NAWCAD Lakehurst Building 355 Workarea Renovation

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 71 - Furniture
Posted: Mar 28, 2024
Due: Apr 5, 2024
Solicitation No: N6833524Q0124
Publication URL: To access bid details, please log in.
Follow
NAWCAD Lakehurst Building 355 Workarea Renovation
Active
Contract Opportunity
Notice ID
N6833524Q0124
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 28, 2024 03:12 pm EDT
  • Original Published Date: Mar 14, 2024 04:37 pm EDT
  • Updated Date Offers Due: Apr 05, 2024 04:00 pm EDT
  • Original Date Offers Due: Apr 05, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 20, 2024
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
Description View Changes

AMENDMENT 001:



Questions and answers from the Site Visit held on 27 March have been posted under "Question and Answers - 1." Please direct any additional questions to alexander.g.buchan2.civ@us.navy.mil.





**This effort was previously posted under Notice ID N68335-24-Q-0044**



(i) 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. All vendors must be registered and active in the System for Award Management (SAM) Database in order to be eligible for award.



(ii) The solicitation number is N68335-24-Q-0124 and is issued as a Request for Quote (RFQ) unless otherwise indicated herein.



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.



(iv) This requirement is a Small Business Set-Aside, and only qualified offerors may submit quotes. The associated Northern American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,100 employees.



(v) The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst has a requirement for the procurement and delivery of designated office furniture into Building 355 at NAWCAD Lakehurst in accordance with the Statement of Work and applicable documents.



**A SITE VISIT will be conducted at NAWCAD Lakehurst, NJ on 27 March 2024 at 10:00 AM EDT. The site visit attendance is highly recommended but not mandatory. All interested parties must submit their security information for access to Ms. Francine Main at francine.a.main.civ@us.navy.mil PRIOR to 2:00 PM 20 March 2024. Please include your name, Social Security Number, Date of Birth, and phone number. Please have a valid ID for access to the base. For the Site Visit, contractors will meet at the Main Gate Visitor Center located in GPS at Front Gate Naval Air Engineering Station Lakehurst. For questions, please contact Ms. Francine Main at francine.a.main.civ@us.navy.mil and Mr. Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.



**A set of drawings are available and are required for vendors, Please submit a request and valid DD2345 to Mr. Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil to receive access.**



CLIN 0001: 1.1.1 Global Zira Laminate Suite, FLS-2 – Qty: 1



CLIN 0002: Global LED Desk Lamp, RNDLAMPS – Qty: 1



CLIN 0003: Global Auburn Chair, 3767 – Qty: 1



CLIN 0004: Global Vion Guest Chair, 6325C – Qty: 2



CLIN 0005: 1.1.2 Global Evolve HG Systems Furniture Workarea, HGSF-2 – Qty: 7



CLIN 0006: Global Princeton Storage Tower with Wardrobe, PN67SBFTR – Qty: 7



CLIN 0007: Global Princeton Credenza, PN2760CR – Qty: 7



CLIN 0008: Global Princeton Mobile Pedestal, PN25MBBF – Qty: 7



CLIN 0009: Global LED Desk Lamp, RNDLAMPS – Qty: 7



CLIN 0010: Global Vion Task Chair, 6322-8 – Qty: 7



CLIN 0011: Global Vion Guest Chair, 6325C – Qty: 7



CLIN 0012: 1.1.3 Global Evolve STD Systems Furniture Workarea, SSF-2 – Qty: 15



CLIN 0013: Global Zira Wardrobe Cabinet, Z12L6WA – Qty: 15



CLIN 0014: Global Princeton Credenza, PN2760CR – Qty: 15



CLIN 0015: Global Princeton Mobile Pedestal, PN25MBBF – Qty: 7



CLIN 0016: Global LED Desk Lamp, RNDLAMPS – Qty: 15



CLIN 0017: Global Vion Task Chair, 6322-8 – Qty: 15



CLIN 0018: 1.1.4 Global Evolve Hot Seat Systems Furniture Workarea, HSSF-2 – Qty: 2



CLIN 0019: Global Princeton Credenza, PN2960NC – Qty: 2



CLIN 0020: Global Vion Task Chair, 6322-3 BA – Qty: 2



CLIN 0021: 1.1.5 Global Freestanding Lab Workareas, FLF-2 – Qty: 6



CLIN 0022: Great Openings Mobile Wardrobe Storage Tower, J854 – Qty: 6



CLIN 0023: Global Princeton Mobile Pedestal, PN25MBBF – Qty: 6



CLIN 0024: Global Vion Task Chair, 6322-8 – Qty: 6



CLIN 0025: 1.1.6 Global Swap Table 48-in, Conference, GRBTP48 – Qty: 1



CLIN 0026: Global Vion Guest Chair, 6325C – Qty: 4



CLIN 0027: 1.1.7 Global Zira Collaboration Table, Z367242BT – Qty: 1



CLIN 0028: Global Vion Stool, 6328-6 – Qty: 4



CLIN 0029: 1.1.8 Global Swap Table, 36-in, Kitchenette, GRBTP36 – Qty: 1



CLIN 0030: Global Vion Guest Chair, 6325C – Qty: 3



CLIN 0031: 1.1.9 Global 1200 Series Two-High Lateral Files with Storage Cabinets, 1242P66M3SFF – Qty: 6



CLIN 0032: 1.1.10 Global 1200 Series Two-High Lateral Files with Laminate Worksurface Printer Areas, 1242P2FFWS – Qty: 8



CLIN 0033: 1.1.11 Global Zira, Centre Storage Credenza, Z2072C – Qty: 2



CLIN 0034: 1.1.12 Step-on Trash Cans, 13 gal RCP1883611 – Qty: 10



CLIN 0035: 1.1.13 Industrial Workbench, T7236-34B-2DB-MT – Qty: 5



CLIN 0036: 1.1.14 Industrial Storage Cabinet, 56-W-244-L – Qty: 3



CLIN 0037: 1.1.15 Industrial Shelf, 36-CSU-244 – Qty: 3



CLIN 0038: Design – Qty: 1



CLIN 0039: Project Management – Qty: 1



CLIN 0040: Data and Electric – Qty: 1



CLIN 0041: Installation – Qty: 1



CLIN 0042: Contract Data Requirements List (CDRL) As Built Drawings – Not Separately Priced



CLIN 0043: CDRL Data Wiring Test Results – Not Separately Priced



(vi) FAR 52.211-6 Brand Name or Equal: To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation. The salient characteristics of the requested products can be found within Section 4.0 of the Statement of Work. Offers must clearly identify the item by brand name, if any, and make or model number. The Government will evaluate “equal” products on the basis of information furnished by the Offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer.



New Equipment ONLY; NO remanufactured or “gray market” items. All items must be covered by the manufacturer’s warranty.



(vii) Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.



Delivery shall be made to the address listed in the Statement of Work within 90 days after contract award. Early delivery is acceptable and encouraged at no additional cost to the Government. Inspection and acceptance shall occur at destination by representatives of the Government.



(viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services.



(ix) Award Evaluation Criteria – FAR 52.212-2, Evaluation – Commercial Products and Commercial Services, applies and is incorporated by reference. Award shall be made to the lowest priced, technically acceptable Offeror who complies with all terms and conditions set forth within this solicitation.



(x) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference herein: FAR 52.204-24, Representation Regarding Certain Telecommunications and Surveillance Services or Equipment; FAR 52.212-3, Offeror Representations and Certifications – Commercial Items – the Offeror must submit a completed copy of the listed representations and certifications OR indicated that these representations and certifications can be found on the SAM Database; FAR 52.212-4, Contract Terms and Conditions – Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-27; 52.219-6; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-13; and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/



(xi) In addition, the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference herein: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 252.203-7005, Representation Relating to Compensation of Former DoD Officials (APR 2012); 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation (DEC 2019); 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (MAY 2021); 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.212-7000, Offeror Representations and Certifications – Commercial Items (JUN 2005); 252.212-7001, Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2012); 252.215-7007, Notice of Intent to Resolicit (JUN 2012); 252.215-7008, Only One Offeror (JUN 2012); 252.223-7708, Prohibition of Hexavalent Chromium; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013); and 252.232-7010, Levies on Contract Payments (DEC 2006).



(xii) Offeror certifies that they have read and understood the terms and conditions provided and takes no exception to these terms and conditions.



(xiii) This combined synopsis/solicitation provides Offerors fewer than 30 days to submit their offer. In the event that only one offer is received in response to this combined synopsis/solicitation, the Contracting Officer may cancel the combined synopsis/solicitation and re-solicit for an additional period of at least 30 days in accordance with DFARS 215.371-2. DFARS 252.215-7005 also applies to this combined synopsis/solicitation. Normally, competition establishes price reasonableness. In limited situations, additional analysis will be required by the Government to determine reasonableness. If, after receipt of proposal, the Contracting Officer determines that adequate price competition does not exist and a determination is made that none of the exceptions in FAR 14.403-1(b) apply, the Offeror may be required to provide Other than Certified Cost or Pricing data in accordance with FAR 15.403-4.



(xiv) To be considered technically acceptable and eligible for award, all interested vendors shall:




  1. Comply with ALL paragraphs of the Statement of Work

  2. Comply with the following proposal requirements found in Statement of Work Section 3.1

    • Confirmation that office furniture pricing is discounted in accordance with either a U.S. Service Blanket Purchase Agreement or GSA Contract and provide the applicable contract number(s);

    • For past performance evaluation, provide three (3) contract numbers and associated point of contact information to include name, title, and phone number of projects of a similar nature within the past five (5) years;

    • Manufacturer’s verification of installer’s qualifications and warranty coverage;

    • Proposed Furniture Plans. The floor plans included in the Statement of Work package are provided to communicate space relationships and preliminary requirements only. The Contractor shall develop and submit proposed furniture plans indicating power, task lighting, and IT/Communications in .pdf format for review. Indicate all permanent walls, windows, entrances, exits, utility items (i.e. thermostats), electrical, aisle widths and any adjacent systems furniture/office furnishings scheduled to remain. Any modifications required due to items not shown on the drawing will be completed by the Contractor without additional charge;

    • Furnishings List. Proposals shall provide an itemized list and dimensions of all systems furniture and office furnishings being provided. If products differ from specified items, those differences should be identified and sufficient product information provided for evaluation;

    • Cost Breakdown. Proposals shall provide an itemized list of associated costs; and

    • Milestone Schedule. All proposals must have a detailed Milestone Schedule that clearly delineates the completion of the Statement of Work requirements. From notice of contract award, provide a detailed list identifying what procurement related items will be accomplished each week through cleaning/project completion.



  3. Submit quotes exactly as outlined in this RFQ

  4. Quotes MUST be valid for 60 calendar days after close of buy



(xv) Offers are due no later than 5 April 2024, 4:00 PM EDT, electronically to Mr. Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil. Electronic submission is acceptable and encouraged. Please do not submit files over 10MB via email as the system cannot manage larger PDF files. Facsimile offers will not be accepted.



**This request neither implies nor requests the commencement of any effort. Furthermore, the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed**


Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 2, 2024[Combined Synopsis/Solicitation (Updated)] NAWCAD Lakehurst Building 355 Workarea Renovation
Apr 4, 2024[Combined Synopsis/Solicitation (Updated)] NAWCAD Lakehurst Building 355 Workarea Renovation
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...CO- Office RD R6 - Office Furniture Moving Active Contract Opportunity Notice ID ...

Federal Agency

Bid Due: 5/10/2024

...Follow HACE FY24 CONTRACT FURNITURE CONSERVATOR Active Contract Opportunity Notice ID... Office NER ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/17/2024

...Department/Ind. Agency GENERAL SERVICES ADMINISTRATION Sub-tier FEDERAL ACQUISITION SERVICE Office GSA.../FAS FURNITURE SYSTEMS ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 1/28/2025

...Initiative: None Classification Original Set Aside: Product Service Code: 7110 - OFFICE FURNITURE ...

DEPT OF DEFENSE

Bid Due: 6/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.