SOLICITATION NOTICE
99 -- Cajal' Exhibit Panel Fabrication and Installation - Combined Solicitation Documents
- Notice Date
- 7/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-14-386
- Archive Date
- 8/6/2014
- Point of Contact
- Brian Lind, Phone: 3014021635
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment Number Three - Drawings and Specifications Attachment Number Two - Invoicing Instructions Attachment Number One - Statement of Work Combined SolicitationSynopsis 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this acquisition is HHS-NIH-NIDA-(SSSA)-14- 386 and is being issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75 effective June 24, 2014. This acquisition is set aside 100% for small businesses.. The North American Industry Classification System (NAICS) Code for this procurement is 339999 and the Small Business Size Standard is 500 employees; All Other Miscellaneous Manufacturing. STATEMENT OF OBJECTIVES To procure the services of a contractor to fabricate and install a museum quality exhibit for seven drawings from the Stetten Museum titled "Santiago Ramón y Cajal: The Beginnings of Neuroscience". STATEMENT OF WORK Project Background: The Dewitt Stetten Jr. Museum of Medical Research is a relatively new museum (original charter: 1987, revised charter: March of 2002) that is taking shape at the National Institutes of Health (within the Office of History). The Stetten Museum collects, documents, preserves, and interprets biomedical research instruments and technologies related to the work of the NIH, and non-scientific objects that place the NIH in historical and cultural contexts. Museum exhibits seek to inform the general public, patients and their families, visiting scientists, and scientific and non-scientific staff at NIH about the process of biomedical research and about its achievements. Working in conjunction with the National Institute of Neurological Disorders and Stroke (NINDS), NIH's Stetten Museum of Medical Research has developed a new exhibition (to be located in the 1st floor atrium, south entrance hall, of the new Porter research center). This exhibition will house seven original drawings by Santiago Ramon y Cajal, on loan from the Cajal Foundation in Madrid, and enable the NIH to celebrate its new research facility by acknowledging the very beginnings of neuroscience. In addition to the (7) framed drawings, (7) dimensional bas relief castings from the most current research of neurons, a life-size sepia-tone photo mural of Cajal in his laboratory/studio, and related (Cajal signature and quotes) graphic panels-will invite visitors to become familiar with this Nobel prize winning pioneer (Cajal was awarded the Nobel Prize in Physiology or Medicine in 1906, which he shared with Camillo Golgi for their work on the structure of the nervous system). Location Details: This exhibition will be located along the left hand wall of the first floor atrium hall (leading towards the south entrance). This location is one of the few in the new Porter Building that has a ceiling and is shrouded from sunlight streaming through the over-head glass skylight in the central, multi-storied, open plaza at the heart of the building. The glazing throughout the open and shrouded areas efficiently filters out most Ultra-Violet rays (light meter readings for U-V were at "0" in all locations), however, the visible light readings (between the two different-ceiling vs. skylight conditions) differ dramatically. In the shrouded hallway area, visible light measured 125 lux, while in areas located beneath the skylight, visible light measurements were closer to 250 lux. Any changes to the hall site (such as the addition of electrical outlets in two locations where they are needed) will be accomplished internally by NIH. The only critical concern to the location of the exhibition, with reference to fire and safety, has to do with avoiding the fire sensor located on the left hand wall. The exhibition may not obscure this meter, and must begin 2 feet to the right of this meter along the left hand wall. New Exhibition Components: The "stars" of this exhibition are seven (7) ink-on-paper original drawings by Santiago Ramón y Cajal that will be on loan from the Cajal Foundation in Madrid, Spain. Created in the later part of the last century, these images capture Cajal's monumental contribution to understanding the nervous system, and are viewed by most as the very beginnings of modern neuroscience. These smaller, paper-artifacts will arrive from the Cajal Foundation, already mounted in frames (18" high x 18" wide x up to 1 ½" deep). These frames will be secured in wall-mounted, clear, U-V filtering acrylic 5-sided boxes with unbleached muslin-wrapped MDF background, case-insert panels. There are two kinds of wall-mounted acrylic cases (two will be sufficiently wide to hold two drawings side-by-side, and the last will be sufficiently large hold three drawings side-by-side) The three acrylic cases will hang from the same height on the surface of an accent wall of assembled back-wall panels-that together with a pair of return side walls of the same 8' height will create a "gallery" surround. The accent face of the back wall structure in the center of the 3-sided surround is to be covered in a recycled sorghum material (Torzo, Tiikeri, Bronze-horizontal orientation) which greatly resembles one of Cajal's tissue slides. The interior surfaces of each of the two return walls are to be covered in Pionite, Cinnamon Fiber #AT241 (suede finish) plastic laminate. While the exterior side of the right return wall is to be covered in Chemetal, Aurora #317 "oxidized copper" metal surface (this was chosen because this exhibition will be located on the "orange" first floor of the Porter Building). And finally, assembled column posts of well-figured domestic hardwood (4" wide x 6" deep x 8' high) will cap the front edges of both side/return walls (an orange clear glaze over a deep red-brown hardwood will enable the cap columns to next more comfortably into the over-all palette of the exhibition. These wood columns are to be surface-coated in a flameproof clear sealer, just as all of the wood products used in the construction of the exhibit structures are to be painted on all exposed surfaces with intumescent paint (see detailed construction drawings on the DVD for finish treatment specifications). In front of the new back wall panels, and in between the two side/return walls, a three-segment shallow "counter" will run the full width in front of the gallery accent wall. On the top surface of the three-segment counter, an angled three-segment "reader rail" will also run the entire counter width, covered on exposed surfaces with plastic laminate. Into the angled face of this reader rail, 10" x 12" bas relief "tiles" are to be counter-sunk. These tiles will be bronze-castings of ABS forms created by 3-D printers rendering the most current research data of neuron cells, cell components and cell formations. These will be created by NIH and supplied to you ready to install in the rectangular recesses ready to receive them in the reader rail. Labels will be acrylic panels stemmed off of the background surfaces with ¾" diameter Gyford stand-offs (1" long barrel, #80K-75-100). If time permits for these to be supplied in a copper anodized finish, that would be ideal. If time constraints do not allow for the alternate finish available, the brushed aluminum finish will suffice. Typography may be rendered as white vinyl lettering, of text may be printed on the acrylic surface directly. As the hallway in which the new exhibition will be located is in use by large numbers of staff at almost all hours, the new exhibition components are to be fabricated as modular units that will move into place against the existing walls, and simply plug-into electrical supply outlets that will be provided in appropriate locations and of appropriate amperage to meet the needs of the kind and number of lighting fixtures specified. On-site construction is to be confined to assembly of pre-fitted, and pre-finished modules PAINTING, SANDING, OR MACHINING OF COMPONENTS AND ANY ACTIVITIES THAT WOULD PRODUCE FUMES, DUST, OR EXTRAORDINARY NOISE ON-SITE ARE STRICTLY PROHIBITED. For the purpose of estimation, please plan on delivering the exhibition components to the Porter Building during normal business hours, and then protecting the terrazzo floors (with corrugated paper/board) and moving the components into position and installing during business hours. The enclosed dimensioned drawings speak to the scale of exhibition components for the purpose of estimating construction and installation costs. CONTRACTOR WILL BE RESPONSIBLE FOR VERIFYING ALL SITE DIMENSIONS AND PREPARING SUCH DIMENSIONED SHOP DRAWINGS AS DEEMED NECESSARY, PRIOR TO BEGINNING EXHIBITION FABRICATION. While the enclosed detailed and dimensioned drawings include references to suggested manufacturers, patterns and colors of finishes, plastic laminates, textured metal surfaces, and light fixtures-all are subject to availability in meeting the most critical criteria: SUCCESSFUL FABRICATION AND INSTALLATION OF ALL EXHIBITION COMPONENTS MUST BE COMPLETED BY THE OCTOBER 10, 2014 DEADLINE. Substitutions of aesthetically similar materials may be submitted for approval for each and every specified product in order to order, obtain and install the completed exhibition within the timeframe specified. In addition to the wall panels (with associated counter and overhead ceiling facia frame), there are also a series of three large acrylic vitrines to be fabricated that will hold thepre-framed paper artifacts. Each must be anchored into an MDF back-panel insert with spanner-head safety screws across the top and bottem, and all acrylic used shall be museum-grade UV filter acrylic (per the specifications in the detailed drawings). The pre-framed original drawings will arrive in a crate from Spain, and are intended to mount directly from their crate into the exhibition cases. The timing of the crate delivery may be speculative because of the unknown period of time required to clear customs. It may be necessary to install the entire exhibition (with the exception of the acrylic bonnits), and send staff at a later date just to install the framed drawings and the associated (three) acrylic five-sided boxes with safety screws. Please have your proposal include this possibility in your installation budget. Lastly, this exhibition installation includes a video presentation on a high-definition Sony monitor. The monitor will be purchased by NIH and supplied to the fabricator so that the support structure and acrylic guard that are part of its kiosk can be engineered precisely to the physical attributes of the monitor and impeded speaker system. The programming of the content will be by others, however, the cabinet must accommodate the connections between the monitor, media player (below) and the source of electricity. To conform to the NIH mandate of an emergency cut-off switch, please incorporate this in the final design of the kiosk (as well as the mandated timer). Please refer to the attached drawings for complete details, specifications and measurements. Specific Installation Information for Installing the Exhibit in the NIH Porter Building This new biomedical research facility will be shared by scientists from the National Institute of Neurological Disorders and Stroke (NINDS), National Eye Institute (NEI), National institute of Child Health and Human Development (NICHD), National Institute of Dental and Craniofacial Research (NIDCR), National institute of Mental Health (NIMH), National Institute on Deafness and Other Communicable Disorders (NIDCD), and the National Institute of Biomedical Imaging and Bioengineering (NBIB) (http://www.nih.gov/about/porter/index.htm). Only a few feet away from this installation (behind the atrium walls), laboratories will be working at all hours. For that reason, THE MOST CONSERVATIVE OF SAFETY AND FIRE CODE RESTRICTIONS ON SURFACE MATERIALS AND SUBSTRATES MUST BE STRICTLY RESPECTED. AND, AS MENTIONED ABOVE, EXCESSIVE NOISE, PARTICULATE DUST AND PAINT OR ADHESIVE FUMES OF ANY KIND ARE ABSOLUTELY PROHIBITED. Other Considerations Site modifications this exhibition will accomplish: If modifications in amperage of pre-existing electrical lines is necessary, or entirely new outlets must be added, specifications will need to be conveyed to NIH facilities and fire/safety authorities as early in this process as possible. Script Responsibility & Print-Ready Digital Files ONH will be responsible for drafting and editing text labels and prose for any and all exhibition components and for the correct language of credit lines accompanying photographic images and objects. Files supplied to the fabricator will be final, ready-to-print production files. If changes are introduced after the files have been released for production, ONH (and not the fabricator) will be responsible for associated costs. Optional Line-Item in Proposal Please separate cost estimates for the film/video kiosk from the main body of your proposal, to insure against budget alterations that might shift this one component to a later delivery deadline, a future fiscal year. Questions Raised During Bid Cycle Any questions posed by any one exhibit fabrication studio, during the proposal window, will be answered and simultaneously provided to all competing studios. DELIVERY AND INSTALLATION SUCCESSFUL FABRICATION AND INSTALLATION OF ALL EXHIBITION COMPONENTS MUST BE COMPLETED BY THE OCTOBER 10, 2014 DEADLINE. ATTACHMENTS Attachment No. 1: Statement of Work Attachment No. 2: Invoice Instructions Attachment No. 3: Drawings and Specifictaions The following Provisions and Clauses apply to this RFP: FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012 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: (End of provision) Evaluation factors are listed in the order of significance for this requirement. Technical Evaluation Criteria The Contractor shall be evaluated on their proposal as follows: Experience and In-House Staff and Manufacturing Facilities/Capabilities The fabrication and installation contractor must: • have extensive experience in producing secure and conservation-safe environments for irreplaceable artifacts (must be familiar with museum material specifications, and systems of finishes and adhesives that are deemed safe for artifacts in sealed micro-environments). • have in-house cabinetmakers and wood/plastic laminate crafts-persons to engineer, construct and finish archival-quality, high-security exhibition case environments, gallery surrounds, partitions and reader-rails/counters. • have skilled staff to execute museum-quality photo-murals, labels and graphic panels from electronic files (high-resolution images with imbedded color specifications, that were created in museum-design software programs). Installation Expertise The fabrication and installation contractor must: • Have experience in protecting floor, wall and ceiling surfaces of newly constructed buildings from any possible damage during the load-in and installation of museum exhibition components. • Have demonstrated experience in creating electrical networks that will connect light fixtures or media to electrical sources, incorporating timers able to be programmed to function for only certain windows of time within each day. • Have experience in cordoning off work areas within active public spaces to enable installation activities to be performed while maintaining the safety and security of those working in these public spaces during the installation. Have knowledge of the NIH campus, and safety and security procedures essential to conveying installation teams of individuals, trucks, vans, tools, equipment, exhibition components, and materials onto NIH's secured campus, and to the exhibition installation site (as well as the capability of securing in-place, these materials remaining on-site at the end of each work-day of a multi-day installation (site-prep, load-in, assembly, clean up and load-out). Award Criteria Selection of an Offeror for award will be based on an evaluation of proposals against the evaluation factors specified above. Although technical experience is important in the award, Cost and Cost related factors are also important to the overall award decision. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation and analysis of the requirements of the RFQ. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract in full text, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Contracting Officer's Representative The following Contracting Officer Technical Representative (COR) will represent the Government for the purpose of this contract: To be determined at the time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Post Award evaluation of Contractor Performance a) Contractor Performance Evaluations Evaluations of Contractor performance will be prepared on this contract in accordance with FAR 42.15. The final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluation(s) shall be submitted at the time of the annual evaluation. Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations Contractor responses and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b) Electronic Access to Contractor Performance evaluations Contractors that have internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: hhtp://oamp.od.nih./OD/CPS/cps.asp. The registration process requires the Contractor to identify an individual that will serve as a primary point of contact and who will be authorized access to the evaluations for review and comment. In addition, the Contractor will be required to identify an alternate contact that will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 ADDITIONAL PROPOSAL INSTRUCTIONS: Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained online at the NCI website at http://amb.nci.nih.gov. Please note that Offerors must either complete FAR 52.212-3, Offerors Representation and Certifications - Commercial Items (Aug 2009) or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management Applications (SAM) with their technical/business proposal submission. Requests for information concerning this requirement are to be addressed to Brian Lind via e-mail only to lindbj@nida.nih.gov by July 18, 2014. Offers must be received by 10:00 AM. (EST) July 22, 2014. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to: Mr. Brian J. Lind Contract Specialist National Institutes of Health National Institute on Drug Abuse Station Support Contracts\Simplified Acquisitions Branch Building, 31 Room 1B59 MSC 2080 Bethesda, MD 20892-2080 Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-14-386 on your offer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-14-386/listing.html)
- Place of Performance
- Address: National Institutes of Health, National Institute of Neurological Disporders and Stroke, Porter Neuroscience Building, 35 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03420156-W 20140711/140710023722-9d2a414340c7222a9d6c665d0f974637 (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 |