. The design should be modern, open, freestanding, visually appealing and project a profess ional image. The design should encourage collaboration; yet offer a modicum of privacy and noise attenuation features. The complete office environment shall include workstations (including work station lights, pencil drawers, keyboard trays, tack boards, chairs (desk, visitor and conference), filing systems (for workstations and common areas), tables, bookcases, and any other items of office furnishing needed to produce a turn-key delivery. B. Workforce Description. 1. The workforce occupying the trailer complex will be comprised of a Headquarters element consisting of a Director (#14), Deputy Director (#16), and an Administrative Assistant (#15). The remaining workers are research scientist focusing on high perform ance computing applications, software development, and systems modeling and simulation. The total number of individuals/workstations in the trailer complex will be approximately 21. Offerors should consider this an average range of occupants for the traile r complex. 2. The contractor shall provide a suitable furniture package that will present a professional and efficient office environment for each separate office. The separate offices should be able to accommodate at least two visitors comfortably and facilitate co llaboration between the office occupant and his or her visitors. Refer to Appendix A for a listing of number of workstations/occupants per room. 3. The contractor will incorporate furnishings on hand with those provided by this solicitation. A composite listing with descriptions and measurements will be provided for each item of furnishing that the BHSAI will transfer to the new trailer complex. A cosmetic and functional plan for mixing the old and new furnishings is expected. A continuation of wood grain and color scheme is highly encouraged. Offices for the Director, Deputy Director and Executive Assistant should have all new furniture components . 4. The scientist will work primarily at their desks and utilize a computer and a telephone for work-related interactions. They will require an adequate amount of desktop space and filing systems for project documents and reference materials. The desktop ho rizontal space needs to be flat, well lighted, and sufficient to layout projects, worksheets, reference materials, and t extbooks/manuals. Design in each office should facilitate an opportunity for collaboration by providing space and a chair for one or two visitors for each workstation. Where possible, the furniture layout should avoid having the occupants back facing the entry way to each office. The Copy Room (#12) will be open and available for all staff. Faxing, printing, copying and mail distribution will be completed from one location. Furnishings to make this area operational are requested. C. Current Space Utilization. 1. Description of typical current workstations is provided for offerors information only. Offerors are not bound by this convention, but should understand the present experience of the individuals who will occupy the trailer complex. The current workst ations may be viewed during the site visit (see below). The organization is currently scattered in three locations as a result of space limitations and availability. The interior design of the Trailer Complex will resolve the current separation of acti vities issue and should be furnished to further create a conducive environment for efficient use of space and facilities. Dimensions for each office and workspace are annotated on the architectural plans: 2 Current common area: In addition to the offices/workstations, the trailer complex includes 2 bathrooms, 1 kitchen, 1 copy room, 1 conference room, 1 storage room, 1 electrical/phone room, 1 server room, 1 janitor closet, and 1 sprinkler closet. The following items will be located in the copy room (#12) and design plans should be provided by the contractor. a. Network Desktop Printer, b. Large multifunction printer/copier/scanner, and c. Facsimile desktop machine D. Network Cabling: The desk/workstations must accommodate electrical, telephone, and network cabling. All desks/workstations must be wired by the contractor as needed and ready for plug-in by the offeror. The contractor will use the installed cable access as denoted on the architectural plans. The cable and electrical access points are approximations. All communications wiring will be Category 5e, 10baseT, four pair, and 24awg solid copper. The contractor will be responsible for providing the patch cords and connecting them to the network wall outlets and routing the cable to the desktop surface ready for the user to plug in their computer. E. Moving and Cleaning. After installation of all desks/workstations and furnishings, the contractor shall clean, and align all items at the request of the offeror. F. Conference Room. The contractor will propose a professional conference environment for the space identified as the conference room (#13) on the architectural plan. The conference room table should accommodate 10 people comfortably. The conference environment must accommoda te a standard conference electronic package, including computer, projector, remote controlled electronic screen, laser pointer white board and wireless telephone conferencing equipment. A mobile cart with a power strip should be provided for the projector and computer. The contractor is not responsible for providing the conference electronics package. G. Site Visit. A site visit is scheduled at 10:00 AM on 27 July 2005 to view the existing work space, furniture items on hand and the proposed location of the trailer complex. Carpet and paint samples will be provided to facilitate furniture recommendations. Refer to App endix B for a description of furnishings on hand. Required installation date is 6-16 September 2005. Please contact Susan Cortes-Shrank at Susan.cortes-shrank@det.amedd.army.mil for required registration to attend the site visit no later than 26, July 2005 at 11:00 AM, no more than three (3) representatives authorized to attend. Questions pertaining to this solicitation shall be submitted in writing before the site visit or by 4:00 PM on the day of the site visit. Delivery is tentatively scheduled for week of 6 September 2005. Provis ions at 52.212-1 Instructions to Offerors-Commercial. 52.212.2 Evaluation-Commercial Items is applicable. H. Proposal Submission Requirements: The first four factors  Drawings/Floor Plan, Product Descriptions, Project Plan, and Experience/Past Performance are non-price factors. The fifth factor, Pricing, is the only price factor. The offerors total proposal, including attachments such as broc hures or product descriptions, may not exceed 50 pages. 1. Drawings/Floor Plan. The offeror will provide floor plans to scale for the trailer complex. 2. Product descriptions. The offeror will make an oral presentation to introduce the products being proposed. Oral presentations will include viewing samples or illustrations of the products being offered. The presentation will cover product features a nd address how the products offered meet the objectives identified in paragraph A. An artist or computer generated rendering that illustrates how the actual office area will appear (according to the floor plan) is desired, but not required. Oral presenta tions will be conducted at Fort Detrick. The contract specialist will contact each offeror to schedule oral presentations. 3. Project plan. Provide a detailed, time-phased work plan from contract award through occupancy. Address the integration of furniture on hand, furniture being purchased, non-furniture task, wiring, moving and cleaning. 4. Experience/Past Performance. Provide names and contact information for three references for whom similar work has been accomplished. Provide a description of the work accomplished for each reference. 5. Pricing. Offerors may propose according to their standard commercial practice; however, at a minimum, pricing detail should permit the separation of material and labor costs and should facilitate comparison by functional/occupational end user. In oth er words, offerors should break out costs associated with separate offices, headquarters element, copy center, conference room and scientist offices. These functional/occupational groupings then should be broken out by material and labor. I. Proposal Evaluation. Award will be made to the offeror that presents the best value to the Government, price and non-price factors considered. Award may be made to other than the lowest price offeror. Offerors are advised that the Government considers the combined non-price factors to be more important than price. All of the non-price factors are of equal importance. Award may be made to other than the lowest price offeror. Offerors are advised that the Government considers the combined non-price factors to be more impor tant than price. All of the non-price factors are of equal importance. Please include a completed copy of the provision 52.212-3 Offeror Representations and Certifications-Commercial Items. The following clauses are applicable in the resultant contrac t award: 52.212-4 Contract Terms and Conditions, 52.212-5, contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items and 252.209-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items. Written proposals for Factors 1, 3, 4 and 5 are due by 11:00 AM, Eastern Daylight Savings Time 12 August 2005. Oral proposals for Factor 2 will be scheduled for the week of 15 August 2005 at USAMRAA, Fort Detrick, MD. Offerors may contact the contract specialist to schedule an oral presentation any time after the site visit. Offerors are advised that the Government reserves the right to cancel an offeror's oral presentation if, after an initial revie w of the offeror's written proposal, the Contracting Officer determines the offeror's written proposal fails to adequately address the requirements of the solicitation. Offers shall be submitted electronically to susan.cortes-shrank@det.amedd.army.mil by the closing date and files should be submitted utilizing Microsoft Office products or in .PDF format, zip files are not authorized.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00847500-W 20050716/050714212513 (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.