Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
MODIFICATION

71 -- Alternative Workplace Living Lab

Notice Date
5/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-11-CY-C-0054
 
Archive Date
5/24/2011
 
Point of Contact
Debor Dosunmu, Phone: 202.501.4689, Eddie M. Whitaker, Phone: 202-208-6228
 
E-Mail Address
debor.dosunmu@gsa.gov, eddie.whitaker@gsa.gov
(debor.dosunmu@gsa.gov, eddie.whitaker@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice (for Market Research Only) Solicitation Number: GS-00P-11-CY-C-0054 Alternative Workplace Living Lab The United States General Services Administration (GSA), Public Buildings Service (PBS) issues this public announcement seeking interested office furniture vendors qualified to participate in the Real Property Asset Management's Alternative Workplace Living Lab initiative. Participating vendors shall enter into a bailment agreement to supply furnishings to GSA for a period not-to-exceed 18 months from installation. All interested vendors shall submit specifications and other materials demonstrating their ability to provide solutions to the workplace design concepts currently being considered by GSA to create a modern, mobile and diverse workplace for Government employees. DISCLAIMER: This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or Request for Quotes (RFQ). In accordance with Federal Acquisition Regulation (FAR) section 15.209(c), responses to this RFI are not offers and will not be accepted by the Government to form an agreement or binding contract of any nature. GSA will not award a contract based on this RFI, but information received may be used to assist GSA in creating an RFP or RFQ. All information solicited and received in response to this RFI will be treated as information only and will not be returned. Respondents are advised not to include any confidential business information with a response as the Government does not guarantee confidentiality of the information received. Although GSA asks that no confidential business information be submitted, it is our practice to keep all responses confidential, except to the extent required by Federal law, and available for in-house Government personnel only. Background: The Alternative Workplace Living Lab initiative will provide GSA staff the opportunity to test office furniture, including storage, so as to aid in the development of specifications and standards for alternative workplaces. Alternative workplace concepts being considered by GSA include the use of shared work stations and interactive spaces; however, GSA also wants to ensure that employees have acoustical privacy and adequate storage and are able to concentrate on their work. GSA wants furniture that is easily reconfigurable and moveable (without the manufacturer's assistance) and all configurations stem from the same "kit of parts". Tests of furniture designed for alternative workplaces will have a great impact on the workplace model to be employed within GSA's Central Office, which is located at 1800 F Street, NW, Washington, DC, and is under renovation. Description: GSA requires testing of a "shared-workstation environment" for some eighty nine (89) employees performing various tasks within approximately 10,000 sq of GSA's Central Office. It is envisioned that the space will be divided into approximately four areas that may be differing. A different vendor may be invited to furnish each separate area. Currently the identified space is open plan with a raised floor, underfloor air, and exposed ceiling. This space presently houses modular workstations and shared support and technical/mechanical areas. No major renovation of this space is planned for this project. Furniture installation will be into the space "as-is". Existing furniture will be removed by the government and the new furniture components being provided will use the existing plug and play power and data system. The vendors will be expected to provide furnishings that meet the goal of the Alternative Workplace Living Lab initiative as illustrated by conceptual and schematic space plans that will be posted as an amendment to the RFI as soon as they are available, but no later than April 15, 2011. The plans will demonstrate staff requirements for an activity-based workspace supporting both collaborative and contemplative work, and offering the maximum level of acoustical privacy in each space type, where possible, within the mobile workplace pilot program. This space will be developed using a furniture-based solution, and may include: •1. Unassigned/hotelling work spaces for a minimum of eighty- nine (89) employees •2. Interactive spaces to support teams varying in size from two to six •3. Conferencing areas to accommodate groups up to twenty •4. Privacy areas for individual and group work. Furniture offered should embody cutting edge design for the work place of the future and demonstrate GSA's resolve to positively affect contemporary and future public workplace strategies. All finishes should be durable, vibrant and timeless in design. Furniture performance characteristics shall include the following: •1. All work stations and meeting rooms are to be composed of modular, free-standing components from a limited "kit of parts," and independent of adjacent workstations. •2. All screening elements are to be work-surface mounted (preferred) or free-standing. •3. No components based on panel-mounted systems furniture are acceptable. •4. All workstation types are to be comprised of interchangeable components that can be reconfigured by the occupants without special tools or expertise, including work surfaces, storage components, screens, task lighting, keyboard trays, and monitor arms. •5. Occupants must be able to quickly adjust the work station to suit their personal uses and ergonomic needs, including location of computer, task lighting, storage elements, work surface height, keyboard tray height and location (if applicable), and monitor height and location (if applicable). •6. Any power and data outlets attached to the workstation furniture must be plug and play and able to be reconfigured by the occupants without using an electrician or other expert. •7. Cable management systems are preferred, but must be easily accessible by the users. No power or data can be run through enclosed areas of the furniture such as wired furniture panels. •8. File storage, bookcases and lockers should be free standing but not on wheels. Personal pedestals in the workstations and meeting areas can be on wheels. •9. All furniture components should all contribute to a sustainable environment to the greatest extent possible, including: •a. Contributing to a LEED CI Gold certification •b. Compliance with BIFMA Gold Level certification if applicable •c. Greenguard certified if applicable •d. Compliance to the maximum extent with "cradle to cradle" protocols as defined by MBDC •e. Containing the maximum amount of recycled material •f. Not containing or emitting any hazardous materials during manufacture, use, recycling, or disposal as identified by the EPA or the Whole Building Design Guide. •10. A modular, demountable wall and ceiling system shall be used to separate fully enclosed spaces from the open plan office areas. The wall system shall provide speech privacy at normal voice levels when all doors are closed. The system shall be designed to enable the maximum re-use of components and to minimize damage at attachment points to ceiling grid, floor, and walls. The wall system shall be a fully modular, unitized, non-progressive steel skin wall system, with flat panel surfaces and tight, straight joints. Wall construction shall permit 2-way, 3-way, and 4-way corner intersections to be made at any joint location; and shall permit the removal of any panel unit without disturbing adjacent units. Units, if of like size, shall be completely interchangeable. Installation shall be free of exposed screws, nuts, rivets, or bolts. Interchangeable panels shall include clear and translucent glass, tackable fabric, or hard surface units. Wall panels parallel to the windows should consist mainly of clear or translucent units to maximize light transmission between spaces. The participating vendors must exhibit proven expertise in working with commercial and/or government entities in the creation of innovative alternative workplaces and environments. Along with furniture plans, participating vendors shall demonstrate their expertise by submitting documentation of similar furniture projects, case studies, published installations, etc. (See submittal requirements below.) GSA personnel rotating through the space will be asked to complete surveys on their experiences. The participating vendors shall agree to pay to GSA a fee of $100 for a summary of the survey results as they relate to their furnishings. Location: Participating vendors shall provide furnishings for selected areas within GSA's Central Office at 1800 F Street, NW, Washington, DC. Period of Testing: The testing period will be for a period of up to 18 months from completion of furniture installation at 1800 F Street, NW, Washington, DC. Bailment Agreement : Participating vendors shall enter into a bailment agreement with GSA as to the furniture supplied. Attachment A is a copy of the bailment agreement. NOTE: FAR 52.215-3, Request for Information and Solicitation for Planning Purposes (Oct 1997), is hereby incorporated by reference. Response Packages: THIS ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. Interested vendors shall submit a response package that consists of five separate tabs: TAB I: Cover Letter; TAB II: Narrative; TAB III: Vendor Recommendations; TAB IV: Past Performance Information; and TAB V: Vendor's Proposed Alternative Living Labs. The tabs must include the following: TAB I (Cover Letter): The cover letter must be on letterhead and include: 1) Title of the project; 2) General description of the vendor; 3) Vendor size; 4) Business establishment date; and 5) Point of contact, including name, title, address, telephone number, fax number and e-mail address. TAB II (Narrative): A written narrative of the vendor's previous experience providing furniture for alternative workplaces at the local, regional and/or national level. TAB III (Vendor Recommendations): Vendor shall provide recommendations based upon previous experience as to: 1) which NAICS codes would be applicable; and 2) Product description and other characteristics TAB IV (Past Performance Information): Vendor shall demonstrate that it has experience in providing furniture for alternative workplace solutions by providing a list of clients and workplace solutions/products provided. The format to provide this information is as follows: 1) Name and address of Agency/Firm [Client]; 2) Workplace Solutions/Product Provided; 3) Title of project; 4) Period of performance; and 5) Indicate whether vendor was the prime contractor or the subcontractor. TAB V (Vendor's Proposed Alternative Living Lab): Vendor shall provide the following based on the conceptual plans that will be posted no later than April 15 th, 2011, for at least two of the four alternate areas that will be identified: •a. Complete space layout drawn to scale indicating each component •b. Detailed description of each component indicating color, finishes, substrate materials, photographic or 3-dimensional depiction, performance criteria, etc. •c. Location of any power and data outlets attached to the furniture, PROJECTED TIMELINE FOR THE RFI No Activity Date 1 RFI Issue Date 3/17/2011 2 Deadline for Submitting Questions in response to initiating RFI 4/1/2011 3 Amendment to RFI to incorporate conceptual space design and respond to submitted questions 4/15/2011 4 Deadline for submitting additional questions 4/22/2011 5 RFI Due Date 5/20/2011 6 Submittal Review & Identification of Participants 5/28/2011 7 Participants identified 6/1/2011 8 Installation Period 6/7-6/30/2011 9 Installation Complete 6/30/2011 GSA anticipates that this RFI will generate sufficient interest so that each vendor will be selected for no more than one area (of the total 4 areas) regardless of the number of areas that the vendor wishes to be considered for. Deadline for Submitting Questions: Please note the two (2) deadlines that have been established for submitting questions to this RFI. A deadline of Friday, April 1, 2011 has been established for vendor questions to this initial RFI. Another deadline, Friday, April 22, 2011, has been established for receipt of additional questions that are anticipated from vendors following our planned amendment to the RFI on Friday, April 15, 2011 RFI Due Date/Time: Responses to this RFI are due by 12:00 p.m., EST. on Monday, May 20, 2011 to Debor Dosunmu, General Services Administration, PBS Contracting and Facilities Division (PGE), 1800 F Streets, N.W., Room 4302, Washington, DC 20405. E-mail packages are preferred. Faxes will not be accepted. Proposals or quotes are not requested at this time and will not be considered. For more information, please contact Debor Dosunmu by e-mail at Debor.Dosunmu@gsa.gov. (No telephone inquiries please.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-11-CY-C-0054/listing.html)
 
Place of Performance
Address: 1800 F Street, NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02437975-W 20110504/110502234443-606fa8db0f47108177d0ec441a43b632 (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.