SOLICITATION NOTICE
71 -- FURNITURE RESTORATION AND REFINISHING
- Notice Date
- 2/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 337121
— Upholstered Household Furniture Manufacturing
- Contracting Office
- Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325, Washington, DC, 20540-9411, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFP20070007
- Response Due
- 3/2/2007
- Archive Date
- 3/17/2007
- Description
- The Library of Congress, Facility Services (FACS) is responsible for planning and designing current and future space needs for the Library of Congress (LOC). FAC currently has a requirement to repair and restore traditional, historic and transitional furniture. C1. Background Facility Services (FACS) is responsible for planning and designing current and future space needs for the Library of Congress (LOC). FACS also develops and implements Library policy governing the structural, mechanical and custodial care of Library buildings. Presently, FACS is responsible for maintaining and managing the buildings on the LOC Capitol Hill Campus which is comprised of The James Madison Memorial Building (1,900,000 SF), The John Adams Building (760,000 SF), and The Thomas Jefferson Building (660,000 SF), as well as The Landover Center Annex, (246,100SF), The Taylor Street Annex (88,630SF), St Cecelia?s Special Facility (39,662SF), FT. Meade Book Storage Modules (335,000SF) and NAVCC in Culpeper VA (420,000SF). Facility Design and Construction (FD&C), as a unit of FACS performs the space planning, interior design and furnishing of all Library facilities. Additionally, construction management is executed in conjunction with the Architect of the Capitol (AOC). Projects managed by FD&C range in scope from the design of a secured collections storage facility to the refurbishing of a reading room to the renovation of a training center. Given the breadth of scope of work managed by FD&C, contract services must be delivered in a manner that speaks to the dynamic and comprehensive nature of FD&C?s service requirements. C2. Scope The intent of this solicitation is to obtain furniture repair, reupholstery and refinishing services for the LOC facilities located on Capitol Hill. Services will be requested on an as needed basis.. C3. Requirements The selected contractor will provide furniture installation and repair services. FD&C will issue a Request for Quote for each task. Submitted quotes will require a Request for Service and approval by the COTR. These services are to include repair of systems furniture, wood furniture, antiques, as well as various furniture that is part of the LOC standard and non-standard inventory. A. Kick Off Meeting: The contractor will meet with the Contracting Officer?s Technical Representative (COTR), and designated LOC contacts to review the program objectives, roles and responsibilities B. Review Meetings: The contractor will meet regularly and on request with the COTR, to review and confirm the status of the services. The contractor will maintain project documentation, including critical path alerts, action items, briefings and meeting minutes. C. Definitions: No project specific definitions apply. D. Contractor Personnel: Contractor will assign a single project manager who will participate and maintain oversight from project start to finish. Contractor will provide resumes, professional credentials and certification of all persons assigned to the contract. Personnel provided under this contract shall not be pending charges, shall not have been convicted of any felony within the last 10 years or any misdemeanor within the last five years (excepting minor motor vehicle infractions for which the individual paid a fine or posted collateral in the amount of $300 or less) which would indicate violent or disruptive conduct, dishonest conduct, untrustworthiness or unreliability which could reasonably affect performance on the contract or pose a security concern with respect to access to Library buildings or grounds, property or collections. Note that the term ?convicted? would include a disposition of ?probation? or ?probation before judgment.? Should any person employed by the contractor to perform work under this contract be convicted of any of the aforesaid offenses, the contractor agrees to remove the individual from the contract performance and return all Library building and stack passes issued to the individual. The contractor also agrees to remove from the contract performance, any individual under pending charges for any felony or misdemeanor with exceptions noted above until such time as the final disposition is known. Upon request of the Library, the contractor will identify personnel to be assigned to work under the contract and submit a FD-258 (contractor fingerprint chart) and any other necessary administrative forms provided by the Library so that a background check may be conducted. The parties agree that the Library has final authority to determine the suitability of contractor personnel who perform work under this contract. Nevertheless, the fact that the Library may conduct background checks on assigned contractor personnel does not relieve the contractor of the responsibility to provide qualified, reliable personnel of sound character and conduct. E. Non-Disclosure Requirements: In the course of performing this contract, the Contractor may be or has been given access to or entrusted with Source Selection Information (as defined in Federal Acquisition Regulation (FAR) 3.104), other sensitive Government data such as data identified as "Business Sensitive," and/or data belonging to or marked or considered as "proprietary" (e.g., restrictive legend per FAR 52.215-1). Data includes all data, information and software, regardless of the medium (e.g. electronic or paper) and/or format in which the data exists, and includes data which is derived from, based on, incorporates, includes or refers to such Source Selection, Business Sensitive and/or proprietary data (collectively referred to herein as "the data"). Any data which is derived from, based on, incorporates, includes or refers to data shall be treated as Source Selection, Business Sensitive or proprietary data and shall be subject to the terms of this special contract requirement. As a condition to receiving access to the data, the Contractor shall: (1) prior to having access to proprietary data, obtain the agreement of the applicable person or entity to permit access by the Contractor to such data; (2) use the data solely for the purpose of performing duties under this contract; (3) not discuss with, disclose, release, reproduce or other wise provide or make available the data, or any portion thereof, to any employee of the Contractor unless and until such person has executed a copy of the individual non-disclosure agreement provided under separate cover of this order, (4) not discuss with, disclose, release, reproduce or otherwise provide or make available the data, or any portion thereof, to any non-Government person or entity (including, but not limited to any subcontractor, joint venture, affiliate, successor or assignee of the Contractor), unless the Contracting Officer (and any company claiming the data as proprietary) have given prior written approval, AND the person receiving the data has executed an individual non-disclosure agreement similar to that issued under separate cover of this order; (5) establish safeguards to protect such data or software from unauthorized use or disclosure; and (6) indoctrinate its personnel who will have access to the data as to the restrictions under which access is granted. Any other use, disclosure, release or reproduction is unauthorized and may result in substantial criminal, civil and/or administrative penalties to the Contractor or to the individual who violates this special contract requirement or non-disclosure agreement. The Contractor, on any copies, will include appropriate restrictive legends and reproductions made of all or any part of the data and any data that is derived from, based upon, incorporates, includes or refers to the data. When the Contractor's need for such data ends, the data shall be returned promptly (within 10 business days) to the Contracting Officer?s Technical Representative. However, the obligation not to discuss, disclose, release, reproduce or otherwise provide or make available such data, or any portion thereof, shall continue, even after completion of the contract. Any actual or suspected unauthorized use, disclosure, release, or reproduction of such data or violation of this agreement, of which the company or any employee is or may become aware, will be reported promptly (within one business day) to the COTR, who will inform the CO within five business days of receiving the report. C4. Deliverables C5. Government Furnished Information Products and Services A. Applicable Documents: LOC shall provide all relevant and available project information necessary for the work, including, but not limited to, furniture standards, studies, assessments, facility construction standards, electronic copies of existing floor plans, and procurement procedures. B. Products: All furniture to be provided by the LOC. C. Services: The LOC will not provide workspace or equipment to the selected contractor. C6. Period of Performance A. Anticipated Performance Dates: March 1, 2007 through September 30, 2007. B. Hours of Work: Normal work hours for this project are Monday ? Friday, 8am-4pm. C7. Evaluation and Award Criteria A. Award of proposals will be based on best value to the Government, in order of importance: 1. Technical approach 2. Experience 3. Price 4. Past performance 5. Timeliness A1. The Technical approach factor will be used to evaluate the contractor?s submittal for clarity, relevance, coherence, specificity, and conformance to solicitation objectives and requirements. A2. The Experience factor considers the contractor?s previous experience in providing similar service of equivalent scope and magnitude. The contractor shall provide references, including names of companies or agencies, individual contact names and phone numbers, for contracts of services with a scope of work similar to the project outlined in this solicitation, performed within the last five years. A3. Price and cost factor will not be assigned a numerical weight or point score. The CO will use cost and price analysis to evaluate the price proposal not only to determine price reasonableness as compared to the Government estimate, but also to determine the offertory?s understanding of the work and ability to perform the contract. Labor price is to be submitted on a cost per hour basis. A4. The Past performance factor considers the contractor?s past performance in completion of similar projects, and includes consideration of the contractor?s history in meeting time and budget objectives, responsiveness, and relationships with customers. A5. The Timeliness factor considers the contractor?s level of responsiveness to the solicitation. C8. Minimum Requirements 10 Years of experience Certifications Permits Licenses Performance Bond Payment Bond C9. Administration A. The LOC?s Contracting Officer Technical Representative (COTR) is responsible for the general administration for this contract/work order. Additionally, the COTR is responsible for the review and acceptance of all task deliverables. This individual will serve as the Library of Congress? representative and point of contact concerning: information exchange, submission review, and fee payment. Nothing stated by the COTR shall be construed as a change to the contract requirements, unless supported in writing by the Contracting Officer. B. For this project, this role will be assigned to the following: COTR ? LeeAnne Buckley Project Supervisor, Facility Design and Construction Library of Congress 101 Independence Avenue, SE Washington, DC 20540 202.707.3061 There will be no further information. All information is included. Interested parties may respond on or before the due date to the evaluation criteria and the minimum requirements. Questions may be emailed to the CS. No phone calls please. This document replaces the sources sought notice posted on January 31, 2007.
- Record
- SN01238313-W 20070225/070223221948 (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 |