Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
SOLICITATION NOTICE

71 -- Defense Information System Agency (DISA) Headquarters, Lease to Purchase, Furniture Procurement, Fort Meade, MD

Notice Date
6/22/2009
 
Notice Type
Presolicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-09-R-0001
 
Response Due
8/7/2009
 
Archive Date
10/6/2009
 
Point of Contact
Mary Tully, 410-779-7542<br />
 
E-Mail Address
US Army Corps of Engineers, Baltimore
(mary.k.tully@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted. NAICS Code 532420 size standard $25,000,000.00. Defense Information Systems Agency (DISA) Headquarters, Lease to Purchase, Furniture Procurement, is being advertised as a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity-type Single Award Task Order Contract (FFP IDIQ SATOC) Request for Proposal (RFP) for a period of three (3) Base Years and two 1-year options for an anticipated 5 year lease. The anticipated period of performance of the IDIQ contract (ordering period) is three years from date of award. Each task order will contain a discrete period of performance. Work consists of supplying Lease-to-Purchase furniture to house the approximately 100 conference rooms, 600 private offices and 3,600 open plan workstations with a combination of the following furniture groups: Group 1 Systems Furniture, Teaming Areas and Files Group 2 Casegoods and Conference Rooms Group 3 Seating Group 4 Ancillary Furniture Group 5 High Density Filing Group 6 Wellness Furniture Group 7 Information Technology Lab Group 8 Mail Room The successful offeror shall be able to deliver and install approximately 150-200 workstations a week, for a duration of 21-36 weeks starting in the fourth quarter of 2009, with the ability to staff up and install up to 300 per week if necessary. MORE INFORMATION: This RFP requires separate technical and cost proposals to be evaluated based on Best Value Trade-off source selection procedures in accordance with FAR Part 15.1. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package and will include the following; Mock-ups of the proposed furnishings, references and demonstration of minimum past experience levels of the team, demonstration of work on similar government projects of similar scope and size, ability to provide strategic design consulting expertise, asset management, and change management services are all required and are minimum requirements. The Project concepts/Goals that relate to furniture selection are as follows: - Modularity and flattened workplace standards - Flexible assembly options with minimum parts - Shared/centralized support space (filing, etc.) - Integrate electrical and information technology into the furniture - Durability Furniture to last 12 years Environmental Requirements: Environmental considerations are part of the best value evaluation. Contractors exhibiting a strong environmental commitment related to overall corporate policy and vision, material sources, manufacturing processes and waste management, end product and product life-cycle will be considered more favorable than contractors missing part or all of the environmental qualifications. Technical Requirements: The Contractor is required to meet the specific technical requirements for integration of data and power in the furniture as identified in the solicitation. Future Trade In: Offerors will be required to propose on trade-in of existing furniture as a contract line item. Contractors will be notified of the time for a walk through of DISAs current facility (6 locations on 4 campuses) to analyze DISAs existing furniture. The Furniture Contractor must offer a formal Trade In Program to include the disposition of existing product (estimated at 600 offices and 3,600 workstations) and a credit for the fair market value of product, if estimated value exceeds estimated removal and loading cost any resulting savings will be applied as a credit against the purchase of new furniture. Any potential labor cost, if cost exceeds value, should be added to bid proposal. DISA will provide floor plans and estimated quantities for existing furniture. If you are interested in this procurement, you are required to register on the preceding page by clicking on the block entitled Register as Interested Vendor, in the lower right hand corner of the screen. This will provide a bidders/vendors list for this procurement. Large Businesses must submit a Subcontracting Plan in accordance with Section 00100 of the solicitation package. The Small Business Goals are 70% of the total value of subcontracted work. Of that 70%, 6.2% shall be with Small Disadvantaged Businesses (SDB), 7.0% shall be with Women Owned Small Businesses (WOSB), 9.8% shall be with Historically Underutilized Businesses (HUB Zone), 3.0% shall be with Veteran Owned Small Businesses (VOSB) and 0.9% shall be Service Disabled Veteran Owned Small Businesses (SDVOSB). All responsible sources may submit an offer which shall be considered by the agency. THIS INFORMATION DOES NOT PERTAIN TO SMALL BUSINESSES. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The RFP will be issued on or about 7 July 2009, with proposals due on or about 7 August 2009. Questions concerning this project can be emailed to Mrs. Donna Leketa at Donna.Leketa @usace.army.mil. The solicitation will be available in an electronic format to all authenticated account holders of Federal Business Opportunities (FBO) System. Please note that all Corps of Engineers acquisitions are considered Sensitive, but Unclassified Documents, and require users to have a valid MPIN entered in the FBO system to access package. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted. All offerors are encouraged to visit the Baltimore District's public web site, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM - W912DR - IN THE SEARCH FEATURE) to view other Baltimore District business opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-09-R-0001/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
Zip Code: 21201<br />
 
Record
SN01851674-W 20090624/090622234932-58762f989873cc27d43a571f08a67eba (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.