Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2013 FBO #4404
SOLICITATION NOTICE

99 -- Fine Art Installation/Exhibits and Consultation - Statement of Work (SOW)

Notice Date
12/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
712110 — Museums
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSNCC-OPC-Q-002041
 
Archive Date
1/4/2014
 
Point of Contact
Daytona H. Philpotts, Phone: 3014512716
 
E-Mail Address
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT A - SOW THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71 (November 2013). This announcement constitutes the only solicitation. The solicitation number for this acquisition is HHSNCC-OPC-Q-002041 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 712110 and the Small Business Size Standard is $7.0 Million. This will be awarded as Firm-Fixed Price, Total Small Business Set-Aside. This is a re-compete solicitation; the current incumbent is Fitzgerald Fine Arts. Background The Clinical Center (CC) is a 234 bed clinical research hospital servicing the needs of the NIH Intramural Research Program by providing a safe and effective environment for the care and treatment of patients participating in structured biomedical research protocols. The CC employs approximately 2,000 employees, across 30 different departments. The Clinical Center Complex consists of 3.5 million square feet of mixed occupancy space in three congruent buildings on campus. The Office of Space and Facility Management (OSFM) supports the mission of the CC by providing a functional, effective and safe environment for patients, visitors and staff. This is accomplished through planning and directing a comprehensive construction management and arts program to support alterations, renovations, repairs and improvements necessary to support occupants' beneficial use and to ensure an environment that is comfortable and supportive of patient care operations. Statement of Work (SOW) (ATTACHMENT A) ***Statement of Work (SOW) Attached*** EVALUATION: In addendum to 52.212-2; the following factors shall be used to evaluate offers. A. TECHNICAL APPROACH and QUALIFICATION OF PERSONNEL (50%) 1) Submit evidence of experience and qualifications of the contractor in: a. Art, art display and art collection management and maintenance; b. Ability to liaison with the Bethesda/D.C. Metropolitan area community and art organizations to ensure ability to solicit and attract outstanding art for CC exhibits; c. Ability to create and maintain visually interesting, accurate and informative exhibits, including those of a historical nature; d. Ability to provide consultative services to a wide variety of art needs (donations, temporary exhibits, loans) working with a wide variety of audiences, including (but not limited to) patient representatives, artists, volunteers, visitors, hospital administrators, facility managers. e. Technical knowledge and experience in museum framing and hanging, art handling, display and storage standards; f. Ability to meet deadlines, follow detailed directions, maintain accurate records, and flexibly adapt to changing organizational priorities; and g. Ability to attract, coordinate and manage multiple art exhibits of similar dimensions and complexities for a hospital/health care environment. 2) Submit evidence of the ability to manage multiple complex art projects simultaneously, as outlined in the Statement of Work. B. PAST PERFORMANCE (30%) Capabilities and Resources of the Company, the Individual to be assigned on the contract, Past Performance, Level of risk The Government will consider the following areas under past performance: 1) quality of services; 2) cost control; 3) timeliness of performance, and 4) business relations. The contractor must be headquartered or have service locations within the Washington Metropolitan area. The proposal must clearly identify the individual who will perform the work outlined in the statement of work. This individual's resume must show extensive knowledge of art, managing art programs in a research hospital, and the contractor's performance of similar tasks in previous contract efforts. These contracts must be completed within the past three (3) years or currently in progress for services similar to the requirements of this statement of work. The individual's resume should contain details (length of experience, depth of experience, dates employed and employer) which specifically address the skills and experience contained in the Statement of Work. The individual must submit names and locations of hospitals and/or firms, and list names and telephone numbers of individuals representing those hospitals and/or firms, who may be contacted as references (minimum of three) who can speak to the individual's quality of art services, exhibit management skills, their timeliness and quality of interpersonal skills and communications, and business relations. The individual must demonstrate through references ability to be self-directed and ability to work well with individuals and in groups from all organizational levels. Provide documentation to support that the contractor has met these skill-set requirements with similar organizations of this size, scope and magnitude. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror and the identified individual, as it relates to all acquisition requirements such as technical performance, professional performance, and cost; the offeror's adherence to contract requirements, including the administrative aspects of performance; the offeror's ability to attract and maintain key personnel minimizing turn-over, the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction and generally the offeror's business-like concern for the interest of the customer. The lack of a performance record must result in an unknown performance risk assessment that will neither be used to the advantage nor disadvantage of the offeror. C. PRICE (20%) Provide a fixed price quote in accordance with the Statement of Work identified. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's specifications. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. Base Year: 6 Changing art shows Exhibits: $_______ per show, $________/year Art Consultant: $_______ /hour, $_________/year Fine Art Installer: $ ________/hour, $_________/year Emergency hourly rate: $ ________/$_________/year Option Year One (1): 6 Changing art shows Exhibits: $_______ per show, $________/year Art Consultant: $_______ /hour, $_________/year Fine Art Installer: $ ________/hour, $_________/year Emergency hourly rate: $ ________/hour, $_________/year Option Year Two (2): 6 Changing art shows Exhibits: $_______ per show, $________/year Art Consultant: $_______ /hour, $_________/year Fine Art Installer: $ ________/hour, $_________/year Emergency hourly rate: $ ________/hour, $_________/year Option Year Three (3): 6 Changing art shows Exhibits: $_______ per show, $________/year Art Consultant: $________/hour, $_________/year Fine Art Installer: $ ________/hour, $_________/year Emergency hourly rate: $ ________/hour, $_________/year Option Year Four (4): 6 Changing art shows Exhibits: $_______ per show, $________/year Art Consultant: $_______ /hour, $_________/year Fine Art Installer: $ ________/hour, $_________/year Emergency hourly rate: $ ________/hour, $_________/year Place of Performance NIH Clinical Center, 10 Center Drive, Bethesda, MD 20892-1352 The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/ The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; 52.217-9 -- Option to Extend the Term of the Contract; FAR 52.219-6 -- Notice of Total Small Business Set-Aside Contract Terms and conditions; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). 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. (End of Provision) Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to Daytona.philpottts@nih.gov no later than 12/20/2013 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or after January 1, 2014. Requests for information concerning this requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov no later than December 18, 2012, 2:00 pm EST. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCC-OPC-Q-002041/listing.html)
 
Place of Performance
Address: NIH / 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03251762-W 20131215/131213234631-ac26ceab3a0db34469343645e78a80c4 (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.