Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
MODIFICATION

71 -- NAVOCEANO MSRC Customize 5 operator console and 1 supervisor desk

Notice Date
3/27/2007
 
Notice Type
Modification
 
NAICS
337212 — Custom Architectural Woodwork and Millwork Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816, UNITED STATES
 
ZIP Code
35816
 
Solicitation Number
4THO17078074
 
Response Due
4/2/2007
 
Archive Date
4/17/2007
 
Point of Contact
Brandi Barnes, IT Specialist, Phone (228) 688-4697, Fax (228) 688-4832,
 
E-Mail Address
brandy.barnes@gsa.gov
 
Description
This requirement is for a cusomtomized 5 operator console and 1 supervior desk in support of the NAVOCEANO Major Resource Center at Stennis Space Center, MS. (1) Quote shall be submitted as an open market requirement. (2) Quote shall include GSA order ID number 4THO17078074. (3) Quote must be valid for 30 calendar days after submission. (4) New equipment only, NO remanufactured products, and NO “gray market” items. Ensure that all items will be covered by the manufacturer’s warranty. (5) Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. (6) Quote is to include all fees, including shipping or freight costs. (7) Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. (8) No partial shipments unless specifically authorized at time of award. (9) All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. (10) Quote must include verification that the product and/or service has been evaluated and validated by the NSA or in accordance with NSA-approved processes in accordance with Defense Confidentiality DCAS-1 (see also DODI 8500.2, February 6, 2003). Reference URL: http://www.dtic.mil/whs/directives/corres/html/85002.htm for NSA compliance information. (11) Offeror’s must be registered in the Central Contract Register (CCR). Offeror should provide statement that CCR registration is current. (12) Failure to comply with the above instructions may result in quote being determined as non-responsive. It is mandatory that all responding vendors be registered in GSA's IT-Solutions Acquisition System (ITSS). The website is http://it-solutions.gsa.gov. The HelpDesk # is 1-877-243-2889. Failure to register in ITSS will result in your company not being solicited. A. Scope of Contract: The purpose of this Request for Proposal is to acquire customized furniture as requested by the customer for Solicitation Number 4THO17078074. The customized furniture being procured is; 1 (5 Operator) Console and 1 Supervisor Desk. B. The contractor shall perform the following tasks: 1. Deliver the Console, Supervisor Desk and all components as indicated in the attached Bill of Materials. 2. Install the furniture at Stennis Space Center in Mississippi Bldg 9323 Room 103 as indicated in the Statement of Work. 3. Potential vendors must request the drawing specifications from Ms. Brandi Barnes @ brandi.barnes@gsa.gov or (228) 688-4697 NLT 04/02/2007. C. Period of Performance: Delivery shall be 6 weeks after receipt of order as indicated on the SF1449. Installation shall not exceed two (2) work days. D. Bill Of Material ITEM QUANTITY DESCRIPTION 1 1 Five (5) Computer Operator Console 2 1 One (1) Supervisor Desk E. Specifications: Each vendor must send a sample of the finish and color Cherry Wood with Port color Laminate to be included with their quote to the following address prior to the RFQ close date: GSA/FAS Attn: Brandi Barnes 1001 Balch Blvd. Stennis Space Center, MS 39522 (228) 688-4697 Brandi.barnes@gsa.gov Contractor to provide new equipment only, NO remanufactured products, and NO “gray market” items. Ensure that all items will be covered by the manufacturer’s warranty. Contractor is asked to provide drawings or brochures of the proposed design that meets the specifications of the Bill of Material/Statement of Work. Contractor will provide suitably trained personnel to support the task. Due to Stennis Space Center security requirements all contractor personnel working on this effort shall be United States citizens and capable of gaining access to the facility. In the event of a conflict between the furniture dimensions mentioned in the Statement of Work and the dimensions listed on the drawings, the dimensions of the drawings will take precedence. Command Center Consoles for Data Center operations • Command Consoles shall be capable of supporting specified electronics • Command Consoles shall have an adjustable monitor shelf: The front adjusts 4 inches (102mm) at 1 inch (25mm) increments vertically. The rear adjusts 4 inches (102mm) at .5 inches (13mm) increments vertically. Maximum tilt is 20 degrees. • Command Consoles shall be comprised of floor mounted pedestals, horizontal support chase and decorative frames, with a front and rear enclosure assembled together to form a command console. • Lower Front doors and enclosure assembly shall be locking and enclosure a shelf. Lower doors shall be solid type, 18 gauge steel door with welded hat channel stiffeners. Doors shall open 180 degrees from either the right or left side. Lock shall be lever latch type. Shelf shall be available as a pullout. 18 gauge steel shelf shall extend 14 (356mm) inches from the face of the console and requires a 140 lbs load capacity. • Rear enclosure assembly shall be locking and same as above except vented. • Command Console shall have a minimum 1” (25mm) thick MDF core, PVC work surface. The work surface shall be not less than 18 inches (457mm) deep overall and should include a 1 ¾ (44mm) deep beveled edge covering the work surfaces entire front width. • Command Center compartment shall allow for a minimum of 20 degree slope away from the operator for all electronics placed above 26 inch (661m) from the floor level. • All components shall be pre engineered modular construction • Warranty shall be ten years against defects of all components, parts, material and workmanship under normal use. • Finish and color – Color Cherry Wood with Port Color Laminate 1 Supervisor Desk 1 ea 60”W basic slim-line console 1 ea 90”W basic slim-line console 1 ea Short decorative end frame, RH 1 ea Laminated side panel 1 ea Laminated side panel 1 pr Upper lam sides for 51016 1 st Side panel retainers, 2nd tier 1 pr End frames for 2 tier slimline 1 ea Double tier intermediate frame 1 ea 90 degree base corner 3 pr Work surface support brackets 1 ea 90 degree corner, lam work surface 1 ea 18”D work surface – 60”W chase 1 ea 18”D work surface – 90”W chase 1 pr Oak edging for 18”D shelf 1 ea 56” monitor shelf 1 ea 86” monitor shelf 1 pr Hinged duct cover, 60” THIS REQUIREMENT IS BEING EVALUATED BASED ON LEAST COST TECHNICALLY ACCEPTABLE. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/FTS/4TRC/4THO17078074/listing.html)
 
Place of Performance
Address: Bldg 9323 Room 103 Stennis Space Center, MS
Zip Code: 39522
Country: UNITED STATES
 
Record
SN01260584-F 20070329/070327223104 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.