Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

54 -- Revised Statment of work and Q&A's that came up at the Site Visit

Notice Date
4/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 141 ARW/LGC, WASHINGTON AIR NATIONAL GUARD CONTRACTING OFFICE, 141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T8SR9043A002
 
Response Due
4/17/2009
 
Archive Date
6/16/2009
 
Point of Contact
Matthew Richard, 509-247-7223<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is the revised part of the statement of work that will answer the quesions that came up during the site visit for electrical drops and outlets. Please be advised that the bid due date is now 17 April 2009 4:00 P.M. PST to matthew.richard@ang.af.mil Winning vendor will need to deliver, install, and troubleshoot any problems 60 days after contract award All other information pertinant to this solicitation remains intact and useful with all previous stipulations still in place unless otherwise addressed in this modification. Revised SOW: STATEMENT OF WORK FOR THE PURCHASE AND INSTALLATION OF WALL PARTITIONS Revised 13 Apr 2009 1.0 SCOPE 194th Intelligence Squadron (IS) requires the purchase and installation, connection and finish work to complete a total of eight complete private office spaces of various sizes with doors, to include flush in wall termination of electrical and data-communication wiring from existing power and data line drops located in ceiling with same type as existing terminations from existing power and data Line drops located in ceiling. See below diagram for approximate power/network drop locations. Existing ceiling is approximately 8 ft suspended utilizing 2ft x 2ft drop in below t-bar. Existing structural beams do exist and which have potential to impact configuration and installation. All final measurements to be verified by vendor prior to and during wall installation. 2.0 BACKGROUND 2.1 The contractor will determine the best partition materials for this requirement and submit to 194 IS for review prior to award. The partitions must have the following options: multiple segmented, sound damping, raceway panel configurations, with options of multiple complementary fabrics, wood laminates, vented, whiteboard surfaces or glass, with tackable and non-tackable segments. Partitions must make complete, floor to ceiling private office spaces with locking full width doors, and reception stations. All connections are integral to the extruded aluminum frame. Universal connector posts work for all same- and multi-height connections, to allow for reconfiguration of partitions. Less than ceiling height panel-to-panel locking plates are covered with curved top caps. All trim is painted metal to ensure color matching. The contractor will be responsible for the installation of the partitions, system, wiring and necessary components in accordance with industry standards. The partitions installation may also involve installing conduit from the existing wiring drops in ceiling to termination (depending on the recommended solution). Floor diagram drawings will be provided at the site visit. All final measurements to be verified by vendor prior to and during wall installation. 2.2 The following requirements are deemed necessary for the purchase and installation of the system: - Partitions will have the following characteristics: -- sound damping -- locking full width doors -- demountable / reconfigurable -- raceway panel configurations -- Options of the following with tackable and non-tackable segments or panels. --- multiple complementary fabrics --- all wood laminates must be Mahogany or similar dark wood --- vented --- whiteboard surfaces --- glass -- Installed from floor to ceiling in a secure manner but not a permanent installation -- Located closely to the existing structural beams where appropriate. -- Minimum requirement for power/network drop is for an allowance only (ie one power and one network single-gang box per location as approximately indicated by the below diagram and requisite allowance to route appropriate wiring) --- If vendor wishes to propose an integrated network wiring solution, network drops must allow for 6 drops per receptacle, 3 with Cat 6e outlets, 2 with Fiber-Optic outlets, and one blank --- If vendor wishes to propose an integrated power wiring solution, power drops may be standard 110/120v AC non-GFI outlets with two outlets per box -- See below diagram for approximate power/network drop locations. -- Wall color scheme to follow existing walls in the area. -- Walls need to be appropriate to an office environment. -- Walls should be LEED certified. -- Door hardware will accept Best Lock cores (figure 8 style). -- Installation to occur on or around 22 April 2009 2.3 The following is a breakdown of where the partitions will be installed (drawings will be provided) See attached diagram. The attached drawing is not to any scale and field measurements are required for wall positioning as well as height. 194 IS Special Compartmented Information Facility (SCIF) 3rd Floor, Building 109 2.4 Documentation. The contractor shall provide the operation and maintenance documentation for the partitions after completion of the project in both paper and searchable electronic format. Contractor will also provide As Installed drawings at the time of project completion. 2.5 Integration. The contractor shall perform all acceptance testing of the partitions to ensure operational capability in all areas. 2.6 Contractor personnel will require installation passes due to the project being accomplished in a DOD environment. The contractor may provide required documentation to Camp Murray security in order to obtain base passes. 3.0 PROGRAM MANAGEMENT 3.1 Warranty. The contractor shall provide the required commercial warranty for at least one year after installation of equipment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27b57ceab890220f237a8dcee029bbe4&tab=core&_cview=1)
 
Place of Performance
Address: 141 ARW/LGC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA<br />
Zip Code: 99011-9439<br />
 
Record
SN01792910-W 20090416/090414222958-27b57ceab890220f237a8dcee029bbe4 (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.