Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
MODIFICATION

71 -- This modification is to correct the Proposal Due Date in the last paragraph of the solicitation. Proposal Due Date as reads: Thursday September 7th, 2010 at 10:00AM is modified to read: Tuesday September 7th, 2010 at 10:00AM EST.

Notice Date
9/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-10-T-0019
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Scot Yeanish, 603-227-1510
 
E-Mail Address
USPFO for New Hampshire
(scot.yeanish@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: Added: Aug 06, 2010 1:37 pm This is a combined synopsis/solicitation for commercial items 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. The solicitation number is W912TF-10-T-0019 and is issued as a request for proposal, unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500 employees. This requirement is a Total Small Business Administration set-aside and only qualified offerors may submit proposals. This requirement will utilize Simplified Acquisition procedures in FAR Part 13. FOB Destination shall be Concord, NH 03301. The New Hampshire Army National Guard has a requirement to design, deliver, and install a mission critical Joint Operations Center (JOC). Design must facilitate complex interaction between staff and operations technology in a 24/7/365 environment. JOC design shall be able to meet or exceed the functionality requirements for all JOC applications. Design shall facilitate the ability to locate all required staff members during a large scale emergency response with the additional capability to robust efficiently from a small scale to a large scale response. Successful completion of the project will provide the users the ability to properly interact with mission required technology. The JOC design will provide a properly designed ergonomic work environment for the users. All cable and hardware will be managed properly and enclosed within the workstations or facility walls as necessary. The properly designed consoles will provide a product that improves user efficiency and ergonomics reducing physical stress of repetitive motions, offering proper sight lines to technology, and observe proper reach distances. The JOC design shall be designed specifically for mission critical operations. The steel and aluminum structure of the design provides the durability required for a 24/7/365, high intensive operation. The design shall have maximum flexibility and address a unique range of mission specific features. Site Visit will be on Friday August 13th, 2010 at 8:00 AM at the State Military Reservation in Concord, NH 03301. Site visit is mandatory and names of contractors attending need to be emailed to scot.yeanish@us.army.mil by Wednesday August 11th, 2010 at 2:00PM Eastern Standard Time. An email will go out to all attendees for the exact location we are going to meet. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose proposal is most advantageous to the Government based on price, past performance, and the ability of the equipment to work seamlessly without modification with existing Government owned equipment. All offerors shall provide at least three references, to include a point of contact and phone number for the offerors customers that have received supplies and services of similar scope and price and which has been completed no greater than three years. The Government may reject any or all proposals, issue orders to other than the lowest proposal, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all offerors. Note: The Government intends to evaluate proposals and make an award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government reserves the right to reject any or all proposals at any time prior to award; negotiate with any or all offerors; award a contract to other than the offeror submitting the highest technically rated; and award contracts to offerors submitting a proposal determined by the Government to be the most advantageous (best value) to the Government in accordance with the factors stated above. Note: The government intends on awarding to a single offeror. Note: Offer required acceptance period is 30 days. Award may be delayed a maximum of 60 days after receipt of proposals with no additional cost to the Government. Availability of funds (FAR Part 52.232-18)(Apr 1984) Funds are not presently available for this procurement. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number 52.212-1 Instruction to Offerors - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.232-18 Availability Of Funds 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, 52.217-5, 52.219-6, 52.2l9-8, 52.219-14, 52.222-19, 52.222-20, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-29, 52.232-33. 52.252-02 Clauses Incorporated By Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil QUESTIONS AND ANSWERS: All questions and answers must be in writing. Email all questions to scot.yeanish@us.army.mil and carol.domingue@us.army.mil. Questions must be received NLT 3 workdays prior to closing. Answers will be provided with questions, on a non-attribution basis to all and posted on Federal Business Opportunities PROPOSAL DUE DATE: All offers are due by Tuesday September 7th, 2010 at 10:00AM. Email proposals will be accepted (scot.yeanish@us.army.mil and carol.domingue@us.army.mil). Facsimile proposals will not be accepted. Mail proposals will be accepted, mailing address: 157ARW Contracting Office ATTN: Scot Yeanish 302 Newmarket Street Newington, NH 03801 Q1. Does the configuration truly need 20 part time workstations, plus 4 full time workstations, and a supervisor? The room is extremely tight particularly to give sight line to video screens. A1. Yes, we are definitely constrained by the room. If anything we could lessen the amount of part time workstations. The goal is to see what the contractors can come up with to maximize the room. We started drawings and designs and not so quickly found out that we are not the experts. The short answer is that we need the supervisor, 4 full-time and then show us designs of how many we can fit in beyond that. Q2. Can designs move any of the floor-to-ceiling existing walls (i.e. private office)? A2. Maybe. That is construction money and it is shared by the state and the New Hampshire National Guard. With the funding situation from the state it is unlikely that we could do too much. However with that being said, if an awesome design came in that required a wall to be moved then we would have to seriously consider it and calculate if we can do it or not. Maybe where the wall would come out could be replaced by a raised floor to permit better viewing as well as a cover to patch up the floor (just a thought to lessen the need to match the carpeting). Q3. What are the screen sizes that will be mounted on the wall so we can design best orientation? A3. Video wall approx 100 inches wide x 70-75 inches tall. Additional available monitors: up to 4 = 58 inches diagonal, 56 inches wide x 34 inches tall. Q4. Do the 4 six foot workstation full-time positions need to see the screens more or less than the other 20? This will help in designing them closer or further from the screens. A4. They will need to see the screens. Most of what will be projected will need to be seen by all occupants; during a non-event (i.e. day-to-day operations) the full-time personnel will be operating as a smaller version of the expanded JOC. Q5. Should the table shape in the conference room be like the video conferencing shape in the command area with the leather chairs, or would one large table or modular tables be preferred? A5. The conference room gets used by different functions and the rectangular table works well but with this being a 2-star conference room then a V shaped table would function well also. Contractors should to also consider the viewing capability of attendees if they are looking at a demonstration at the far end of the room - sometimes a V shape allows for the maximum viewing - but we are not the expert. Q6. Are you truly considering console type furniture for this application or do you think panel systems will meet your needs? A6. Either console or panel systems could work. We are looking for the Contractors expertise in suggesting to various options that would work. Q7. Can we reuse any of the existing furniture in our designs? A7. Yes, although not required Contractors can reuse any of the existing furniture in their design(s). Q8. Does the furniture in Room 255 need to be a matching color/design as the furniture in Room 257? A8. Yes, the furniture in Room 255 can be of a matching color/design as the furniture in Room 257. Q9. Should pricing for lighting and audio options be included in the proposal? A9. Yes, Contractors should include all pricing for lighting and audio recommendations/studies etc. in their proposal(s). Q10. Are we to provide furniture for the video wall (3 monitors high by 3 monitors wide)? A10. No furniture is needed for the video wall. This information was in the 2 page handout Lieutenant Colonel Domingue handed out to everyone when we arrived to the Joint Operations Center. This information was provided for planning purposes only and should be included in your design proposal(s). This purchase is being made through a Request for Quote (RFQ) on GSA. For more information about the media wall you can visit www.gsa.advantage.gov - the RFQ ID is RFQ494073.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-10-T-0019/listing.html)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minuteman Way, Concord NH
Zip Code: 03301-5652
 
Record
SN02267093-W 20100904/100903000918-2cc48f5d4b00be7cb2f8e2b9e76d6c69 (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.