Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOURCES SOUGHT

V -- The National Museum of the Marine Corps (NMMC) Specialized Transportation Of Artwork (STOA)

Notice Date
11/10/2020 12:55:33 PM
 
Notice Type
Sources Sought
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
 
ZIP Code
22134-5028
 
Solicitation Number
M00264-21-RFI-0204
 
Response Due
12/4/2020 9:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Joy Hughes
 
E-Mail Address
joy.hughes@usmc.mil
(joy.hughes@usmc.mil)
 
Description
REQUEST FOR INFORMATION (RFI) The United States Marine Corps (USMC) Marine Corps Installations National Capital Regional � Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources capable of providing Specialized Transportation of Artwork (STOA) in support of the National Museum of the Marine Corps (NMMC) located in Triangle, VA.� CONTRACTING OFFICE ADDRESS:� Marine Corps Installations National Capital Regional � Regional Contracting Office (MCINCR-RCO), 2010 Henderson Rd, Quantico, VA 22134. INTRODUCTION: This Request for Information (RFI) is issued to conduct market research and determine the availability and technical capability of all sources to provide the required Specialized Transportation of Artwork (STOA).�This requirement is to provide a full range of Specialized Transportation Of Art Work (STOA) services which are not provided by moving entities in the traditional sense. �The proposed effort will require �very specialized� skills , ensuring the safe handling, consultation, transport, and management of the fine art collection of the NMMC. This RFI allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. �The RFI is intended to assess industry service capabilities and solicit feedback for acquisition planning purposes. All submissions become Government property and will not be returned. North America Industry Classification System (NAICS) selected for this effort: The proposed qualifying NAICS code for the majority of this effort is�484220 - Specialized Freight (except Used Goods) Trucking, Local. Estimated Value of this Action: $80K+ for a five (5) year ordering period IDIQ Contract.� BACKGROUND: The National Museum of the Marine Corps (NMMC) has a collection of fine art that represents and spans over two (2) centuries of both eye-witness accounts and artistic interpretations of the visual history of the United States Marine Corps (USMC).� The 9,000+ piece collection includes works by nationally and internationally recognized artists. The majority of the collection includes framed works on paper and stretched canvas. Some works are painted on wood, metal, masonite, and other substrates. The dimensions of the works range from 1.5� tall x 2� wide to over 5�6� tall x 10�6� wide. The paintings in the collection range in age from the mid-19th century to the present day. The NMMC also maintains a collection of sculptures made of bronze, wood, plaster, stone or a composite material. The Art Collection�s rationale has as its primary focus, fine art that documents the creation and history of the Continental Marines and USMC and continues to grow adding several hundred works per year.� CORE OBJECTIVES TO BE ACCOMPLISHED: General Requirements The associated tasks may include but is not limited to: Soft pack for transport framed oils on canvas, or panel for transport. Soft pack for transport glazed framed works on paper for transport. Custom crate sculpture made of bronze, wood, or plaster for storage. Prepare, pack, and move up to fifty works of art from the additional offices to the National Museum of the Marine Corps located at 18900 Jefferson Davis Highway, Triangle, Virginia 22172. Prepare, pack, and move to five works to be moved from the Pentagon, located at in Arlington, Virginia to the additional offices. Prepare, pack, and move to five works to be moved from the additional offices.to the Pentagon, located at in Arlington, Virginia. Pick up and deliver conserved painting from conservator located in Great Falls, Virginia to the additional offices.. Pack, pick up and deliver a painting requiring conservation from the additional offices. to the conservator located in Great Falls, Virginia. Work with the art curator to move large, oversize framed works of art within the additional offices.. Work with the art curator to move large, heavy sculptures within the additional offices.. Assist the curator in unpacking and placement of works of art that have been delivered to the additional offices. Proof of insurance and bonding is required Vehicles must have Air-ride, climate control vehicle(s). The contactor will be required to provide �very specialized� problem solving support with regard to suggestions how to pack, materials to be used, how to transport packed works of art to various locations.� The contractor will need to be able to provide the names of staff and the vehicle who will be moving works of art to the Pentagon four to five days in advance to allow for any background checks for clearance to the loading dock.� They should adhere to the AAM standards in the care and handling of art and the Preparation, Art Handling, Collections Care Information Network (PACCIN). Consultation Services.� Consultation Services shall be required on occasion for the quantity and sequence of items to be packed and/or shipped for art exhibitions. The Contractor shall consult with the Contracting Officer Representative (COR)/Technical Point of Contact (TPOC) at the art storage facility and/or other exhibition site during the planning stage for larger exhibitions. Work will involve creative problem solving to determine the best handling, packing and/or crating of rare, unique, and valuable works of art. PRINCIPAL GEOGRAPHICAL OPERATION SUPPORT AREAS Principal support operations will occur at the following locations: Art collection and place of performance is proposed to be at additional offices for the museum. � The Contractor must be located within the National Capital Region (NCR) not to exceed one-hundred (100) round-trip miles from the additional offices. Security Clearance Requirements The Contractor shall take all necessary steps to assure that Contractor and any subcontractor personnel performing under this contract are persons of professional and personal integrity and trust and meet all other requirements stipulated in this draft PWS. The contractor shall have an active Secret Clearance due to proposed locations prior to contract award. The Contractor shall be responsible for ensuring all contract personnel are U.S. citizens.� Contractor personnel performing at the Secret level. RFI INQUIRIES Please provide description of similar services provided under the Commercial, Government and USMC�s environments. Commercial Environment: Provide relevant details on the response providing the same or similar services offered or made to the general public or to non-governmental entities for purposes other than governmental purposes in the last three (3) years. Relevant details to NMMC proposed acquisition should include, but not be limited to, information regarding the size and length of the effort, responder performing as a prime or subcontractor, customary practices (warranty, financing, discounts, contract types, etc.) under which the sales of the service(s) are made, security details, the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs, the kinds of factors that are used to evaluate performance; the kinds of performance incentives used; the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these service(s), that can demonstrate the responder�s abilities and capacity to meet NMMC desired core objectives. b. Government Environment: Provide relevant details on the response providing the same or similar services offered or made to Government agencies other than USMC in the last three (3) years. Relevant details to NMMC's proposed acquisition should include, but not be limited to, information regarding the contract number, agency, responder performing as a prime or subcontractor, size and length of the effort, type of pricing and/or cost, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder�s abilities and capacity to meet NMMC'sdesired core objectives. Provide a description of capabilities to meet the objectives listed in this RFI.The capability statement provides in response to this source sought shall include the following criteria: Service capabilities that the responder currently possesses. Response should include the relevant information regarding specific labor, trades, skills, experience, clearances, and any needed hardware or software that responder possesses to fulfil core objectives; Identify the core objective(s) that responder cannot fulfil and provide an explanation about how to mitigate; Provide a recommendation for contract type for this acquisition (e.g. FFP, T&M); Notional schedule and type of plan for transition of this type of service; Extent to which the responder has the ability to meet the proposed acquisition (e.g. Prime or subcontractor); Extent to which the responder is aware of any potential Organizational Conflict of Interest issues or a non-immitigable OCI related to current development work at USMC. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Business Type Information To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFI, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein.� This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder.( FAR 52.219-14, Limitation of Subcontracting) RESPONSE Are you a Small Business? (FAR 19.102), If so, which type: ? YES��������������� ? NO Small Disadvantaged small business? (FAR 19.304) ? YES��������������� ? NO Service Disabled small business? (FAR 19.14) ? YES��������������� ? NO 8(a) Small Disadvantaged small business? (FAR 19.8) ? YES��������������� ? NO HUB Zone small business? (FAR 19.13) ? YES��������������� ? NO Woman-Owned Small Business? (FAR 19.15) ? YES��������������� ? NO Involved in a mentor and/or prot�g� program? (DFARS 219.71) ? YES��������������� ? NO In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).� Please provide a determination of intent to participate/solicit as a prime contractor or subcontractor. Type and level of Defense� security clearance held If your business holds an active General Services Administration (GSA) Federal Supply Schedule (FSS) which can accommodate the scope of the entire requirements outlined above, please provide the GSA schedule number with the capability package submission. Provide a recommendation for acquisition strategy The responder is invited to provide information and recommendations for fashioning this proposed acquisition.� Recommendation areas may include the type of contract, anticipated contract terms & conditions, incentives, variations in delivery schedule, price and/or cost proposal support, and data requirements, contract pricing, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives.� The responder may opine regarding what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business.� Details to support any recommendations for partial small business set-asides should be included. � � 2.� Provide a recommendation for contract type per objective RFI INSTRUCTIONS: Interested parties may respond to this RFI with a white paper. White paper shall be in Microsoft Word for Office or compatible format and shall not exceed XX pages. A page is defined as each face of an 8�� x 11� sheet with information contained within a one inch margin on all sides.� Font type shall be Times Roman 12 point. Responses must contain UNCLASSIFIED information only and be marked �UNCLASSIFIED� of the response. Absolutely No classified information may be included anywhere in the response. � � � � � � � � � � � � � � � � � � � � � � � � � � � Responses must include: Business name and address; Name of company representative and their business title; Type of Small Business; Cage Code; DUNS Number; Responses shall be in Microsoft Word for Office or compatible format and shall not exceed 10 pages. A page is defined as each face of an 8�� x 11� sheet with information contained within a one inch margin on all sides.� Font type shall be Times Roman 12 point; Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� RFI Responses: Vendors who wish to respond to this RFI should send responses via email NLT 4 December 2020 by 12 pm, Eastern Time (EST) to Ms. Joy Hughes, joy.hughes@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating their proposed ability to perform the services listed in this Technical Description.� Documentation should be in bullet format.��� Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. DISCLAIMER: THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS RFI.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS RFI.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fe9c2af2a2814d8689ad97f74533893a/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN05850852-F 20201112/201110230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.