Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

J -- Historical Furniture and Art Objects Repair and Conservation Services

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMPD06D1156
 
Response Due
7/12/2006
 
Archive Date
7/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICTATION FOR COMMERCIAL ITEMS 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; proposals are being requested and a written solicitation will not be issued. SOLICITATION NO.: SAQMPD06D1156 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. This is a 100% Small Business Set-aside. The NAICS Code is 811420; Size Standard is $6.5M. Multiple awards may result from this solicitation. CONTRACT LINE ITEMS- Fixed Priced: 0001 Repair, Refurbish, and Restore Furniture and Artwork (to include consultation, conservation, technical analysis and documentation) -Estimated 350 hours per year; 0002 Transport objects roundtrip, the Department of State, Wash, DC.- Estimated 3 trips per year; 0003 Miscellaneous materials and supplies- Estimated $10,000.00 per year; Cost-Reimbursable: 0004 Travel and Per Diem in accordance with Federal Travel Regulation (FTR) allowable rates-Not To Exceed $15,000 per year. Note: for CLINS 0001 and 0002 provide fixed hourly rate and roundtrip price as fixed unit pricing for Base year and Four (4) Option years of service. Price need not be submitted for CLINs 0003 and 0004 in response to this RFP. DESCRIPTION OF REQUIREMENTS: The proposed contract is an Indefinite Delivery, Requirements type contract. Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as ?estimated? or ?maximum? will not entitle the contractor to any equitable adjustment in price under the Government property clause of the contract. The period of performance is for one-year base period with four option-years. Award is anticipated to be August 1, 2006. Work Statement: Requirements for Furniture and Art Objects Conservation and Repair Service. Location: Diplomatic Reception Rooms, US Department of State, 2201 C Street, NW., Washington DC 20520 Contractor must represent a major conservation firm and be an experienced senior conservator with at least 10 years experience after training; have fellowship status in the American Institute for the Conservation of Historic and Artistic Works (AIC); and adhere to the AIC Code of Ethics and Standards of Practice. Contractor shall have extensive and broad experience specifically with historic 18th and early 19th-century American furniture and all its related materials. Work must be done by principals in the firm and like experienced staff under their direct supervision with minimum 5 years experience. The conservator(s) should be familiar with the current professional conservation literature and recent developments in materials and historic American furniture research. The contractor will have extensive experience in the treatment of important American furniture in the collections of major American museums. Major conservation projects may occasionally be undertaken in the contractor?s laboratory/studio, which must be equipped to undertake a wide range of conservation treatments of varied materials. Activities will include, but not be limited to, on-going conservation of furniture and all associated materials, silver and brass, gilding, conservation reupholstery, art metals and selected architectural woodwork, in the Diplomatic Reception Rooms of the Department of State. Specific activities will include: a. Furniture major annual maintenance of the entire collection, including cleaning finishes, repair of incidental finish damage from the prior year, minor repairs, re-gluing of detached or cracked elements; Specialized techniques such as graining, gilding and inpainting; Annual wax polishing, inpainting of local damage; Cleaning and waxing of marble. Periodically perform approved on-site examination of the entire collection to update condition. Provide written report(s) of each object treatment, and overall condition surveys. b. Upholstery: reupholstery of some new acquisitions, or existing collections. Preservation of original or early upholstery which may remain on frames. Methods must focus on conservative approaches which do not further damage chair or sofa frames through use of traditional tacks. Fabrication and upholstery of new reproduction wood slip seats to replace originals which are in fragile condition. c. Metals (silver and brass): remove old protective coatings, tarnish, corrosion, metal polish residues. Clean, polish and protectively lacquer. To include new acquisitions as they arrive, and maintenance of existing collections metals. May also include period brass and silver lighting, chandeliers, and fine architectural metal work, such as silver door hardware. d. Major furniture repairs: more extensive repairs and restorations are required of individual objects. This includes new acquisitions/gifts, and items with major damage from use during the prior year, especially badly broken chairs. This may include removal of poor quality prior repairs. Methods of conservation should be reversible in order to ensure that removal of materials and techniques used will not endanger the physical welfare of the artwork. The known character of the art object should not be modified. Decayed parts should be conserved and not replaced to the greatest extent possible, including finishes of historic importance. Any treatment prescribed should be the least intrusive possible so as not to compromise the original integrity of the object. All treatments should follow the guidelines for the AIC Code of Ethics and Standards of Practice. e. Documentation: Documentation of condition and treatment of wooden objects with detailed written and electronic reports, analysis as required and photography before and after treatment. Reports and accompanying photographs should follow the guidelines for the AIC Standards of Practice. f. Transportation of objects to and from the Department of State by the contractor?s qualified fine art mover. Contractor will pack and crate objects in a manner to insure safe arrival to destination. g. Consultation on and assistance with planning for upcoming exhibits of Diplomatic Reception Rooms collections as requested. h. On-going monitoring and recording of visible and ultraviolet light levels in all rooms in which historic collections are displayed, maintenance of records and charts with recorded light levels. Consultation as required regarding reducing light levels where advisable. i. On-going consultation on long-range conservation planning for furniture and metals collections. Development of strategies to prevent future damage to collections. Recommendations on suitable approved materials for maintenance. j. Technical analysis as required of materials associated with the art collections, such as wood species identification, pigment analysis, fiber identification, ultraviolet microscopy of aged finish layers, etc. Contractor should be able to perform these or have ready access to qualified analytical subcontractor as required. Evaluation Factors: (1) Technical Capability. Contractor shall provide information necessary to substantiate technical excellence and management capabilities and may include product literature, samples, portfolio, and warranty provisions. (2) Past Performance and personnel qualifications. Contractor shall provide at least three references within the last five years performing like or similar services to include name of firm, address, a point of contact and telephone no. Contractor shall provide resumes for key personnel that will be working directly with this contract. (3) Price ? provide information required for CLINs in pricing schedule for Base year plus four Option years. A cost/price breakdown is not necessary if adequate competition exists. Pricing information shall be submitted separate from technical information. Basis of Award: is determined to be best value with that combination of technical and price deemed to be most advantageous to the Government. Technical excellence is more important than cost/price. In the case of equal or comparable technical evaluation, the Government reserves the right to consider price as the determining factor. Contractors are deemed technically acceptability only when meeting or exceeding the experience criteria expressed in the above description. Any firm not meeting these criteria will be eliminated from further consideration. Applicable provisions and clauses inclusive in the solicitation by reference is: FAR 52.212-1, Instructions to Offeror-Commercial Items; 52-212-3 Offeror Representations and Certification- Commercial Items A completed copy must be included with offer; 52-212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders ? Commercial Items to include: FAR 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; FAR 52.245-1 Property Records; FAR 52.245-2 Government Property (Fixed-Price Contracts) Additional provisions and clauses - DOSAR 65.225-70 Offers 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 US person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion; DOSAR 652.216-70 Ordering Indefinite Delivery Contract; 652.225-71 Section 8(A) of the Export Administration Act of 1979, as amended. Submission Instruction: All offers are due by 3:00 pm local time on July 12, 2006 at: US Department of State, Office of Acquisitions, PO Box 9115, Rosslyn Station, Arlington, VA 22219. Packages and letters shall be boldly marked in a conspicuous place with the solicitation number and address. All responsible sources may submit a proposal, which shall be considered. Point of Contact: P. L. Diggs, 703-875-6003
 
Place of Performance
Address: US Department of State, Diplomatic Reception and State Rooms, 2201 C St., NW, Washington DC
Zip Code: 20520
Country: USA
 
Record
SN01074492-W 20060623/060621220405 (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 |
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.