MODIFICATION
C -- Calder Mobile Movement Model - Amendment 1
- Notice Date
- 9/1/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- National Gallery of Art, Office of Procurement and Contracts, Purchasing and Contract Operations Department, 2000B South Club Drive, Landover, Maryland, 20785, United States
- ZIP Code
- 20785
- Solicitation Number
- NGA-RFI-15-0088
- Archive Date
- 10/1/2015
- Point of Contact
- Denise B Gilson, Phone: 202-842-6344
- E-Mail Address
-
db-gilson@nga.gov
(db-gilson@nga.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 1 ATTACHMENT 1 NGA-RFI-15-0088 SOURCES SOUGHT/REQEST FOR INFORMATION Open Date: 08/17/15_Close Date: 09/30/15 CALDER MOBILE MOVEMENT MODEL Amendment 1 A.1 INTRODUCTION: (a) In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information for Planning Purposes" This Sources Sought (SS) Notice / Request for Information (RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the National Gallery of Art. (b) The National Gallery of Art (NGA), Office of Procurement and Contracts (APC) is conducting market research for the Office of Object Conservation (DCL-OB) and is seeking written responses with information to assist the NGA with identifying potential sources that are interested in and capable of performing the work as described in Section A.2 Requirements Description. The NGA is seeking to gain awareness of capabilities, determine interested parties, and support the formulation of an acquisition strategy for the planned project for an anticipated future solicitation. Interested parties are encouraged to submitted comments and questions on the requirements. A.2. REQUIREMENT DESCRIPTION: (a) The National Gallery of Art in Washington, DC is interested in investigating means to create consistent, yet random movement in the large Calder Mobile installed in the NGA East Building Atrium that is not limited to simple rotation. In order to design a system that will effectively and safely produce movement of the Mobile, the NGA would like to investigate means for creating a three-dimensional computer model of the Mobile within the Atrium to simulate the effects of different means of moving the Mobile. (b) The work requirements will encompass the following: (1) The model should allow the NGA to visualize the Mobile's movement under various conditions. (2) The model should be able to simulate air-flow in a large atrium space from a number of supply locations and at differing velocities to determine the resulting velocity vectors / airflows in the East Building Atrium. (3) The computer model should include a three-dimensional model of the Mobile in the existing East Building Atrium and allow the NGA to see the resulting movement of the Mobile due to different air-flow scenarios. (4) The model should be able to simulate the movement of the Mobile under more direct mechanical means to rotate the shaft which supports the Mobile. (5) The project must include Finite Element Analysis of the Mobile to determine the stresses placed on the structural elements of the Mobile in response to various airflow loads and mechanical forces. (6) The NGA is open to other means of creating movement of the Mobile in a manner that appears natural, and would like to be able to model these efforts through computer software. (c) Contractor and/or Partner Questions: (7) What experience does the contractor have with complex 3D modeling that requires associated material data in an industrial design, prototyping & manufacturing setting? (8) What experience does the contractor have with 3D scanning and creating accurate geometry from those captured point cloud data sets? (9) What experience does the contractor have with combing multiple 3D model elements into one file in a CFD/FEA testing environment? (10) What experience does the contractor have with running combined test sin CFD and FEA environments? (I.E. Structural, Mechanical and Fluid dynamics overlapped) (11) What experience does the contractor have with producing dynamic simulations in a CFD/FEA testing environment for which the results will be used to virtually prototype several solutions for testing using different variables until the desired result is achieved? (12) Can the contractor provide simulation examples that can be viewed by the NGA team? (13) What programs will the contractor be using and what is the output formats available to those programs? (14) Will the contractor be willing to work with software companies of NGA's choosing in order to produce the desired experiments? (15) Will the contractor turn over all associated files to NGA on a drive for storage and archival purposes? A.3. Site Visit (a) Notice of Site Visit. The NGA located at Sixth Street and Constitution Avenue NW, Washington, DC 20565 has scheduled a site visit for Monday, August 31, 2015 from 10:00AM-11:00AM. (b) The interested parties intending to attend the scheduled site visit must send an email to Denise B. Gilson, Contracting Officer at db-gilson@nga.gov not later than 3:00PM (EST) Monday, August 31, 2015. The interested parties shall provide the following information: name of company or organization, a list of all attendees (full name) name of primary contact, including mailing address and phone numbers. (c) All interested parties attending the site visit shall meet with NGA personnel at the NGA, East Building Entrance on 4th street Washington, DC 20565. No parking is available on site; please make the appropriate arrangements to arrive at Service Entrance at 9:45AM. Late arrivers will not be escorted. (d) Site visit attendees are responsible for making their own lodging reservations, meals, and incidentals. A.4. GENERAL SUBMISSION (a) SUBMISSION INSTRUCTIONS: (1) Responses shall be submitted electronically via email to Denise B. Gilson, Contracting Officer at db-gilson@nga.gov. (2) Responses shall be received on or before Wednesday, September 30, 2015 at 3:00 PM (EST). (b) GENERAL QUESTIONS: All general questions shall be submitted electronically via email to Denise B. Gilson, Contracting Officer at db-gilson@nga.gov. The cut-off date and time for receipt of general questions is Thursday, September 24, 2015 at 12:00PM (EST). Questions received after this date and time may not be answered. (c) TECHNICAL QUESTIONS: Questions of a technical nature will be handled via email. Oral question of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of technical questions is September 24, 2015 at 12:00 PM (EST). Technical Questions received after this date and time may not be answered. A.4. SUBMISSION INSTRUCTIONS: (a) RESPONSE PREPARATION COSTS: The Contracting Officer is the only individual legally authorized to commit the NGA to the expenditure of public funds in connection with any procurement. This SS/RFI does not commit the NGA to pay any costs for the preparation and submission of a response in response to this SS/RFI notice. (b) GENERAL: All potential sources with the capability to provide the requirements referenced in this SS/RFI are invited to submit, in writing, sufficient information within the page & format limitation (listed below). This information must demonstrate the responder's ability to fulfill the requirements and be responsive to the technical questions in this SS/RFI, as indicated below. (c) FORMAT: The response shall be clearly indexed and logically assembled. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Font size shall be no smaller than 12-point. The response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 20MB in size. (d) CONTENT REQUIREMENTS: All information shall be confined to the appropriate tab. The requirements for each tab are shown in the Table below: TAB INFORMATION TAB 1 COVER PAGE TAB 2 CAPABILITY INFORMATION TAB 3 REQUIRMENT RESPONSES (e) TAB I - COVER PAGE REQUIREMENTS: The cover page shall include the following information: (1) SS/RFI Title & Number (NGA-RFI-15-0088_ Calder Mobile Movement Model); (2) Company Name; (3) Company Address; (4) Company Point of Contact (Name, Phone Number, email address) (5) Company Data Universal Numbering System (DUNS) Number; (6) Company Business Size; (7) Company Business type (i.e., Large Business, Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Hub Zone Small Business, etc.). (8) Company's Federal Supply Schedule (FSS) Contract (If applicable). Provide the GSA Contract Number and relevant Special Item Number(s) (SINs) applicable to this requirement. (f) TAB II - CAPABILITY INFORMATION REQUIREMENTS: Respondents shall provide a general capabilities statement to address the following information: (1) Provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Please include the following information at a minimum: I. Contract Name; II. Contract Scope; III. Awarded Price/Cost; IV. Governments technical representative/Contracting Officer's Representative (COR) and current e-mail address, telephone and fax numbers (or commercial point of contact equivalent); V. Describe your self-performed** effort (as either a Prime or Subcontractor). Describe self- performed work in terms of dollar value and description; **Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. VI. A brief narrative that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. (g) TAB III - RESPONSES TO NGA's REQUIRMENTS : Respondents shall provide responses to the following questions concerning the attached REQUIRMENTS: (1) Provide any comments and/or questions your company may have regarding the Requirements. (2) What else has your company seen that could help better structure the NGA Statement of Work? (3) What is the suggested North American Industry Classification System (NAICS) code for this requirement? (4) Provide an example of a Contract Line Item Number (CLIN) Structure that your company feels would be the most efficient and effective for type of procurement. (5) Provide your company is pricing model. (6) Provide anticipated project milestones for all phases. (7) Provide a Rough Order Magnitude Estimate (ROM). A.5. DISCLAIMER: (a) This SS/RFI notice is issued solely for information and planning purposes only, and does not constitute a solicitation, Request for Proposal (RFP), promise to issue an RFP or any obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgement of receipt - if a request for an acknowledgement is requested by the submitter. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. (b) Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and other acquisition decisions are to be determined. (c) Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SS/RFI. All costs associated with responding to this SS/RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the NGA. All submissions becomes the property of the NGA, and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NGA/AOPC/WashingtonDC/NGA-RFI-15-0088/listing.html)
- Place of Performance
- Address: National Gallery of Art, Sixth Street and Constitution Avenue NW, Washington, District of Columbia, 20565, United States
- Zip Code: 20565
- Zip Code: 20565
- Record
- SN03867364-W 20150903/150902001144-4547c79e2afd35b316cc3a0fb00c72d9 (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 |