Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
MODIFICATION

75 -- OFFICE FURNITURE

Notice Date
4/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NNMC Bethesda, Bldg 54, 8901 Wisconsin Avenue, Bethesda, Maryland, 20889-5600
 
ZIP Code
20889-5600
 
Solicitation Number
n00168-12-T-6043
 
Archive Date
4/27/2012
 
Point of Contact
wossen.encubahre, Phone: 3012951304
 
E-Mail Address
wossen.encubahre@med.navy.mil
(wossen.encubahre@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS/SOW) FOR ALL SPACE DIMENSIONS, SPECIFICATIONS, SITE RELATED INFORMATION OR QUESTIONS MUST BE DIRECTED TO: TROY EDWARDS Facilities Manger DiLorenzo TRICARE Health Clinic ATTN: Troy Edwards 5801 Army Pentagon Washington, D.C. 20310-5801 (V)703-692-8697 (F) 703-692-8571 Email: Troy.Edwards@amedd.army.mil Installation of Work Stations 1. Performance: The Contractor shall Purchase, Deliver and Install seven (7) AIS Calibrate Desk with Matrix Panel System to the following site; DiLorenzo TRICARE Health Clinic (DTHC) 5801 Army Pentagon Room# MG916B.2 and MG916B.4 Washington, D.C. 20310-5801 2. Period of Performance: a. The principle period for the installation during the Contract shall be three days between the work hours of 8:00 AM - 4:00PM EST. b. Service operation date is Monday through Friday, excluding government and corporate holidays. 3. Delivery and Performance: a. Seven (7) Calibrate Desks with Matrix Panel System. b. Delivery/Assemble/Install (7) works stations. c. Project Management (Create design base on inventory and request for work). 4. Required Services: DESIGN SERVICES Upon issuance of task order the contractor may be required to provide design coordination and technical assistance including but not be limited to the following: a. Meetings: The responder must attend coordination meetings with the design management team, DTHC, the lessor's/developer's Architect of record, and the move coordinator. b. Meeting discussions must address procedures, progress, problems, scheduling, action items, design status and any coordination and/or design related issues. c. The responder's Project Manager (PM) must attend all meetings and make presentations as necessary to accomplish the objectives associated with this design effort as directed by the DTHC. Responder must document the meeting minutes in an acceptable format and distribute, all meeting minutes relative to the services and effort required under this contract. d. The responder must conduct site survey and field verification before product is ordered and installed. e. Upon completion of installation drawings per phase, the responder must submit within five (5) days to DTHC, two (2) copies of the preliminary proposal for review and approval. The revised and final proposal must be sent to the factory per the ordering requirements per the project. Field Dimensions/Site Verification/Inventory Requirements The facility will be ready for site and field dimensions verification at the time the responder is required to begin installation drawings; therefore the following design considerations are imminent: a. The responder must begin installation drawings based on the final schematic design plans. b. The responder must maintain an inventory and exhaust all products before or by the last phase. DTHC will not store excess products. The responder must be responsible for associated costs of unused extra product and product disposition from site. c. The responder must verify field conditions and develop modified office workstation, and revise installation plans as required to meet the project schedule as soon as the building is ready d. The responder must notify DTHC of any major disparities, corrective actions and modifications to installation drawings, prior to implementation. These corrective actions must not cause any unreasonable delay to the project schedule nor add cost to the Government. e. Installation drawings can be prepared and must be prepared and revised to comply with the schedule. Installation Services Installation duties/requirements, and site access requirements and restrictions are described below. General Duties/Requirements The responder must fulfill the following general duties and requirements: a. The responder must provide full-time management, coordination, and technical assistance. b. The responder must provide full-time, on-site management during installation. c. Install all furnishings per the approved installation drawings and manufacturer's specifications. d. Nicks and scratches must be touched-up on the furniture that occur before and during installation, cleaning or replacement of all fabric marred during installation and shaving off all loose threads, and promptly addressed and remedied. e. Erect all furniture components in a rigid manner, level and plumb. Systems installers must use a laser level to ensure the top of all panels across each floor are even. f. Installation of components and accessories that are integral to the systems furnishings must be promptly installed. g. The responder is responsible for plugging in and testing all task lights prior to punch list walk-through. The responder must retest task lights and replace any that have failed at the responder's expense within five (5) working days after installation. h. All warranties must be protected at all times by maintenance work being done by qualified manufacturers' representatives. i. For all phases of this procurement, the responder must manage the delivery and installation of the product on schedule and in accordance with contract requirements, which includes coordination with DTHC, building owner and property manager. j. The responder must comply with DTHC job information and policy procedures and must follow and comply with all job site rules. They are also responsible for the protection of the physical facility during delivery and installation and must reimburse the DTHC for costs associated with repairs due to the installation effort for any damage caused by the vendor and installation team. It is incumbent upon the responder to identify any existing building damage prior to the commencement of each installation phase and submit a checklist to DTHC. k. Responder equipment: l. The responder must furnish any materials handling equipment necessary for completion of the delivery and installation phase. DTHC must not be held responsible for loss or damage to responder property left unattended/unsecured. m. The responder must investigate and obtain proper access credentials, furniture installation, and any other necessary permits. n. After the installation of all floors is completed, the responder must provide DTHC with two (2) complete sets of all specialized tools required for installation of the furniture, within five (5) days. Specialized tools are defined as those tools not commonly found in hardware stores. o. No relief will be given to the responder for installation services outside this scope of work or performed without the Contracting Officer's written approval. p. The furniture contractor must provide its own communication devices during the installation. q. All personnel, to include workers and visitors alike, must wear hard hats, vest, boots and safety glasses with approved side shields or appropriate eye protection at all times for areas under construction. r. Coordination of elevators and dock space: DTHC will coordinate all elevator usage. Responder must schedule all elevator usage with DTHC. s. Responder must be responsible for trash dumpster scheduling and removal. t. DTHC reserves the right to modify the delivery schedule prior to scheduled installation without penalty if notified by responder 120 days in advance and slippage is less than a 30 day delay. Additional Requirements Products: Information Technology (IT) and Electrical Power Raceways and Devices a. General information on workstation power and IT requirements. b. All panels must be powered. c. Faceplates for IT devices are not part of the furniture contract. Power faceplates must be provided under the furniture contract. Boxes are also to be provided by the furniture supplier for any furniture that employs the use of a pop-up or table top box. d. A beltline cable management system must be provided to manage computer cables. Cables must be secured tight under the work surface so that they are not visible. e. Systems Furniture IT Raceways. f. The systems furniture panel must accommodate (4) separate IT raceways. The systems panel must have the capability to expand to a fifth raceway. The addition of the fifth IT raceway must not alter the appearance, height, or material of the systems panel. Raceway design may allow cables to be routed through or around vertical frame supports provided the cross sectional area of the raceway at any point is not less than specified below. The preferred method of raceway design is a 3-sided open trough; however, other raceway designs that provide adequate support for the cables and maintain the separation requirements listed below must be acceptable. Cables must not be visible or accessible between systems panel connection points. g. All IT raceways are required to consistently maintain no less than a 6" separation to meet IT security classification requirements. A separation is required at crossing points and vertical pathways. IT raceways must maintain a 2" separation from electrical raceways. h. Two (2) of the four (4) IT raceways must be located below the work surface and two IT raceways must be located above the work surface. One raceway must be located within 6" below the work surface. Future fifth raceway location must be identified by the vendor. i. All IT raceways must be sized to accommodate the highest number of cables feeding the spline wall for a cluster of workstations from cable in feeds at not more than a 40% fill. Each workstation must receive the following cable distribution: a. Two (2) each CAT-6A copper cables. Each cable has a cross sectional diameter of 0.31 inches. b. Three (3) each four-strand, multi-mode fiber optic cables with pre-terminated fiber-optic LC connectors. Each cable has a cross-sectional diameter of 0.17 inches. j. All IT cables must be furnished, installed and terminated. k. All raceways must satisfy any bend radius requirements of the cables listed above, as well as any applicable TIA-569-B Commercial Building Standards for Telecommunication Pathways and Spaces. l. Each cluster of workstations requires a separate in-feed for each IT cable classification. This must require anywhere from four (4) to six (6) in-feeds per cluster. m. All raceways must require three punch-outs at each workstation. All punch-outs must be spaced 20" apart and require a blank cover plate. n. Systems Furniture Electrical Power Raceway o. The systems panel must be supplied with two (2) pre-wired electrical power raceways. One power infeed must provide power for not more than a 4-workstation cluster. The power infeed must be an 8-wire, 3-circuit system (three (3) hot, three (3) neutral and two (2) grounds). One (1) hot wire and one (1) neutral wire must feed both furniture receptacles designated A and B (above work surface for "convenience" power) for a total of eight (8) duplex receptacles per circuit. One (1) hot wire and one (1) neutral wire must feed furniture receptacles designated C (below the work surface for "computer" power) for a total of four (4) duplex receptacles per circuit. One (1) hot wire and one (1) neutral wire must feed furniture receptacles designated D (below the work surface for "dedicated computer" power) for a total of four (4) duplex receptacles per circuit. A and B receptacles must share one of the ground wires and C and D receptacles must share one of the ground wires. p. The raceway for receptacles A, B, C and D must be located above and below work surface height. q. The furniture must provide the ability for power outlets to be added, removed or relocated along workstation panel. Power faceplates must be provided under the furniture contract. r. The electrical system must be UL approved. s. Power feeds must be provided with a minimum length of six (6) feet, with the capability to be field cut to length for hardwiring into building power distribution system. Information Technology Lab Tech Bench Specifications a. The bench must have an ESD (electrostatic discharge) controlled laminate work surface, adjustable work surface height, overhead storage units and equipment organizers with overhead mounted task-light, and box/box/file pedestal. b. The bench must incorporate a 120-volt, 20-amp, 6-duplex electrical power strip. The bench must have a cable management system. Power and data outlets must be provided at the panel base and panel work surface height. Work surface height power and data outlets must be connected to integrated raceways in the panel at that height. Cable grommets large enough to accommodate multi-pin printer cables must be provided. The bench must have lockable casters. Task Seating Specifications The depth of the seat pan must be between 16-20 inches. The chair must offer a pneumatic seat height adjustment with an adjustment range of at least four (4) inches. Both sides of the chair back must be covered in mesh or fabric upholstery with at the highest graded-in woven textile pricing. The chair must offer an independent adjustable lumbar and upper back support. Both armless and fixed task arms must be available. The fixed arm must be adjustable and must offer a vertical height adjustment range of at least 4 inches and a pivot adjustment including an inward and outward motion. The base of the chair must have a 5-prong base and be made of metal. Chair seat must include a waterfall construction. Labels and/or user guides, for adjustment mechanisms, must be attached to the chair. Chair base must have hard casters for carpet. 5. Other Terms and Conditions: a. The quoted price shall not exceed $25,800 for the Delivery and installation of the equipment listed in section (3) three. b. If there is unforeseen condition that affects the scope and cost of the operation described above in section (3) three, it must be brought to the attention of Troy Edwards before continuing work on the part under question which should be submitted to the following: Troy Edwards DiLorenzo TRICARE Health Clinic 5801 Army Pentagon Washington, D.C. 20310-5801 703-692-8697 c. No extra work can be performed without the contracting officers authorization by way of contract modification. 6. Request for Service: Any question or request must go through the Point of Contact (POC), Facilities Manager, Troy Edwards at 703.692.8697 7. Requirements regarding Service personnel: a. A technically qualified and factory trained individual shall perform the service. b. All primary service personnel will have at least one backup support provider who will have at least the same level expertise on the equipment listed in section (3) three covered by this agreement. c. The Contractor shall re-assemble and install the seven (7) workstations in the following location MF879B.1 and MF879B.2. d. The area will be clean and free of debris after the completion of the work. 8. Service Tickets: a. Contractors shall furnish after completion of service, to the POC a service report, signed verifying that the required services were performed in accordance to the manufacture's specifications. b. Each report for service shall contain at least the following information: (1) Government Agency and Location (2) Time (including labor and travel) (3) Parts installed (4) All tickets must be signed by the POC accepting the service (5) User's and service technician signatures (6) Service reports shall be emailed, faxed or mailed to: TROY EDWARDS Facilities Manger DiLorenzo TRICARE Health Clinic ATTN: Troy Edwards 5801 Army Pentagon Washington, D.C. 20310-5801 (V)703-692-8697 (F) 703-692-8571 Email: Troy.Edwards@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00168/n00168-12-T-6043/listing.html)
 
Place of Performance
Address: 8901 WISCONSIN AVE, BLDG 54, BETHESDA, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN02713856-W 20120406/120404235315-f1f2d8e7cd4446671ffed1f3106513fe (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.