Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

54 -- Lightweight, Demountable, Movable Partition walls for offices spaces on Camp Murray, WA. Mandatory Site Visit Required 8 July 2009

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
F6T9CC9158A001
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Matthew Richard, 509-247-7223<br />
 
E-Mail Address
141 ARW/LGC
(matthew.richard@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies 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. Reference number F6T9CC9158A001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 238390 and small business size standard is 14 Million Dollars. This requirement is for the purchase of: 0001-AA Lightweight, demountable, movable partition walls required for office spaces on Camp Murray, WA. Walls may clamp to floor, but should not be a permanent structure. Walls will be approximately 7ft. (84 in.) tall, and all final measurements are to be verified by the vendor prior to and during installation. Walls must accommodate power and network drops/outlets as indicated in attached diagram. For partition wall layout, see attached drawing. The drawing is not to any scale and field measurements are required for wall positioning as well as height. If drawing cannot be viewed, please contact Matthew.Richard@ang.af.mil for a copy. A mandatory site visit is scheduled for Wednesday July 8, 2009 at 9:00 A.M. PST in BLDG 109 on Camp Murray, WA. Contact Capt. Matthew Venable @ (253) 512-3396 for base access. All personnel attending the site visit will require drivers license, proof of insurance, and need to arrive at the front gate no later than 8:45 a.m. so the customer can meet you. All interested parties need to send a confirmation e-mail no later than 7 July 2009 to Matthew.Richard@ang.af.mil and Matthew.Venable@wataco.ang.af.mil to confirm that they will attend the site visit. STATEMENT OF WORK FOR THE PURCHASE AND INSTALLATION OF WALL PARTITIONS Revised 23 June 2009 7 FEET TALL WALL PARTITIONS STATEMENT OF WORK (SOW) As revised 23 June 2009 1.0 SCOPE 194th Regional Support Wing requires the purchase and installation, connection and finish work to complete a total of three enclosed office spaces of various sizes with sliding doors to include allowance for a single electrical/network box per wall and allowance to route wiring from floor. See below diagram for approximate power/network drop locations. Existing ceiling is approximately 8 feet 6 inches from the floor. Partition walls will be 7 feet tall, leaving 1 foot 6 inches open space between the top of the partitions and the ceiling to allow continued use of current lighting and ventilation elements in the ceiling, without the need for reconfiguration. Existing structural columns do exist in the open area soon to be enclosed by these partitions, and have the potential to impact configuration and installation. Walls will be pattern frosted tempered glass on perimeter with a one foot strip of clear glass on top. Inside walls that divide the three offices will be traditional cubical walls with fabric material that compliment an off-white wall color. All interested vendors will submit specifications and color drawings/pictures with proposal. Note: All final measurements shall be verified by awarded contractor prior to wall construction and installation. 2.0 BACKGROUND 2.1 The contractor will determine suitable partition wall construction for this project in accordance with this SOW. The partitions must have the following options: multiple segmented, sound damping, raceway panel configurations, with options of multiple complementary Glass, fabrics, wood laminates, vented, with full width sliding doors. 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 of existing environment. The contractor will be responsible for the installation of the partitions, system, wiring and necessary components in accordance with industry standards. Floor diagram drawings will be provided at the site visit. It will be the responsibility of the winning contractor to ensure all measurements are accomplished prior to construction and installation. If the walls do not fit once at the site, the contractor will take full responsibility to ensure the walls fit accordingly. 2.2 The following requirements are deemed necessary for the purchase and installation of the system: -Owner requests final approval of any and all partition materials used. -Contractor will move existing furniture as needed to facilitate installation and replace furniture in new configuration upon completion. - Partitions will have as a minimum the following characteristics: -- sound damping -- locking full width sliding doors with --- Room name plates matching existing system --- Door hardware will accept Best Lock cores to conform with the established base lock and key plan (figure 8 style). -- demountable / reconfigurable -- raceway panel configurations -- In general, walls color and materials should match or complement existing wall color and type (white textured drywall) which may include: --- pattern frosted, tempered glass (Preferred material for partitions, design submissions to be approved by government, see drawing for suggested pattern) --- fabrics complementary to the existing wall color (white) --- drywall --- vented --- may have optional tackable surfaces, whiteboard surfaces, etc. -- Installed in a secure manner but not a permanent installation - Minimum requirement for power/network drop is for an allowance only (i.e. one power and one network double-gang box per location as approximately indicated by the below diagram and requisite allowance to route appropriate wiring from the floor to the network/power 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. 2.3 See attached diagram for approximate location for wall installation. The attached drawing is not to any scale. Field measurements are required for wall positioning as well as height. The partitions will need to be located to ensure they do not conflict with ceiling diffusers (insure supply and return air venting services all areas), lights, or fire suppression and detection devices. 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 project being accomplished in a DOD environment. The contractor may provide required documentation to Camp Murray security in order to obtain base passes. 2.7 Period of Performance The project is required to be completed within 60 calendar days after contract award (this will include the manufacturing, delivery and installation). If the contractor cannot meet the required deadline, bid shall be considered non-responsive. 3.0 PROGRAM MANAGEMENT 3.1 Warranty. The contractor shall provide the required commercial warranty for a minimum of one year after installation of equipment. Delivery and installation requirement: 60 days ARO, FOB Destination at Camp Murray, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. Electronic Offers Preferred. The date, time and request for quote offers are due: 4:00 P.M. PST on 15 July 2009 to Matthew.Richard@ang.af.mil and Scott.Petrin@ang.af.mil or 509-247-7223/1 FAX 509 247-7225.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T9CC9158A001/listing.html)
 
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
SN01857246-W 20090627/090626000515-358d06c1d31a3f2c301dbb1b99750fdb (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.