Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2005 FBO #1164
SOLICITATION NOTICE

99 -- Framing, matting and glass of 150 photographs of varying sizes

Notice Date
1/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
ACA, Carlisle Barracks, Directorate of Contracting, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
 
ZIP Code
17013-5072
 
Solicitation Number
W91QF0-05-T-0028
 
Response Due
2/10/2005
 
Archive Date
4/11/2005
 
Point of Contact
teely.shaffer, 7172454622
 
E-Mail Address
ACA, Carlisle Barracks
(teely.shaffer@carlisle.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Carlisle Army Barracks, Carlisle, PA has a requirement for Framing, matting and glass of 150 photographs of varying sizes for the exhibit, The Eye of the Army at the U.S. Army Heritage and Education Centers Ridgway Hall, 950 Soldiers Drive, Ca rlisle, PA. 17013. See attached Statement of Work for details. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitu tes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number W91QF0-05-T-0028 is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This acquisition is set-aside for small business. The SIC Code is 7389. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.a f.mil The associated NAICS code is 337215. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Framing of up to 75 images for exhibit FFP Framing will be a single 2.5 inch mat with non-glare glass and a cherry finish frame. Style of frame and matt to be selected by the Technical Point of Contact (TPOC). All frames will be equipped with two strap-type hangers and wire to hang the photos. Co ntractor will be responsible for pick-up of the photos from the government and delivery of the framed photos to the government upon completion of the work. Due to the exhibition dates of the photos, it is vital that the contractor make all required deliver y dates. See attached Statement of Work. 0001AA -8 X 10 inch, 20 frames minimum 20ea 0001AB -11 X 14 inch, 15 frames minimum 15ea 0001AC -16 X 20 inch, 5 frames minimum 5ea 0001AD -18 X 24 inch, 1 frames minimum 1ea 0001AE -20 X 24 inch, 1 frames minimum 1ea 0001AF -8 X 36 inch, 2 frames minimum 2ea 0002 Framing of up to 75 images for Exhibit FFP Framing will be a single 2.5 inch mat with non-glare glass and a cherry finish frame. Style of frame and matt to be selected by the Technical Point of Contact (TPOC). All frames will be equipped with two strap-type hangers and wire to hang the photos. Co ntractor will be responsible for pick-up of the photos from the government and delivery of the framed photos to the government upon completion of the work. Due to the exhibition dates of the photos, it is vital that the contractor make all required deliver y dates. See attached Statement of Work. 0002AA -8 X 10 inch, 20 frames minimum 20ea 0002AB -11 X 14 inch, 15 frames minimum 15ea 0002AC -16 X 20 inch, 5 frames minimum 5ea 0002AD -18 X 24 inch, 1 frames minimum 1ea 0002AE -20 X 24 inch, 1 frames minimum 1ea 0002AF -8 X 36 inch, 2 frames minimum 2ea DELIVERIES AND PERFORMANCE CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 28-FEB-2005 N/A N/A FOB: Destination 0002 POP 15-AUG-2005 N/A N/A FOB: Destination Statement of Work Statement of Work for Framing Contract: Framing, matting and glass of 150 photographs of varying sizes for the exhibit, The Eye of the Army at the US Army Heritage and Education Centers Ridgway Hall, 950 Soldiers Drive, Carlisle, PA, 17013 I. Scope of Work: The contractor shall provide labor, materials, and equipment to frame, matt and glass 150 photographs of varying sizes for the exhibit, The Eye of the Army, at the US Army Heritage and Education Centers Ridgway Hall. The exhibit wi ll be in two distinct parts of 75 photographs each. Since the government does not have a specific count by size of the numbers of each photograph we are requiring that each contractor provide a per size price for each of the specified sizes with a minimum guarantee of 3 frame s in each size and type II. General Conditions: A. All frames will be of similar design and manufacture, solid wood and of professional grade finish. B. All mats will be single cut C. All glass will be non-glare D. All frames will be equipped with ring-type wire hooks and hanging wire III. Materials Specified: Each photograph will be framed and matted with a solid cherry wood frame and single, one color matt to a professional framing quality typical of museum or art exhibits. Frame-type requested is Cherry wood or approved equal. Mat t-type requested is #4906 white, or approved equal. III. Task Requirements: A. A minimum of twenty (20), maximum of 50 photographs 8 X 10 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece. B. A minimum of fifteen (15), maximum of 50 photographs 11 X 14 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece. C. A minimum of five (5), maximum of 50 photographs 16 X 20 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece. D. A minimum of one (1), maximum of 50 photographs 18 X 24 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece E. A minimum of one (1), maximum of 50 photographs 20 X 24 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece. F. A minimum of one (1), maximum of 50 photographs 20 X 24 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece. G. A minimum of one (1), maximum of 50 photographs 8 X 36 inches to be matted, glassed and framed using the above specifications. Pricing should be per piece. IV. Contractor is to complete the framing in two groups of approximately 75 each. First group to be completed by February 28, 2005 and the second group to be completed by August 1st, 2005 V. POC for this contract is Mr. John Giblin, Chief Curator, US Army Heritage Museum, 717-245-3419 or john.giblin@carlisle.army.mil FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) is incorporated in full text as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) past performance; (ii) price. All evaluation factors weighted equally. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS  COMMERICIAL ITEMS (OCT 2001) Alternate I (Oct 2000) is incorporated by reference. The full text of this clause is posted on the above web-site. Offerors shall submit a completed copy of the repr esentations and certifications at FAR 52.212-3 with the proposal submission. Also posted at the above web-site is the full text of the Offeror Representations and Certifications (52.212-3 & 252.212-7001 incorporated by reference below). FAR 52.212-4 CONTRACT TERMS AND CONDITIONSCOMMERCIAL ITEMS (MAY 1999) is incorporated by reference. The following clauses are incorporated by reference as an addendum to FAR 52.212-4: (1) DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000) (2) 52.247-34 -- F.O.B. Destination (Nov 1991) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERSCOMMERCIAL ITEMS (AUG 2000) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor and (3) 52.233-3, Protest After Award. (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) (1) 52-203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; (2) 52.219-8, Utilization of Small Business concerns; (3) 52-222-21, Prohibition of Segregated Facilities; (4) 52.222-26, Equal Opportunity; (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (6) 52.222-36, Affirmative Action for Workers with Disabilities; (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (8) 52.225-13, Restriction on Certain Foreign Purchases; (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (c) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to estab lish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components  (1)52.222-26, Equal Opportunity; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preferences for Privately Owned U.S.-flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996). DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 1995) DFAR 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7001, Buy American Act and Balance of Payment Program; (2) 252.225-7007, Buy American Act-Trade AgreementsBalance of Payments Program; (3) 252.225-7012, Preference for Certain Domestic Commodities; (4) 252.227-7015, Technical Data-Commercial Items; (5) 252.227-7037, Validation of Restrictive Markings on Technical Data; and (6) 252.243-7002, Certification of Requests for Equitable Adjustment. (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items clause of this co ntract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternat e I. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at http://ccr.edi.disa.mil/. The quote is due by 10 February 2005 to Teely Shaffer, Contract Specialist, e-mail teely.shaffer@carlisle.army.mil; phone (717) 245-4622, Fax (717) 245-3053: 1. The proposed contract is 100% set aside for small business concerns. **END OF SYNOPSIS/SOLICITATION #W91QF0-05-T-0028. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ11/W91QF0-05-T-0028/listing.html)
 
Place of Performance
Address: ACA, Carlisle Barracks Directorate of Contracting, 314 Lovell Avenue, Suite 1 Carlisle Barracks PA
Zip Code: 17013-5072
Country: US
 
Record
SN00743182-F 20050202/050131212115 (fbodaily.com)
 
Source
FedBizOpps.gov 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.