COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS
R -- FINE ARTS APPRAISER!!
- Notice Date
- September 14, 2001
- Contracting Office
- Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
- ZIP Code
- 22219-0244
- Solicitation Number
- S-LMAQM-01-R-0274
- Response Due
- September 25, 2001
- Point of Contact
- Marsha Feldman (703) 875-6296/Contracting Officer, Ann Truitt, (703) 875-6040!!
- E-Mail Address
- Click here to contact specialist via e-mail (feldmanmg@state.gov)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The NAICS code is 711510. This is a 100% small business set-aside. The proposed contract is a fixed price, indefinite quantity, indefinite delivery (IDIQ). The duty station shall be Washington, D.C. We anticipate contract award to be on or before September 28th, with a base 12-month period of performance to follow. Offerors shall prepare proposals for four additional option years. The U.S. Department of State, Art Bank Program has a need for a fine arts appraiser that meets the following criteria: Contractor must represent experienced Fine Arts Appraisal firm who will provide the expertise necessary to appraise the value of the collection of 255 works on paper for insurance scheduling and replacement value. Appraisal shall be performed personally by said contractor with the requisite experience no interns or graduate assistants, and shall include specialization in 20th century American art. Specifically, qualified candidates must, at a minimum, possess a B.A. degree in art studio/art history and be a candidate member of the American Society of Appraisers, Washington DC chapter. The candidate must have an appraisal discipline in fine arts with a sub specialty in American contemporary fine arts prints and original works on paper. In addition, appraisal shall be performed with strict adherence to the professional standards and procedures set forth by the Uniform Standards of Professional Appraisal Practice, the Appraisers Association of American and the American Society of Appraisers. Offerors shall submit proof of extensive past performance, experience and training as well as describe continuing education, professional affiliations, latest professional readings, published works. Contract Line Items will include the following: CLIN 001 Inspection, description, evaluation, written narrative and current biography of the artist for each artwork to be included in the final report. Each art object will be noted as follows: artist's name, life dates and nationality, title and date of artwork, dimensions, medium, type of support, description of subject matter, signature and date, condition report. A discussion of artist's market history, determined value (which may include examination of available auction records and sources consulted. Final report, including a written narrative (stylistic analysis or artist's statement) of each artwork. CLIN 002 Travel (If outside the Washington D.C. metropolitan area) CLIN 003 Per diem (If outside the Washington D.C. metropolitan area) CLINs 002 and 003 are reimbursables. Contractor does not have to make price proposals on reimbursables. The government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is the most advantageous to the Government. The best value shall be determined to be that combination of technical excellence and cost/price that is most advantageous to the government. Technical excellence is more important than cost/price, but cost/price may be the determining factor if technical scores are comparable. Firms will be considered technically acceptable ONLY if appraisers meet the criteria expressed above. Your technical and pricing response shall include the HOURLY rates for these activities contained CLIN 001 of this announcement. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. All offerors MUST include a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items, 52.215-11 Price Reduction for Defective Cost or Pricing Data Modifications, 52.215-13 Subcontractor Cost or Pricing Data Modifications, 52.215-21 Requirements for Cost or Pricing data or Information Other than Cost or Pricing Data Modifications, Dept. of State Acquisition Regulation (DOSAR): 652.216-70 Ordering Indefinite Delivery Contract, 652.225-71 Section 8(A) of the Export Administration Act of 1979, as Amended. The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.219-8, 52.219-9, 52.219-23, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a clause may be accessed electronically at http://www.arnet.gov/far. In addition, offerors must certify that they: (a) do not comply with the Arab league boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70) All offers are due by 4:00 p.m. Eastern Daylight time on September 25, 2001. Responses should be marked with the solicitation number and addressed to Marsha Feldman, US Department of State, Office of Acquisitions, P.O. Box 9115, Rosslyn Station, Arlington, VA 22219. Questions may be e-mailed to Feldmanmg@state.gov. All responsible sources may submit a proposal, which shall be considered.
- Web Link
- Click here to download a copy of the RFP (https://state.monmouth.army.mil)
- Record
- Loren Data Corp. 20010918/RSOL010.HTM (W-257 SN50X6O1)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on September 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|