Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
SOLICITATION NOTICE

V -- Fine Arts Services - RFP

Notice Date
7/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services Division (PGQC), 1800 F Street, Room 6318, Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
GS-00P-14-CY-D-0055
 
Point of Contact
Collette, Phone: 202-501-9154
 
E-Mail Address
collette.scott@gsa.gov
(collette.scott@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
GSA527 - Contractor's Qualifications and Financial Information Request for Proposal (RFP) for Fine Arts Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisitions Regulation (FAR) Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being request and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 484220 with a small business size standard of $25.5M annual gross receipts for a period of three years. General Services Administration (GSA), Public Buildings Service (PBS), Office of Acquisition Management, Acquisition Services Division (PGQC), is seeking fine arts transportation services for its Fine Arts Program involving standard fine arts requests within a limited time frame. GENERAL DESCRIPTION OF REQUIREMENT : The contractor(s) shall furnish the necessary materials, labor, supplies and management to provide industry standard fine arts services. The project will require the contractor(s) to respond to a variety of fine arts requests within a limited time frame and provide project coordination and expert art handling. In general, the Contractor shall be tasked with providing to GSA the following services: •• - Provide art handling services such as relocation and rehousing of objects within art storage using museum-trained professional staff familiar with the most up-to-date and conservationally sound methods of object handling. •• - Provide art transport services for the Washington DC metropolitan area as well as the continental United States using dual-driver, climate-controlled, air-ride and lift gate equipped vehicles when necessary. •• - Provide art installation and deinstallation informed by technical skills in design, engineering, rigging, lighting, construction and preservation as well as knowledge of proper techniques for handling different types of fine arts materials and artifacts in order to maintain the safety and security of the objects during handling. •• - Provide museum quality exhibition preparation service such as designing, fabricating and installing custom built mounts that disappear, displaying the object safely, securely and aesthetically. •• - Provide museum quality custom designed crates that guarantee the highest level of protection for fine arts objects, using the most appropriate materials available and addressing the safety of the object •• - Provide packing services using existing or newly provided materials that ensure protection of fragile fine arts objects during transit. May include arranging for local transportation. The Government intends to award approximately three (3) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for one base year with four one-year option periods. Only Firm-Fixed Price task orders will be issued under these contracts. The selected firms shall provide highly specialized personnel performing a wide range of services as transport, packing, crating, rigging and installation, with the safety and preservation of artwork being the primary concern. The IDIQ contract awards shall be 100% total set aside for small business. The maximum ordering limitation for the IDIQ contracts shall be $75,000.00 for the base year and each one-year option period, with the total contract amount over five years not to exceed $375,000.00. The maximum ordering limitation for the IDIQ contracts shall be $ 1,125,000.00. For purposes of determining total price evaluation, the price for an extension of services authorized by FAR 52.217-8 will be evaluated as part of the Option price; however, if the option to extend services is exercised pursuant to FAR 52.217-8, the rates will be the same as the immediately preceding contract period (i.e. after the initial contract period, Option I, II, III or Option IV). The anticipated solicitation will be competed under Federal Acquisition Regulation (FAR) Part 15, Source Selection Processes and Techniques. Award will be based on the Best Value to the Government. The s election will involve a process of reviewing proposals using evaluation and criteria identified in the source selection plan that are found to be technically acceptable, which will be followed by negotiations with the introduction of price and leading to final selections. EVALUATION FACTORS: The evaluation factors that will be used to select firms for award of this contract are: (1) Experience (2) Technical Capabilities (3) Past Performance and (4) Management Approach Performance. GENERAL INFORMATION: SYSTEM FOR AWARD MANAGEMENT INFORMATION: The System for Award Management (SAM) is a new system that consolidated CCR, FedReg, ORCA and EPLS. Contractors are required to be registered in the System for Award Management (SAM) government system prior to award in order to be eligible for a government contract - the link can be found at http://www.sam.gov. We advise potential offerors to begin the registration process when they prepare their offer to ensure the registration in the SAM database is complete and in-place should they be selected for the award. In the event an offeror is not registered in SAM at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror. Contractors are responsible for checking the website for any posted changes to the solicitation. NO HARD COPY DOCUMENTS WILL BE ISSUED. Any questions regarding this solicitation must be submitted in writing only to Collette Scott at collette.scott@gsa.gov no later July 15, 2014, at 4:30 pm, before the proposal due date this is to ensure everyone has an opportunity to see the subsequent responses and possibly adjust their proposal. Every effort will be made to reply to questions within five (3) business days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8c45b7abe51201a50dbbe40ccb0abe6)
 
Place of Performance
Address: Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN03420524-W 20140712/140710234940-c8c45b7abe51201a50dbbe40ccb0abe6 (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.