Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

R -- SITE VISIT

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC JACKSONVILLE DET GULFPORT, 2401 UPPER NIXON ROAD, GULFPORT, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62604-7115-224M
 
Response Due
6/15/2007
 
Archive Date
6/30/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS www.fedbiz.opps.gov. The RFQ number is N62604-7115-224M This solicitation documents and incorporates provisions and clauses in effect through FAC 2001?24 and DFARS Change Notice 20040625. 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541350 and the Small Business Standard is 500. This is a competitive, unrestricted action. The Navy and Marine Corp Reserve Center requests responses from qualified sources capable of providing: SITE VISIT TO DEVELOP REQUIREMENTS AND FIELD MEASURE THE SITE. THE SITE ADDRESS IS NAVY AND MARINE CORP RESERVE CENTER, 6400 BLOOMINGTON RD, TWIN CITIES, MN. ***STATEMENT OF WORK*** 1. Please see attached for description of minimum requirements and drawings. Please note the drawings provided are not to scale. Site visit for field measurement verification is required. 2. Site visit to be conducted on June 25, 2007 Interested vendors should contact Bonnie Adams by June 15, 2007 for not to scale drawing. 3. Panels between cubicles must be 85" high. Panels separating cubicles and open area must be 85" high. Cubical panels may not obstruct windows in any way. 4. Material required to be received, delivered and installed at site (see attached list) by the vendor. The vendor is required to provide trucks, forklifts or any other equipment required to move the items to their location. 5. Experienced supervisory personnel are required throughout the course of the installation. Installers must be certified by the manufacturers of the furnishings. Vendor should have written approval from equipment manufactures to install equipment so that warranties are not voided. Installation is planned to take place as soon as possible after completion of the building. The government may adjust the actual date of installation by written notice up to 30 days in advance of the planned installation. 6. Prior to the date of installation the Contractor will provide the name, Social Security number, date of birth, place of birth and U.S. citizenship for each person that will be will allowed on the facility to complete the installation. This facility requires both installation personnel and vehicles to have clearances to enter the facility. This information must be forwarded to the POC. 7. Coordination with POC for access to building and for scheduling of delivery and installation. 8. Inspection of all products for shipping damage. Any damaged or missing parts must be reported immediately to the POC for action. 9. Unpacking of all furnishings and equipment. Daily removal and disposal of all packaging materials (and trash generated by contractor's employees) according to the User POC. 10. Installation of all products is in accordance with manufacturer's recommended instructions. Contractor shall test furnishings for proper operations and examine all products for damage. Report all findings to User POC. 11. Provide all hardware necessary for furnishings assembly. 12. Provide all manufacturers' written materials including warranties, operating instructions, etc. To User POC. 13. Clean all items and leave in "move-in" condition for user. 14. Walk-Through each day with the User POC prior to the arrival of work crew and upon leaving the site each day. Annotation of any visible damage to the product/facility must be noted. Any damage to the facility during the installation must be repaired within three (3) working days and shall be restored to the same condition as found when work commenced except where indicated otherwise by the POC and shall be at the contractor's expense. 15. Installation shall occur during normal working hours of 0730 to 1600. No overtime is included. 16. Upon installation completion, assist the User POC with the final acceptance/sign-off documents. Direction from the procurement agency will determine the document form and the necessary process to obtain User POC signature. 17. The vendor shall submit an official request to obtain Base Pass entry for all workers he/she intends to involve for this service. Due to security requirements all personnel are required to be United States Citizens and may be required to provide proof of citizenship. Minimum Requirements Office #1 This is a hard walled office. Wood laminate Mid Level executive furniture required. (1) L-shaped desk (1) Articulating keyboard tray (1) 36?w 5 shelf bookshelf (1) 3 drawer lateral file cabinet (1) Wardrobe cabinet (1) 3-seat couch (1) Executive high back chair Office #2 Cubicle approx. 7 ?? x 10? (1) L-shaped workstation to include: (1)B/B/F stationary pedestal (2)Overhead storage compartments with lockable flip doors (2)Overhead storage compartments without door (1)Articulating keyboard tray Task lighting (1) 3-shelf bookshelf (1)Task chair (1)Guest chair Office #3 and #4 Each cubicle, approximately 12? x 10?, to include: (2) L-shaped workstation to include: (1) B/B/F stationary pedestal (2) Overhead storage compartments with lockable flip doors (2) Overhead storage compartments without door (1) Articulating keyboard tray Task lighting (1) 3-shelf bookshelf (2) Task chair (2) Guest chair Office #5 Cubicle approximately 11?10? x 10? (1)?U? shaped workstation to include: (2) B/B/F stationary pedestal (4) Overhead storage compartments with lockable flip doors (4) Overhead storage compartments without door (1) Articulating keyboard tray Task lighting (1) 3-shelf bookshelf (2) Task chairs (1) 3-seater couch (1) Wardrobe cabinet (1) 36? diameter table w/ seating for 2 Office #6 This is a hard walled office approximately 11? x 18? Wood laminate mid level executive furniture required. (1) U shaped desk (1) Articulating keyboard tray (1) 36? x 5 shelf bookshelf (1) 3 drawer lateral file cabinet (1) Wardrobe cabinet (1) 3 seat couch (1) Credenza with hutch (open book storage) (1) Executive high back chair Office #7 (3) 5 shelf book shelves (1) 3 seat couch (1) Magazine rack (2) 10? Conference tables, each w/ seating for 8 (1) 5 drawer lateral file cabinet The Period of performance is June 25, 2007 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items. This announcement will close at 0900 on June 14th, 2007 Contact Bonnie Adams who can be reached at 228-871-2868 or email bonnie.a.adams@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based on responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price, delivery and or specifications of material Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. See note # 23
 
Place of Performance
Address: Navy and Marine Corps Reserve Center, 6400 Bloomington Rd, Twin Cities, Minnesota
Zip Code: 55111
Country: UNITED STATES
 
Record
SN01303725-W 20070527/070525221809 (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.