SOLICITATION NOTICE
74 -- Upgrade to Auroa Electronic Mobile Filing Systems
- Notice Date
- 2/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, Real Estate and Facilities Contracting Office, Remote Delivery Facility - Room RDF1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0095-04-T-0011
- Response Due
- 2/4/2004
- Archive Date
- 2/19/2004
- Point of Contact
- Sheila Brown, Contract Specialist, Phone 703 614 3533, Fax 703 692 0811, - Sheila Brown, Contract Specialist, Phone 703 614 3533, Fax 703 692 0811,
- E-Mail Address
-
sheila.brown@ref.whs.mil, sheila.brown@ref.whs.mil
- Description
- CBD COMBINED/SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This proposed action is for services for which the Government intends to solicit and negotiate with one source ? Capital Office Systems, Inc. under authority of FAR 6.302-1. Persons may identify their interests and capabilities statement to respond to the requirement (see xiv). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. (ii) This Solicitation HQ0095-04-T-0011 is a Requirement to upgrade the Aurora Electronic Mobile Filing System with Mastertrak Plus Software, and perform re-location services. (iii) This Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2001-19, effective January 7, 2004. (iv) The applicable North American Industry Classification System code is 333922 and the corresponding size standard is 500 employees. The Small Business Competitiveness Demonstration Program does not cover this procurement. (v ) CLIN 0001: Provide all labor, material and equipment necessary to perform the following work statement. The filing system is utilized by the Employee Benefits and Records Management Division, currently located in the AMC Building of Alexandria, VA. In addition to the upgrade, the contractor will be required to re-locate the filing system, to Crystal City, VA. Period of Performance: Contractor shall complete the upgrade in time for the re-location scheduled for April 3- 4, 2004. Performance Work Statement 1.0 INTRODUCTION The EBRMD, which maintains the Official Personnel Folders (OPF) for various components of OSD, must upgrade its current Aurora Electronic Mobile Filing System utilizing the existing track system. 2.0 BACKGROUND WHS, P&SD must move from the AMC Building in Alexandria, Virginia to the Polk Building in Crystal City. The EBRMD must remain functional with minimal down time during the relocation and the upgrade process. The time constraint requires procurement to be completed as soon as possible, so as to allow for the upgrade and relocation within a limited time. 3.0 SCOPE Critical Requirements: 3.1.1 Files upgrade must be compatible with existing mobile track. 3.1.2 Delivery of up to 52 file carts. 3.1.3 Removal of files from current system and placing same in file carts with shrink-wrapping. 3.1.4 Transportation of files in carts to new location. 3.1.5 Off loading carts and placing files in upgraded system in same order as in current location. All work will be accomplished from Wednesday through Sunday to include the file transfer. The mobile file system utilizes pin joined track to maintain perfect track alignment on both the x and y-axis. 3.1.6 All parts and software shall be manufactured by the original manufacturer. 4.0 APPLICABLE DOCUMENTS (NONE) 5.0 TECHNICAL REQUIREMENTS 5.1.0 GENERAL . 5.2.0 OPEN UPRIGHTS 5.2.1 Shall consist of two 2? wide 18 gauge cold rolled steel posts rolled into a double wall ?T: formation (or ?L? formation at row ends with keyhole slots on the inner wall only, on 1-1/2? centers). There shall be no holes in the face of the posts. The front and back posts shall be joined by welding 3-1/8? high, 18 gauge spacers to give the required upright depth and rigidity. Open uprights to be manufactured to heights specified. ?T? upright shall be used as a common upright between units and be closed. 5.3.0 CLOSED UPRIGHTS 5.3.1 Same specifications as open uprights, except 18 gauge spacers are replaced by a welded 24 gauge, closure sheet. Closed uprights shall be included for all uprights for this project. 5.4.0 SHELF 5.4.1 The shelf shall be formed of cold rolled steel with 5/8? flanges on all sides turned in front and back. Shelves are adjustable on 1-1/2? centers. 12? and 24? deep shelves shall be 22 gauge. 5.5.0 SHELF SUPPORTS 5.5.1 Shelf supports shall be formed of 14 gauge hot rolled, pickled steel to the specified width x 3/4? high with two additional flanges of 1-1/8? and 5/16?, except that an ear 13/16? at each end shall be left unformed to accept two shoulder rivets. Rivets shall be 7/16? diameter at the head. 5.5.2 Each ear of the shelf supports shall contain two solid core shoulder rivets spaced to set into keyhole slots on the inner wall of the uprights. Heavy-duty 11 gauge supports are available. 5.6.0 BACK STOP 5.6.1 The 16 gauge flanged back stop shall provide a 2-1/4? high back strip across the back edge of the single entry shelf. It shall attach to the inside face of the back posts on either side with tabs set into post keyholes. The top edge shall be slotted on same spacing as the shelf to retain and stabilize the file dividers. 6.0 BACK 6.1.1 In addition to the backstops the back shall be one piece formed of 22-gauge cold rolled steel, and shall be held in place without fasteners of any kind, by its flanged edges. The side edges of the back shall be formed in one 90 degree square bend, and one 90 degree reverse bend to give a flange of 3/8? and 7/32? wide. This flange shall fit around the post and shall hold the back in place by its flange between shelf support and the post. The bottom edge of the back shall be formed in a 90 degree squared bend to give a flange 1/2? wide. The top shall have one 90-degree square bend 3/8? wide and one 90 degree reverse bend 1-1/8? wide. The back flange of the shelf shall be flush with the back. 7.0 CENTER STOP 7.1.1 The 24 gauge 2-1/4? high center stop flanged at bottom edge and box formed at top bolted to and forms a divider along the center of the shelf to divide it for double entry filing on the same shelf. It is slotted with the same slot spacing as the shelf to retain and stabilize the opposing file dividers. 8.0 FRONT BASE 8.1.1 Front Base shall be 20 gauge set in 3/8? from the front between posts and mounted by concealed means with no loose fasteners or tools. 9.0 SHELF REINFORCEMENTS 9.1.1 The shelf reinforcements shall be formed of 14 gauge hot rolled, pickled steel to the specified depth x 5/8? high and 1 1/4? wide. 9.1.2 The shelf reinforcements shall be notched on each end to fit over the inside lip of the shelf supports. Two (2) reinforcements shall be included on all 18?deep. 10.0 FINISH 10.1.1 All surfaces shall be painted with a powder coated textured finish. Gloss shall be 55 degrees. Quality shall be office furniture grade. (vi) The following provisions apply to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1 entitled Instructions to Offerors ? Commercial. The following provision is being added as an Addendum: FAR 52.214-31 Facsimile Bids/Quotes. (vii) The following provision does not apply to this acquisition: FAR 52.212-2 entitled Evaluation -- Commercial Items. Award will be based on the best value to the Government, considering price and other non-price factors. (viii) Offers are to include a completed copy of provision FAR 52.212-3 entitled Offeror Representations and Certifications -- Commercial Items. Also if your company is a vendor not registered to do business with the Government, check web address: <http://www.dlis.dla.mil/ccr> and provide company?s CAGE Code with offer. (ix) The following provision does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions -- Commercial Items. (x) The following clause is applicable to this acquisition: FAR 52.212-5 entitled Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following FAR Clauses within the aforementioned clause are being selected as applicable: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-15, 52.225-16, 52.232.33, 52.222-41. In addition, the following clauses apply to this acquisition: DFARS 252.204-7004, Required Central Contractor (CCR) Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are applicable to this requirement. Vendors may obtain CCR information by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xi) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xii) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xiii) Submission and delivery of capability statements are to be forwarded by February 4, 2004 by 10:00 A. M. local time, using either method: via facsimile 703-692-0811, or via e-mail to tfloyd@ref.whs.mil. (xiv) The points of contact for this acquisition are: Contract Specialist Mr. Timothy Floyd (703) 695-3420, Contracting Officer Ms.Larna Palmer, (703) 614-9324. NO TELEPHONE INQUIREIS WILL BE ACCEPTED. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON 703-692-0811.
- Place of Performance
- Address: Crystal City, VA
- Record
- SN00514440-W 20040204/040202212447 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |