Agency: | DEPT OF DEFENSE |
---|---|
State: | Hawaii |
Type of Government: | Federal |
Category: |
|
Posted: | May 25, 2023 |
Due: | Jun 2, 2023 |
Solicitation No: | HC1019-23-SS-0001 |
Publication URL: | To access bid details, please log in. |
The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Contract Furnishers of Hawaii, INC, DBA Office Pavilion. A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305.
The proposed contract action is to replace end-of-life furniture in a room with Herman Miller modular furniture to match identical to the same design type and color as per the existing adjacent open room for uniformity, replace any damaged ceiling tiles in two rooms, replace any damaged floor tiles, and provide shelving. The contractor will be required to breakdown and properly dispose of furniture that is currently in the rooms before installing new furniture, IT infrastructure and power to accommodate personnel requirements. The contractor will be responsible for installing cubicles, desks, electrical and network wiring, floor tiles, ceiling tiles, shelving, and miscellaneous furniture as needed. All furniture will need to be Herman Miller brand to match with existing furniture for uniformity. The period of performance will be for 18 months.
At this time, the incumbent contractor Contract Furnishers of Hawaii, INC, doing business as (DBA) Office Pavilion is Herman Miller’s exclusive representatives for furniture solutions for the territories of the State of Hawaii, Guam, and the protectorates of the American Samoa. Office Pavilion is the only entity with factory trained technicians to install Herman Miller furniture. Office Pavilion installed the original Herman Miller furniture on previous contract projects making Herman Miller furniture the only furniture that can be used.
The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement.
The North American Classification System (NAICS) code 238390 will be used for determining company size status.
CONTRACT/PROGRAM BACKGROUND:
Contract Number: HC1019-22-F-0035
Contract Type: Firm Fixed Price
Incumbent and their size and CAGE: Office Pavilion, Small Business, 0RAV1
Method of previous acquisition: Sole Source
Period of performance: 1Jun2022 – 14Aug2022
SPECIAL REQUIREMENTS: None
Points of Contact: jon.d.higgins2.civ@mail.mil
With GovernmentContracts, you can:
Follow Waterjet Active Contract Opportunity Notice ID 24-25-1000 Related Notice Department/Ind. Agency DEPT
DEPT OF DEFENSE
Bid Due: 5/06/2024
Follow CGC MIDGETT discrep Vent fan repairs Active Contract Opportunity Notice ID 70Z08524P0001303
Federal Agency
Bid Due: 12/19/2024
Follow Request For Proposal Alternative Transportable Temporary Housing Unit (Modular Homes) Active Contract
HOMELAND SECURITY, DEPARTMENT OF
Bid Due: 4/25/2024
Follow Hazardous Waste Transportation and Disposal Active Contract Opportunity Notice ID N0025324Q0004 Related
DEPT OF DEFENSE
Bid Due: 4/29/2024