Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

ESC/PKOP, Services Branch, Operational Contracting Division, 104 Barksdale St., Hanscom AFB, MA 01731-1806

N -- OFFICE DESIGN AND INSTALLATION OF REFURBISHED HAWORTH OFFICE PANELS -- BUILDING 1630 SOL F19650-98-R0041 DUE 070298 POC Joanne Barrett 781-377-3363 FAX 781-377-4324 Patricia N. Archer, Contracting Officer, 781-377-2579 WEB: ESC Business Opportunities Web Page,. E-MAIL: Click Here to E-mail the POC, barrettj@hanscom.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. F19650-98-R0041 is issued as a Request for Quotation and incorporates provisions and clauses in effect through Federal Acquisition Circular number 97-04, dated 98 Feb 23. The acquisition is solicited on an unrestricted basis. The following is to be acquired and priced as one job: Part I Space Planning and Design Services A. Inventory of existing furnishings on 3rd Floor and 2/3rds of 1st floor, to include all systems furniture panels, hardware, work surfaces, overheads, file cabinets, safes, and office equipment. B. Provide advice to program office for design services based on organizational requirements. Provide architectural expertise in the placement of personnel & equipment to best support functions. To include placement of 12 "new" high panel systems furniture offices. C. Prepare design/installation drawings/floor plans of 3rd floor and part of 1st floor for approval by ESC/JS personnel; balloon block drawings, preliminary/final drawings (with at least three revisions at no additional cost. D. Contractor will provide covering material samples (Guilford Industries Style 701 or comparable) and samples/selection of paint finishes. All panels to have the same material and paint finishes, including the new construction. All existing worksurfaces, overheads, lighting and filing units to remain. E. Specifications of new private office requirements (Construct up to 12 systems furniture 80" high wall offices, one 10'by 13', four 10' by 10',and up to seven F. Electrical work will consist of disconnecting electricity from all panels and reconnecting when refurbished panels are delivered. All electrical components and wiring cost to be included in quote and supplied by contractor. New systems furniture/offices will require running lines and connection services to include electrical base feed; elctrical in line ( panel, raceway, duplexes, jumpers). All electrical services must comply with base electrical specifications and NEC code. G. Complete list of new product required and any excess product resulting from redesign. Part II Work Scheduling Provide a logistical program for the removal of systems furniture and installation work in conjuction with ESC/JS. Equivalent product to Haworth may be furnished as a swap. Work to be accomplished on base between normal duty hours of 0730 and 1630 Monday-Friday. To meet schedule demands hours between 1630 and 1830 may be scheduled, but at no additional cost to the government above contract price. Part III Refurbishing and Installation Services A. Disassemble 242 Haworth workstations to panel. B. Inspect 1700 panels and components for defects (side rails, top caps, base and electrical). C. Replacement of any worn or defective components to be included at no additional cost above contract price. D. Prep all metal components via "sand blasting" to remove paint particles, debris, dust on surfaces to be painted. E. All metal components to be spray painted using pneumatic spline drivers and OEM cords or equivalent process specified in offer to 1700 Haworth panels. F. Fabric ( Guilford Industries, Style FR701 or equal) to be applied using pneumatic spline drivers and OEM cords or equivalent process specified) G. Provide temporary use boxes (five per cube) for personal/ official items from overhangs, work surfaces, drawers. H. Provide storage facility trailer(s) for all worksurfaces, boxes, overhangs, etc. as needed for installation work. I. Deliver refurbished panels, install new workstations, electrical feeds, and 12 "high" wall 80" offices as per diagrams and new floor plans. J. Develop new inventory and keying plan for all workstations. K. meet with ESC/JS personnel weekly to review work and provide written schedule for following two weeks. Time frame: Project to be done within 150 days of award date. A supervisor shall be on work site when on-base work is performed. OSHA standards apply. Other: Please specify warranty terms in response to RFQ. Site visit to be held 98June23, 9:00 AM; please contact J. Barrett at 781-377-3363, if you plan on attending. FAR 52.212-1, Instructions to Offerors-Commercial and FAR Part 52.212-2 Evaluation-Commercial Items applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) are price and past performance. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquistion. Offeror's must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items applies to this acquistion. In paragraph (b) the following clauses apply: FAR52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I FAR 52.203-10 Price or fee adjustment for Illegal or Improper Activity. FAR 52.204-6 Duns Number FAR 52.219-8 Utilization of Small Business Concerns and Disadvantages Businesses FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41 Service Contract Act of 1965 as amended 41.U.S.C. 351 et.seq. FAR 52.222.42 Statement of Equivalent Rates for Federal Hires DFARS 252.212-7001 Buy American Act and Balance of Payments Program. Award subject to Contractor Central Registration. Quotes are due by close of business, 98July02, at 104 Barksdale Street, ESC/PKOP, Hanscom AFB, Ma 01731. No fax quotes accepted. Quotes may be e-mailed as a Word attachment. (0166)

Loren Data Corp. http://www.ld.com (SYN# 0052 19980617\N-0002.SOL)


N - Installation of Equipment Index Page