Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427

U.S Customs Service, 6026 Lakeside Boulevard, ATTN: FPSG, Indianapolis, IN 46278

99 -- FABRICATION OF ITEMS FOR AN EXHIBIT SOL CS-I-99-25271 DUE 092199 POC Ms. Beverly Tyree, Contract Specialist, at (317)298-1180-1122, and Mr. Lee Sullivan, Contracting Officer, at (317) 298-1180-1119 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, numbered 99-25271, and proposals are being requested and a written solicitation will not be issued. This acquisition is a test program for use of simplified procedures for certain commercial items, and is under the authority of Subpart 13.500 of the FAR. This notice is issued as a request for proposal and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-12. The standard industrial classification code is 7389, with a small business standard of $5.0 million in average annual receipts. The scope of this procurement is for a Contractor to fabricate eight original bronze frames, three display boards, four banners and an English oak book podium for use as a permanent exhibit in the historicSan Francisco Customhouse for the U.S. Customs Service. Delivery, installation and set-up of all items under this procurement will be made FOB destination inside consignee's premises within 90 calendar days after award. Delivery and installation shall be made to the U.S. Customs Service Customhouse located at 555 Battery Street, San Francisco, CA 94111. The quantities and item descriptions of the items to be furnished under this acquisition are as follows: CLIN 1: 8 each, bronze frames (three different styles) w/bronze castings to match existing bronzework in the building; CLIN 2: 1 each, display counter 21' x 22.5" sloped granite top, nose and sides on plywood substrate with four inlayed bronze frames and porcelain graphic inserts; CLIN 3: 2 each, display boards 12' x 31" sloped granite top, nose and sides on plywood substrate each with three inlayed bronze frames and porcelain graphic inserts. Porcelain graphic inserts for all display boards will each have three 8" x 10" halftone photos and two 4" x 6" halftone photos, these photos require the highest resolution and fidelity as possible, background color of porcelain panels will be cream and type will print using two colors; CLIN 4: 2 each, banners 221" x 60.25" with poles and finials; CLIN 5: 2 each, banners 42' x 104' with poles and finials, all banners fire rated; and CLIN 6: 1 each, English oak book podium to match existing quarter sawn white oak in building. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items, with the following evaluation criteria included in paragraph (a) of the provision: 1. Offeror's product must demonstrate complete compliance with every technical specification in the Statement of Work (SOW), and 2. Offeror's past performance will be evaluated. Award will be made to the lowest priced technically acceptable offer, with an acceptable past performance; Past Performance instructions are as follows: The contractor shall provide a minimum of three contracts completed and/or currently in progress during the past five years that are similar to the SOW for this solicitation. The contracts should be for work done within the last five years. Information provided for these contracts must be submitted according to the following format: 1. Project or contract title; 2. Contract number, if applicable; 3. Contract type, if applicable; 3. Contract period of performance; 4. Total contract value; 5. Brief description of contract work; 6. Two contract references, to list name, title, address and phone number; 7. List of major problems/corrective actions, if any, and 8. Any quality certifications or awards. Past Performance will be evaluated based on the following criteria: 1. Quality of product; 2. Timely performance/delivery schedule; and 3. Overall customer satisfaction. Regardless of the available information, the prospective offeror/contractor who does not have a record of past performance will not be evaluated favorably or unfavorably on past performance. These offerors will receive a neutral evaluation. A neutral evaluation will be calculated by giving the new firm the average score of the other competing offerors. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items applies to the resultant contract along with FAR 52,212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with the following additional FAR clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations of Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; and 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of theVietnam Era; 52.225-3, Buy America Act-Supplies; and 52.225-18, European Union Sanction for End Products. The solicitation includes the SOW by addenda. Offer(s) are due to the Contracting Officer on September 21, 1999, (not later than 4:00 p.m. local time), at the U.S. Customs Service, Field Procurement Services Group, 6026 Lakeside Boulevard, Indianapolis, IN 46278. Offerors are advised to submit the following documents in their proposal package: Signed offer letter citing the solicitation number, a price schedule completed with the quantities and items cited in this notice, and a technical proposal describing the materials and fabrication of the items specified and the proposed methods of installation. Copies of the SOW may be obtained by contacting Mr. Steve Waterson at (415) 782-9243. His address is U.S. Customs Service, Media Resource Center, 555 Battery Street, Room 112, San Francisco, CA 94111. Facsimile responses will not be accepted. All responsible sources may submit a proposal which shall be considered by the agency. Posted 09/03/99 (I-SN376354). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0337 19990908\99-0011.SOL)


99 - Miscellaneous Index Page