MODIFICATION
Z -- Coastal Discovery Center Interpretive Exhibit Update - REVISED SF-1449 Request for Quote RA-133C-12-RQ-0866
- Notice Date
- 8/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA-133C-12-RQ-0866BS
- Archive Date
- 9/8/2012
- Point of Contact
- Brenda S. Summers, Phone: (303) 497-5588
- E-Mail Address
-
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- REVISED SF-1449 Request for Quote RA-133C-12-RQ-0866 AMENDMENT 1 THIS AMENDMENT IS TO CANCEL THE ORIGINAL STATEMENT OF WORK IN ITS ENTIRETY. THE STATEMENT OF WORK IS REPLACED BY THE ATTACHED REVISED STATEMENT OF WORK. AMENDMENT 1 INCLUDES INFORMATION REGARDING WEBINAR TO BE HELD ON AUGUST 22. ALL INTERESTED PARTIES MUST CONTACT THE SOUTHERN REGION PROGRAM COORDINATOR PRIOR TO AUGUST 22 TO OBTAIN WEBINAR INFORMATION. THE REVISED PERIOD OF PERFORMANCE IS DATE OF CONTRACT AWARD THROUGH JANUARY 30, 2013. OFFERS DUE DATE: AUGUST 24, 2012, 4:00 PM MDT COMBINED SYNOPSIS/SOLICITATION Coastal Discovery Center Interpretive Exhibit Update (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA-133C-12-RQ-0866. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This solicitation is total small business set aside. The associated NAICS code is 541410. The small business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for update of the Coastal Discovery Center exhibit, in accordance with the attached Statement of Work. (VI) See attached Statement of Work, and Department of Labor Wage Rates: WD 2005-2063, Revision No. 12, dated 06/13/2012 which can be found on www.wdol.gov. (VII) Date and place of performance and acceptance shall be at Coastal Discovery Center at San Simeon Bay, CA. Delivery shall be FOB Destination. Period of performance shall be: Date of Award through December 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offerer will submit a quote for the item in Section (V). Offerors are instructed to complete and return quotations on the Standard Form 1449. All interested parties must contact Southern Region Program Coordinator for an appointment to visit the Coastal Discovery Center by August 1, 2012. Contact Information: Carolyn Skinder Southern Regional Program Coordinator NOAA Monterey Bay National Marine Sanctuary Coastal Discovery Center PO Box 116 San Simeon, CA 93452 Telephone: 805-927-2145 Cell Phone: 805-801-0773 It is suggested that all attendees bring a copy of the RFQ with them. The government will attempt to answer simple technical or factual questions during their site visit, as a convenience to the offerors. No reliance may be made upon such answers. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and will award a firm fixed-price purchase order award with payment terms of Net 30. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Capability - vendor shall submit resumes for key personnel to be assigned to perform services under the contract; 2) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services and 3) Price. The Government intends to award a best value, firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (26) 52.222-3, Convict Labor (June 2003) (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (XIII) The following additional FAR terms and conditions are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on 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: https://www.acquisition.gov/far/ (End of Clause) 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.217-8, Option to Extend Services (Nov 1999) 52.242-15, Stop-Work Order (Aug 1989) 52.246-1, Contractor Inspection Requirements (Apr 1984) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.201-72, Contracting Officer's Representative (COR) (APR 2010) (a) Dave Lott is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: NMSP/WCR 99 Pacific Street, Ste 200K Monterey, CA 93940 Telephone: 831-647-1920x103 E-mail: dave.lott@noaa.gov (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) 1352.209-73 Compliance With the Laws (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 1352.209-74 Organizational Conflict of Interest (APR 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Brenda.S.Summers@noaa.gov. Questions should be received no later than 10:00 A.M. MDT, July 26, 2012. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. 1352.215-74 Best value evaluation (APR 2010) (a) Award will be made to the offeror: whose offer conforms to the solicitation requirements; who is determined responsible in accordance with FAR Subpart 9.1 by possessing the financial and other capabilities to fulfill the requirements of the contract; and whose proposal is judged, by an integrated assessment of price/cost and non-price evaluation factors, to provide the best value to the Government in accordance with CAR 1352.215-75, Evaluation Criteria. (b) The Government intends to award [specify "a single contract" or "multiple contracts"] in response to the solicitation. The Government reserves the right not to award a contract depending on the quality of the proposals submitted and the availability of funds. (c) Evaluation of Proposals (1) Initial Evaluation of Proposals. All offers received will be evaluated in accordance with the stated evaluation factors. The Government reserves the right to make an award without discussions based solely upon initial proposals. Therefore, offerors should ensure that their initial proposal constitutes their best offer in terms of both price and the technical solution being proposed. If award is not made upon initial proposals, then the Contracting Officer will establish a competitive range comprised of the most highly rated proposals. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly- rated proposals. Only those offerors in the competitive range will be offered an opportunity to participate further in the procurement. (2) Discussions/Final Proposal Revisions. The Contracting Officer will engage in discussions with all offerors in the competitive range in accordance with FAR 15.306. At the conclusion of discussions, a final common cut-off date for submission of final proposal revisions will be established. Those offerors remaining in the competitive range will be notified to submit Final Proposal Revisions. (3) Final Evaluation of Offers. A final proposal evaluation will be performed after receipt of Final Proposal Revisions. (End of clause) 1352.215-75 Evaluation criteria (APR 2010) Offers will be evaluated based on price and the factors set forth in paragraph (a), and will award a firm fixed-price purchase order award with payment terms of Net 30. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Capability - vendor shall submit resumes for key personnel to be assigned to perform services under the contract; 2) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services and 3) Price. The Government intends to award a best value, firm-fixed price purchase order on an all or none basis. (End of clause) 1352.245-70, Government furnished property (APR 2010) The Government will provide the following item(s) of Government property to the contractor. The contractor shall be accountable for, and have stewardship of, the property in the performance of this contract. This property shall be used and maintained by the contractor in accordance with provisions of the "Government Property" clause included in this contract. The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the Contractor must request the additional requirements from the COR. (End of clause) 1352.270-70 Period of performance (APR 2010) (a) The base period of performance of this contract is from Date of Contract Award through December 31, 2012. If an option is exercised, the period of performance shall be extended through the end of that option period. (b) The option periods that may be exercised are as follows: Period Start Date End Date Option I ____________ ____________ Option II ____________ ____________ Option III ____________ ____________ Option IV ____________ ____________ (c) The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9. (End of clause) Statement of Work Monterey Bay National Marine Sanctuary Coastal Discovery Center Interpretive Exhibit Update NCND6022-12-02938 SUMMARY The Monterey Bay National Marine Sanctuary (MBNMS), the nation's largest national sanctuary, encompasses more than 6,000 square miles of central California coastal waters that contain a rich array of habitats and marine life. The Sanctuary program provides protection of these natural resources through research and education to foster public understanding and stewardship of this nationally significant marine area. The Coastal Discovery Center exhibit update is focused on updating the designs, and the fabrication and installation of interpretive exhibitry on State Park property managed by the San Luis Obispo Coast District. BACKGROUND The Coastal Discovery Center at San Simeon Bay is an interpretive facility created in partnership by MBNMS and California State Parks. Located in northern San Luis Obispo County, California, it is cooperatively operated and maintained by the two agencies. The facility was built in 2006. Some exhibits require completion; others need improvements, corrections, and repairs. The Sanctuary requires the expertise of an exhibit designer who will work directly with MBNMS and representatives of California State Parks (CSP), San Luis Obispo Coast District to complete and improve exhibits located at the Coastal Discovery Center at San Simeon Bay. SCOPE OF WORK The purpose of the contract is to conduct the following services for the Coastal Discovery Center exhibit update: Task 1. Develop a project timeline, budget and drawings for exhibit fabrication and installation. By August 31st, 2012, contractor will deliver the project timeline, drawings, and budget for the fabrication and installation of exhibits and graphic panels. Contractor will meet no less than 2 times per month with Coastal Discover Center exhibit team (composed of representatives from MBNMS and CSP). All designs must be approved by the National Marine Sanctuary headquarters staff and CDPR representatives. Deliverables a. Written project timeline b. Written project budget table c. Graphic design and detailed drawings for exhibit fabrication and installation d. Meeting notes Task 2. Completed exhibit fabrication & installation Several of the current exhibits require significant revision in order to complete the interpretive experience as developed in the center's interpretive plan. Other exhibits need revision for accuracy and readability. Contractor will work closely with the exhibit team for the fabrication and installation of these exhibit pieces. Exhibit designs must be approved by MBNMS, the National Marine Sanctuary Headquarters and CDPR. a. Davidson Seamount/Submarine Exhibit b. Partners in Protection c. Natural and Cultural Resources d. Misc Exhibit Updates Deliverables a. Approved exhibit designs for the above a through d exhibits in Task 2. b. Fabricated exhibits c. Installed exhibits Task 3. Sign off on completed and installed exhibits After installation of new exhibit elements, a walk through with the CDC Exhibit team will be required for final sign off of contractual work. Deliverables a. Written signs offs for each exhibit REQUIRED KNOWLEDGE & EXPERIENCE • All interested parties must contact Southern Region Coordinator for an appointment to visit the Coastal Discovery Center by August 1, 2012. • A minimum of 5 years experience in marine/estuarine interpretive exhibitry development, fabrication and installation. • Experience working with a variety of interpretive technologies. • Proven record of successful work with the California Department of Parks and Recreation (CDPR). • Proven record of working knowledge of CA State construction requirements, building standards Federal ADA requirements and CA state building codes. • Ability and willingness to prioritize work, meet deadlines as assigned and to work as a team player with Sanctuary and CSP staff. TRAVEL AND OTHER DIRECT COSTS Direct costs should be included in the quote. PERIOD OF PERFORMANCE AND SCHEDULE FOR DELIVERABLES All work products identified above must be delivered by December 31, 2012. If contractor proposes any interim deliverables/payment points, those need to be identified in the proposal. The center is currently open Friday - Sunday, holiday Mondays, and Christmas and Easter vacation weeks. Work can occur Monday through Thursday for elements, which can be finished completely within the 4 day period. If construction would require closure of the center for an extended period (5+ days) this could be done, but only in the month of October. IT SECURITY REQUIREMENTS The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the Contractor must request the additional requirements from the COR. The contractor will be using government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package. EXHIBITS Item and Description 1.Partners in protection -Use original design (w/out box) -Create 2 maps and 1 circle image -Replace tiles 2.Natural resources -shift artifacts to history of San Simeon -fill in wall 3.Fish tank -Match the background of tank color to that of stream in diorama -Revise panel under fish tank -Redesign watershed messaging -Redesign tank so tank is flush with diorama above it -Replace diorama with graphic -Fix diorama cracks 4.Deep Sea Exploration -Improve flip books so that they do not stick while flipping -Fabricate new Davidson Seamount poster 5.Deep Sea Exploration re-design -Careers in oceanography -Evolution of deep sea technology -Incorporate diorama of fake rockwork to merge with Delta 6.Delta submersible -Create access panel to behind TV -New Button panel (graphic with inset buttons) digital laminate -Install interactive exhibit w/manipulator arm to pick up something in rocky environment to simulate collection arm of an ROV during deep sea exploration -Interactive Delta instrumentation panel to demonstrate depth, pressure and temp changes of the deep sea 7.Elephant seal mural -Replace headphones with old telephone mounted to wall 8.Talking Tidepool -Voices to be added, voices to be replaced, -Update technology so voices are activated when touched. The current system is run on flash MPX solid state AV player and sensors in quantum q- touch boxes (Quantum E11 X, PN 2907 A 5.6 K 1.5 K) and piazo buzzer -Create custom base under whole tidepool so can move it without breaking up structure (now in 2 halves)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA-133C-12-RQ-0866BS/listing.html)
- Place of Performance
- Address: Coastal Discovery Center at San Simeon Bay, CA, California, United States
- Record
- SN02839188-W 20120816/120815001026-479360ec47cfc7119a4a71530feebb2d (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 |