Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

71 -- Colorado National Guard seeks furniture for the JFHQ-CO. Please see the attached Scope of Work.

Notice Date
6/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-08-T-0010
 
Response Due
6/19/2008
 
Archive Date
8/18/2008
 
Point of Contact
daniel.j.pagone, 720 847 8677
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This is a total small business set-aside. Place of performance 6848 S. Revere Pkwy Centennial CO 80112. There will be a site visit at place of performance 1300 MST 12 JUN 08. E-mail base access requests to site visit to LTC Harriman @ david.harriman1@us.army.mil Not Later Than 1200 MST 11 JUN 08. Project completion 1 AUG 08. 1. PURPOSE The purpose of this document is to describe the requirements for the purchase and installation of operations center furniture for the Joint Operations Center (JOC) of the Colorado National Guard Joint Forces Headquarters (JFHQ) 6848 S. Revere Parkway, Centennial, CO. 2.SCOPE OF WORK Services to be provided shall include 1) design, 2) customer component selection, 3)cost estimates, 4) project timelines, 5) installation, 6) material and workmanship guarantee, 7) testing and 8) documentation for all components. Contractor will install and test all furniture and when necessary terminate cabling systems from the wall jack to the furniture jack. 4. SPECIFICATIONS. The following specifications detail the minimum requirements of the Console Furniture System. Deviations must be specifically stated and coordinated with the user. A. APPLICABLE STANDARDS Any cabling systems shall adhere to the TIA/EIA-568-A standard with 568A termination for Category 5, 5e, or 6 cabling systems. All local codes and regulations shall be strictly observed. Console furniture and design should meet ANSI-BIFMA, BSR/HFES 100, and ADA guidelines and requirements. B. CONTRACTOR QUALIFICATIONS The Contractor shall provide the necessary personnel resources, materials and equipment to fulfill the requirements of this contract. The Contractor shall have installers who are properly trained in the installation and testing of the selected furniture and when necessary termination, and testing of Category 6 cabling systems and components. The Contractor shall provide references for no less than five similar projects (in terms of size, construction cost, and complexity) performed by the Contractor within the last three years. The Contractor shall issue a lifetime warranty on all material, components, and workmanship or detail in writing, which items have a different warranty. The Contractor shall have a service representative located within a one hour drive of the project site during installation. The Contractor shall adhere to all OSHA and local safety regulations. C.FURNITURE SPECIFICS. Core Structure "Fully welded frame constructed with heavy-duty 14 gauge and/ or 16 gauge CRS (cold rolled) steel. Overall construction is an open frame to maximize service access to interior of the core and to minimize any barriers to internal cabling and wiring. Cantilevered supports to enable free leg swing under worksurfaces. "The core load rating of 1,200-lbs based on a double-sided application and 750-lbs for a single-sided configuration. "The core must include (2) adjustable glide feet to properly level unit. "The face of the core should include mounting points to accept support structures for worksurfaces. "The core should be a self-supporting unit with the stabilization of full-depth uprights or CPU storage options for technology hardware. "The core should accept steel skins, decorative laminate or acoustical panels to finish the exposed face of the core. These panels should be easily removed by hand and permit service access to the interior of the core. Steel skins include a vent pattern to permit heat dissipation. "Each core should accept additional cores to create a continuous run of cores without breaks or interruptions. Additional cores shall attach mechanically without creating floor creep. "The cores should accept connectors to create angled configurations based on 15, 30, 45, 60, 90 and 120 angles with a bolt-on vertical column that minimizes floor space consumption and permit continuous lateral cable management among cores. "Core finish should be of a material equal in performance to and similar in visual appeal to epoxy powder-coated with a uniform application over all surfaces. "The steel core shall be not less than 6in (nominal) in depth with an open frame to maximize service access to the interior of the core and to minimize any barriers to internal cabling and wiring. "The base of the core (area of core parallel to flooring) and the top of the core should be permeated with multiple cable ports to permit vertical cable management from core to (optional) attached walls. The sides of the core (perpendicular to floor) should be permeated with similar portals to permit lateral cabling among cores. Portals should measure 3-inches and 4-inches in diameter and are trimmed with a plastic sleeve to create a smooth, uniform surface. "Single and Double Sided Solutions "Cavity Illumination preferred Slat Walls and dividers "12in and 16in Heights above work surfaces with Tier 1/2/3 capabilities and can be vertically stacked to create viewing levels "Supports technology integration above the worksurface level "14-Gauge and 16-Guage Steel "6in Nominal Depth (open frame and matches depth/widths of cores) "Accepts modular wall components (slatwall with cable access panel, Desktop Rackmount module, fabric insert, whiteboard insert) "Designed with vertical and horizontal cable portals to allow for continuous cable management between cores and walls "Allows for contiguous cores for linear runs "Allows for connectors to create angled shape building (15, 45, 60, 90 and 120 degree angles) "Finished in epoxy powder-coated with uniform application over all steel surfaces "Fully welded frame "Single and Double Sided Solutions Worksurface (weight capacities) "Defined as stationary and anchors directly to core; supported by three engagement points (one on each end and one in center) "Supported by any combination of structural uprights, CPU dockers, rackmount dockers, structural privacy screens and cantilever brackets "Mounts between 28-30in above finished floor "Accepts articulating keyboard platform accessories, personal storage products and Desktop Rackmount modules "24in, 30in, 36in, 42in, 48in, 60in and 72in Widths "24in, 30in and 36in Depths "Safety rated to a minimum of 300 Lbs (evenly distributed) in accordance to ANSI-BIFMA X.5.5 - 1998 "Available in shapes to allow for linear, concave, convex and corner shape building "Linear runs in excess of four (4) linear worksurfaces must be supported by full-depth structural support Modularity "Should exhibit ease of reconfiguring and upgrading to accommodate new technology "Shape Building (angles, depths, widths) Linear 15 Degree Concave/Convex 45 Degree Concave/Convex 60, 90, 120 Degree 24in, 30in and 36in Depths 24in, 30in, 36in, 42in, 48in, 60in and 72in Widths Height: Low: 28in, High: 78in 12in and 16in Heights with Tier 1/2/3 capabilities "Modular Component "Desktop Rackmount oSlatwall Insert oWhiteboard Insert oFabric Panel oCompatible with 12in and 16in High walls "Finishing Touches " Choices of fabric, wood, laminate, steel or other suitable material is acceptable. "Bullnose edge finish is preferred Technology Accommodation "Below Worksurface Level (CPU storage, Rackmount technology) options "Recessed, equipment enclosure retracts into the core (to afford uninhibited free leg swing), mounts to core and swings forward up to 90 degrees on a two-point hinge assembly "CPU Docker Enclosed equipment module that mounts to core with ventilated sides; full-extension equipment shelf with ball-bearing suspension to enable full-service access to equipment Rackmount for laptop docking station. Shelf that mounts to core or underneath worksurface. "Desktop Level (Rackmount technology) oCompact storage unit for communication gear/ mission equipment oAvailable in 3u, 6u, 9u, 12u and 15u vertical spacing o19in EIA Compatible front rails o24in, 30in and 36in width modular "Above Worksurface Level oSlatwall Mounted Solutions for FPD, VOIP phone, KVM switching, mission equipment oModular data jack integration oPower / Cable Management Materials "Steel - Fully welded design using 14-gauge and 16-gauge, cold rolled steel, finished with epoxy powder-coated paint or coating of similar performance and visual appeal. "Tools- Assembly and disassembly of the furniture must be able to be accomplished without special tools. "Worksurface (Laminate, Uniboard) oParticleboard should meet or exceed the requirements of ANSI A208.1-99/Grade M-2. oConstructed of 45 Lb/Ft3 particleboard, covered with a decorative laminate on top and equivalent backer sheet on the underside. oDecorative laminate should be available in a full range of types, colors, patterns and finishes. oLaminates should meet performance standards per ANSI/NEMA publication LD3-2005 and comply with U.S. Federal Specification L-P 508H and the National Sanitation Foundation #35 Specification. "Fabric "fabric offerings should meet ASTM E-84, Class 1 or A flammability rating and State of CA Tech. Bulletin 117 SEC. E (CS-191-53). oShould be available in a full range of styles and colors. oShould be easily cleaned with typical household cleaners. 5.GENERAL INFORMATION Room Description: The main JOC area is approximately 40 X 27. The rooms exterior walls are a combination of glass panels and concrete. The interior walls are drywall and steel stud construction. The main floor is concrete and all areas have a 6in raised floor with carpeted HPL 2X2tiles. The ceiling is structural steel with an acoustical dropped ceiling. It is the contractors responsibility to verify construction to properly bid this project. Each workstation must accommodate at least two Flat Panel Displays (FPDs), up to three computers and a KVM switch. Computers and FPDs are government provided. No more than one of the computers may reside on the worksurface. Current JOC equipment is a mixture of laptops with docking stations and standard desktop cpus. The equipment mix per workstation must be flexible. The government will provide homerun cabling for 2 ethernet and one fiber data networks terminated in the vicinity of the furniture installation and resting under the raised floor. The latter fiber network may be installed as a third Ethernet network at the governments discretion. Contractor shall install modular jack panels for each workstation that accept the above three networks and probable KVM solution. Cat-6 plenum rated cable (horizontal data) and related hardware will be used throughout the installation except where fiber-optic is necessary. The government will provide a 10 to 15 service loop below the user work station for flexibility with the furniture installation. The amount of untwisting in a data cable pair as a result of termination to connecting hardware shall be no greater that 13mm (0.5 in.). Splices shall not be permitted as part of the copper horizontal cabling system. All jacks will be identified with labels to be determined by the DCSIM designated POC. 6. DESIGN/ CONFIGURATION REVIEW/COMPONENT SELECTION Prior to bid submittal, a site survey is required to obtain accurate measurements. Following the site survey, the Contractor shall provide its solution for a minimum of two floorplan designs to scale; one in the form of an E and the other as a standard classroom row layout. These plans shall be subject to approval by the Government and shall be utilized by the Contractor to complete the installation. Final design choice will be made at design review. The Government POC must approve the design prior to bid submittal. The design shall address the requirements specified in this document. Components and methods to be used in the project will be reviewed and approved at this time. The designs should include 3-dimensional layouts of the furniture and brochures of the proposed furniture and components selection. Color selection will also be finalized at this time. Bidder must provide a sample of standard offerings for laminate, edge-banding, steel and fabric with proposal. 7. Project Scope: A. Primary Task. Furnish, install, and test approximately 31 command center workstations with integrated CAT6 Ethernet cabling, and electrical power into the JOC main floor. Six to eight of these workstations will make up the back row which will be termed the Operations Group. The remaining workstations will be arranged in the shape of an E or in standard rows in front of the Operations Group and will be termed the J-staff Group. 1. General workstation features per workstation (Contractor furnished): One tier Slat Wall divider on back of desk to support monitor support arms Optional additional tiers. Telephone support tray for govt furnished VOIP phone One keyboard tray/ shelf Necessary CPU and laptop holders. Optional under worksurface pencil tray Optional footrests Optional under table bookshelf to hold standard 3in binders Optional cup holders Optional workstation lighting. 2. Ops Group Specifications. (approx. 6-8 Workstations) "Horizontal workspace of not less than 30inx 48in (D X W) Monitor support arms infinitely adjustable in height, depth, and tilt within a 15 degree range to support four govt furnished 19in FPD monitors Optional 24/7 rated, wheeled, pilot chairs Optional ergonomic solution for an automated sit to stand solution as follows: "Infinitely adjustable Worksurface/ Monitor deck with a Vertical Travel Range: 28in - 45in "Integrated Keyboard platform with a manually adjusted keyboard tray "Low noise factor automated adjustment. 3. J-staff Group Specifications. (approx. 23-25 workstations) Monitor support arms infinitely adjustable in height, depth, and tilt within a 15 degree range to support two govt furnished 19in FPD monitors Horizontal workspace of not less than 24inX42in (D X W) Optional 24/7 rated, wheeled, task chairs B. Secondary Tasks. To be bidded separately as an add-on and purchased at the governments discretion. 1. Video Teleconference Table- The government requires one table capable of seating eight people (three on each side, one at each end) to be located in the teleconference room. See attached drawing. Available space is constrained and will require a relatively narrow table of no greater than 36in in width. a. Optional conference chairs (wheeled). b. Optional integrated dual data ports to service eight personnel. 2. Dual workstation for small office. The government requires a command center style workstation to furnish a small (approximately 9X9) office for two people. See attached drawing. General workstation features for each worker. (Contractor furnished): One tier Slat Wall divider on back of desk to support monitor support arms Optional additional tiers. Monitor support arms infinitely adjustable in height, depth, and tilt within a 15 degree range to support two govt furnished 19in FPD monitors Telephone support tray for govt furnished VOIP phone One keyboard tray/ shelf One each CPU and laptop holder. Optional under worksurface pencil tray Optional footrests Optional cup holders Optional workstation lighting. One Lateral file system One Pedestal file system One overhead storage system Optional workstation lighting. Optional 24/7 rated, wheeled, Pilot chairs 3. Single workstation for large office. The government requires a command center style workstation to furnish a large (approximately 15X 15) office for one person. See attached drawing. General workstation features. (Contractor furnished): One tier Slat Wall divider on back of desk to support monitor support arms Optional additional tiers. Monitor support arms infinitely adjustable in height, depth, and tilt within a 15 degree range to support two govt furnished 19in FPD monitors Telephone support tray for govt furnished VOIP phone One keyboard tray/ shelf One each CPU and laptop holder. Optional under worksurface pencil tray Optional footrests Optional cup holders Optional workstation lighting. One Lateral file system One Pedestal file system One overhead storage system Optional workstation lighting. Optional 24/7 rated, wheeled, Pilot chairs 4. Dual workstation for Communications room. The government requires a small workstation to furnish a small area(approximately 4X6). See attached drawing. General workstation features. (Contractor furnished): One tier Slat Wall divider on back of desk to support monitor support arms Optional additional tiers. Monitor support arms infinitely adjustable in height, depth, and tilt within a 15 degree range to support two govt furnished 19in FPD monitors Telephone support tray for govt furnished VOIP phone One keyboard tray/ shelf One each CPU and laptop holder. Optional under worksurface pencil tray Optional footrests Optional cup holders Optional workstation lighting. One Lateral file system One Pedestal file system One overhead storage system Optional workstation lighting. Optional 24/7 rated, wheeled, Pilot chairs 8. ADDITIONAL INFORMATION All exceptions to bid specifications must be in writing. A site survey is required in order to submit a proposal. The Contractor shall clean up all debris associated with the installation. If the Contractor sees any errors in the specifications or scope of work, the contractor shall inform the POC prior to bidding. The Contractor is responsible for providing all termination accessories and cable management panels. The user shall provide a storage area while these items are waiting to be installed. Installed cable shall not be compressed, crimped, gouged, or stretched during installation. The cable manufacturers minimum bend radius shall be adhered to. Cable jacket sheaths and conductor insulation shall not be cut or damaged in anyway which would expose the copper conductors. The maximum pulling tension for horizontal UTP cables shall not exceed 25-lb. force to avoid stretching the conductors during installation. Installers shall maintain the integrity of the cable conductor twist throughout the entire system. Cable ties and cords must not be tightened to the point that strain is placed on the cable jacket. Over cinching can cause compression, deforming the cable. All cabling within office and work areas shall be concealed. 9. TESTING Every data cable installed shall be tested for Category 6 certification per the TIA/EIA-568-A specifications using a Microtest PentaScanner or equivalent cable tester. Test equipment used on the project shall have been recently calibrated (within past 6 months) and calibrations shall be traceable to the National Institute of Standards and Technology (NIST). Testing shall be performed with all modular components (i.e. plug and jack connectors) in a mated state. Results of each data cable test, identified by cable number, shall be provided as part of the project documentation. This can be provided in an electronic format. 10. ACCEPTANCE "The Contractor shall test the cable installation and demonstrate that it is operational and meets specifications before final acceptance of the installation is made. All work is subject to visual and operational inspection prior to acceptance. "Post-installation walk-through will be required with the Installation Foreman in order to ascertain full compliance to the floor plan, console design and materials specified. "Prior to sign off on the project, all inconsistencies will be noted and shall be scheduled for completion. 11. WARRANTY "Bidder must provide a Lifetime Warranty. The applicable warranty period for a product manufactured and sold by Seller under their brand name shall be the period of time that the original purchaser owns the product. "Bidder must provide a Limited Term Warranty for All Other Products or Components. "Electrical components related to ergonomic solutions shall carry a three-year warranty term. "Bidder must guarantee a response time of not more than one (1) business day for any inquiry received. "Under no circumstances will the original purchaser be responsible for any costs associated to manufactured products that are defected in material or workmanship. "Bidders must supply a copy of their Limited Lifetime Warranty at design review. 12. SCHEDULING AND INSTALLATION A.HOURS OF WORK The Contractor will provide coverage at the specified government site during the following hours Tuesday through Friday, 8:00 AM to 5:00 PM, excluding Federal holidays. All work hours are subject to change to meet workload requirements. Any variation from the above schedule will require Government approval prior to contractor performance. B.DURATION OF TASK All work must be completed, certified, and accepted within 30 days after the award date. The goal for the complete installation is NLT 1 August 2008. C.Leadtime and Installation "Lead-time is a critical factor. Therefore, Bidders must present their best lead-time to design, manufacture, deliver and install at the design review. "Bidders must be able to deliver direct to customers facility, incorporate inside delivery and remove debris unless otherwise noted. 13. COST ESTIMATES Cost estimates based on the specifications and requirements contained in this document shall be provided. Optional items listed must be itemized in the bid to allow the government to select only those items that funding is available for. Failure will be considered non-responsive. 14. GOVERNMENT FURNISHED RESOURCES The Contractor shall identify in the task proposal; the type, amount and time frame for any required government resources, including those listed below. The following resources will be provided by the government: The government will use existing Information Technology Equipment. All provided documentation shall remain the sole property of the Government and will be returned upon completion of this task. 15. DOCUMENTATION The following documents shall be provided within 30 days of project completion: 1. One Visio drawing of the as built (installed) cable plant showing all components and cable routes. One additional copy will be provided as an electronic file or on a CD.2. Cable listing that includes termination points, station and jack numbers, cable numbers or identifiers, and other pertinent information. 3. Compilation of all UTP test results. Test results shall include any failed test data and retest results after problem correction for historical purposes. 4. OEM documents for all components used in the project. 5. Autocad or similar copies of all designs and installation documentation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8da4171f74ceb2f26e823a3eac90a21d&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN01588761-W 20080608/080606220112-8da4171f74ceb2f26e823a3eac90a21d (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  © 1994-2020, Loren Data Corp.