Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2013 FBO #4127
SOLICITATION NOTICE

R -- Fine Art Conservation Services Blanket Purchase Agreement - Statement of Work - CLIN Breakdown

Notice Date
3/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13Q0067
 
Archive Date
4/12/2013
 
Point of Contact
Patrick T. Dermidoff, Phone: 703-875-4679
 
E-Mail Address
dermidoffpt@state.gov
(dermidoffpt@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN Breakdown Statement of Work Fine Art Conservation Services FBO Combined Synopsis/Solicitation Language This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65. The Department of State, Office of Fine Arts (M/FA) intends to establish a Blanket Purchase Agreement for fine art conservation services as described in further detail below for the Diplomatic Reception Rooms at the Harry S Truman Building in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 12. This announcement constitutes only the solicitation, which is hereby issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). The North American Industry Classification System (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business Set Aside. Requirement: The Government intends to award one or award more than one Blanket Purchase Agreement; however, the Government reserves the right not to award any BPA. The Government does not guarantee any order placements. Any resultant BPA(s) will be five (5) years in duration; however, either party may terminate the resulting BPA with 30 calendar days notice. The Government seeks to establish a BPA for the performance of fine art conservation services in the Diplomatic Reception Rooms of the Harry S Truman Building in Washington D.C. The art and architecture of the Diplomatic Reception Rooms is modeled after the great American interiors: Thomas Jefferson's Monticello, Benjamin Chew's Cliveden, and John MacPherson's Mount Pleasant. These interiors were designed for the U.S. Department of State by architects Walter Macomber, Edward Vason Jones, and John Blatteau. Today, these reception rooms and principal offices require annual and ongoing maintenance. The Contractor will conduct a condition assessment of the collections at the U.S. Department of State, identifying short- and long-term conservation objectives over the five-year period (i.e. approximately 450 historic artifacts) and making best practice recommendations for care and preservation of the collections (i.e. exhibition requirements and environmental conditions). The Contractor will provide a pre-assessment report to the Curator of Collections for review (i.e. statement on original workmanship of artist, present condition and underlying causes, prior restoration(s)/conservation, solubility test results, and photographic documentation). Conservation will be preceded by test areas, the results of which will be shared with the Curatorial staff, and the resulting treatment will be conducted in layered approaches given subjective interpretation of solubility tests. Treatments will address surface accumulation and yellowing varnish; common paint issues (flaking, cupping, and drying and mechanical cracks); support issues with structural supports, housing and/or frames; prior restoration(s) of moderate-to-poor quality; general and pervasive damage requiring filling and/or inpainting. The Contractor will preserve original materials and workmanship to the fullest extent possible (i.e. dot-by-dot inpainting technique with reversible materials). The Contractor advises the Curator of Collections as a technical experts drawing from multiple years of experience working with Government collections in the Washington, DC, region. This includes a thorough working knowledge of historic artifacts through the colonial and federal periods with specific understanding of regional and revival styles where necessary. Period of Performance: Base Year: 04/25/2013 - 04/24/2014 Option Year 1:04/25/2014 - 04/24/2015 Option Year 2: 04/25/2015 - 04/24/2016 Option Year 3: 04/25/2016 - 04/24/2017 Option Year 4: 04/25/2017 - 04/24/2018 Contract Type: Labor Hour (Fixed hourly rate) Please of Performance and Hours of Operation: The Diplomatic Reception Rooms of the Harry S Truman Building (HST) 2201 C Street, NW Washington, D.C. 20520 -Days of operation: Monday thru Friday -Hours of operation: Between 8AM and 4PM Applicable Clauses: **52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. -Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition. -Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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. The following factors shall be used to evaluate offers (See evaluation factors listed in RFP text on FBO) By Reference: 52.202-1 Definitions (Jan 2012) 52.203-3, Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2012) 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2009) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2009) 52.215-2 Instructions to Offerors-Competitive Acquisition. 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (May 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) DOSAR: 652.204-70 Department of State Personal Identification Card Issuance Procedures. 652.225-70 Arab League Boycott of Israel. 652.225-71 Section 8(a) of the Export Administration Act of 1979, as Amended. 652.242-70 Contracting Officer's Representative (COR). *FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. *FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Remember to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. This can be found at https://www.acquisition.gov/far/current/html/52_212_213.html Evaluation criteria: The procurement is being conducted under FAR Part 15.101-1. The acquisition evaluation will be conducted utilizing a best value -tradeoff source selection process, which seeks to select an offer with the overall best value to meet the Government's need. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The best value will be determined by comparing differences in the value of non-price features in cost to the Government. In making this comparison, the Government is more concerned with obtaining superior technical, non-price features than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall cost to achieve slightly superior technical, non-price features. Therefore, price/cost is not expected to be the controlling factor in the selection of an offeror, but the degree of importance of cost as a factor could become greater depending on the quality of the proposals for other factors evaluated. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) 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. The following factors shall be used to evaluate offers: Technical Capability, Key Personnel, and Past Performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability: Offerors must demonstrate an understanding of the performance requirements and an ability to execute them in accordance with the Statement of Work. In evaluating technical capability, the Government will evaluate the offeror's understanding of the work and soundness of their approach to specifically include an offeror's ability to provide the required services necessary to successfully execute the SOW requirements. In evaluating the offeror's technical capability, the Government will evaluate the offeror's understanding of the complete scope and complexity of performance requirements as it relates to the proposed skill mix and level of effort. This will be evaluated as a measure of the Government's confidence in the offeror's ability to plan for, manage, and staff the requirement. Submissions for technical proposals shall not exceed ten (10) pages excluding title pages, table of contents, and graphics. Key Personnel: Offerors must demonstrate that there will be knowledgeable and skilled personnel performing the required duties. Key personnel must have in-depth experience in specialized conservation with similar projects. Corporate Past Performance: Offerors must demonstrate proof of corporate past performance in work related to this requirement. The personnel must have in-depth experience in specialized conservation with similar projects. Companies must have experience handling detailed projects in historically significant settings Price (non technical factor): The offeror shall provide a written price proposal. All services for each period of performance are to be labor hours with firm fixed rates. The offeror's price proposal should include labor categories, and fully burdened labor rates. The Contracting Officer will establish call limitations in writing for individuals who are authorized to place calls. The call limit for each individual may vary. The Government will notify the offeror of the names of individuals who will be authorized to place calls against any resulting BPA. The BPA will identify the names of the individuals authorized to schedule deliveries under the Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. Proposal Submission: Proposal must be submitted electronically to dermidoffpt@state.gov. The due date is Thursday, March 28 at 12PM EST. All proposals as well as inquiries should be sent electronically to: Patrick T. Dermidoff Contract Officer U.S. Department of State Dermidoffpt@state.gov 703-875-4679
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13Q0067/listing.html)
 
Place of Performance
Address: The Diplomatic Reception Rooms of the Harry S Truman Building (HST), Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN03008922-W 20130313/130311234509-314558e6ca5fb57d262aa6285fd92e7a (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.