Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
DOCUMENT

R -- GSP00-08CYP-3Sculptures - Backup Documents

Notice Date
7/17/2008
 
Notice Type
Backup Documents
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GSP0008CYP-3Sculptures
 
Point of Contact
Doris D Williams,, Phone: 202-208-0245, Virginia D Burwell,, Phone: 202-219-1076
 
E-Mail Address
doris.williams@gsa.gov, virginia.burwell@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Art Conservation Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisitions Regulation (FAR) Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 05-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 711510 with a small business size standard of $6,500,000 annual gross receipts for a period of three years. BACKGROUND: The Fine Arts Program provides national leadership and expertise in fine art care and policy for GSA’s Fine Arts Collection. The program seeks to manage the Fine Arts Collection at the highest ethical and stewardship standards; to ensure the preservation, legal compliance, accessibility, and understanding of the Fine Arts Collection; and to contribute to creating high quality federal buildings for federal employees and the public they serve. The Federal Managers Financial Integrity Act of 1982 (31 U.S.C. 3512), as implemented by OMB Circ. No. A - 123, establishes procedures for internal financial and managerial accountability and control. Section 2 (ii) states, "funds, property, and other assets are safeguarded against waste, loss, unauthorized use, or misappropriation." Internal Controls and Risk Assessments require that GSA’s Fine Arts Collection is properly maintained, accounted for, and accessible to the American people. The Director for Design Excellence and the Arts is responsible for this role for the agency with Component Managers for the Art in Architecture Program and the Fine Arts Program. General Services Administration (GSA), Public Buildings Service (PBS), Contracting and Facilities Division (PGE),is requesting services to provide art conservation services as follows: The contractor shall furnish the necessary materials, labor, supplies and management to provide art conservation services. This work shall include (but not limited to): Provide maintenance for the following three artworks, located on exterior public plazas at the Edward R. Roybal Federal Building and Courthouse, 255 East Temple Street, Los Angeles, California. The following art works require maintenance/treatment: TITLE: Molecule Man ARTIST:Jonathan Borofsky MATERIAL:1 ½" aluminum plate SIZE:32' x 25’10” x 25’10” DATE: 1991 ITEM #:AA236 TITLE: The New World ARTIST:Tom Otterness MATERIAL:bronze, concrete SIZE:site installation – 4’ x 150’ frieze, two bronze sculptural elements DATE: 1991 ITEM #:AA131 TITLE: untitled ARTIST:Joel Shapiro MATERIAL:cast bronze SIZE:11’ tall DATE: 1991 ITEM #:AA154 Required services will include, but will not be limited to, the following: Provide a plan of work, estimated time and staff required and estimated cost based on treatments as outlined herein. The contractor will be responsible for providing the necessary professional services to ensure that the proposed treatment will not have an adverse impact upon the aesthetic, historic, and physical integrity of the artworks. It may be required that treatments be reversible in order to ensure that removal of materials and techniques will not endanger the physical welfare of the artwork. The known character of the artwork should not be modified. As much as possible, decayed parts of an artwork will be conserved, not replaced. The treatment conducted shall be the safest and least intrusive restorative method so as not to compromise the original integrity of the artwork, and should follow the guidelines for the American Institute for the Conservation of Historic and Artistic Works (AIC) Code of Ethics and Standards of Practice. The contractor may contact the artists or artist representatives as needed regarding appropriateness of maintenance, finishes, etc. so that any work will match original fabrication as much as possible. Prices established will include all costs associated with the inspection, maintenance, and preparation of the report for the artworks, including all travel. The contractor will verify all dimensions, familiarize self with existing conditions (including dates and times that work may be performed), and obtain full knowledge of ANY AND ALL difficulties that may be encountered during the execution of this work. This is a FIRM FIXED PRICE Contract. The following maintenance schedule and recommendations by the artists is for information purposes only and should not be perceived as options for this effort. The intent is to provide a guide for the maintenance envisioned by the artist. Proposed Treatments are - Task 1: Maintenance instructions from the artist Jonathan Borofsky for Molecule Man: Routine maintenance of sculpture should not include the use of any abrasives, abrasive pads, or abrasive cleaners. Also, no solvents should be used. In discussions with Coricone Corp., the finish can be expected to last from three to six years before a new application is needed. New applications involve removal of old finish and application of new. There are two main influences affecting the longevity of the coating: air or industrial pollution, and dirt. The best performance for the coricone finish will be obtained by a cleaning every three months with a mild soap and water solution (such as Joy dish soap) and a thorough rinsing. It is important that this soap solution is neutral, not acidic or alkaline. It is Jonathan Borofsky's wish that Ronald McPherson at LaPaloma either perform needed repairs or act in a consulting capacity at such a time that a new coating is needed or in the event that there is damage to the sculpture, i.e. graffiti, to be repaired. The piece is not anodized, but Coricone 1700 behaves and can be maintained similarly to anodize aluminum. Also, it makes ready another reference (Technical Trade Association) for maintenance of aluminum. Fabricator:Ronald J. McPhersonPhone: 818-890-2216 Maintenance: The sculpture is made from 1 1/2" thick welded aluminum plate (6061-T6). It has a ground finish with a 9" disc, 50 grit silicon oxides. The piece was degreased with solvents, steamed cleaned, then spray coated with two coats of Coricone 1700 Metal Sealer. See Attachment 4 for product brochure with technical performance data from Coricone Corporation about Coricone 1700 and a publication from Technical Information Center that deals with the maintenance of anodized aluminum. See Attachment 1 for pictures of the sculptures. The piece is not anodized, but Coricone 1700 behaves and can be maintained similarly to that of anodized aluminum. Also, it makes ready another reference (Technical Trade Association) for maintenance of aluminum. WITH THESE EXCEPTIONS: Routine maintenance of sculpture should NOT include the use of any abrasives, abrasive pads or abrasive cleaners. Also, NO solvents should be used. In discussions with Coricone Corp., the finish can be expected to last from three (3) to six (6) years before a new application is needed. New applications involve removal of old finish and application of new in procedures as described above. There are two main influences affecting the longevity of the coating. One (1) is air or industrial pollution, two (2) is dirt. The best performance for the corticone finish will be obtained by a cleaning every three months. This should be done with a mild soap and water solution (such as Joy dish soap) and a thorough rinsing. It is important that this soap solution is neutral, NOT acidic or alkaline. It is Jonathan Borofsky's wish that Ronald McPherson at La Paloma either perform needed repairs or act in a consulting capacity at such a time that a new coating is needed or in the event that there is damage to the sculpture, i.e. graffiti, to be repaired. Task 2: The New World by Tom Otterness Maintenance recommendations provided by the artist in 1992. THE BRONZE ELEMENTS: (Philosopher) 393 pounds (Baby with globe) 474 pounds. Materials: Cast bronze Paint layer: None Surface Coating: Patina (call Tallix for details of chemical mix). Fabricator: Tallix, 175 Fishkill Avenue, Beacon, NY 12508, Tel: (914) 838-1111 Fax: (914) 838-2071 Attn: Dick Polich. THE RAILING: Materials: Red brass pipe, stainless steel inserts where railing is bolted to plaza; Paint Layer: None; Surface Coating: Light patina (call La Paloma for details); Fabricator: La Paloma; 10308 Glenoaks Boulevard, Pacoima, CA 91331, Tel: (818) 890-2216, Fax: (818) 890-4371 Attn: Ron McPherson. MAINTENANCE PROCEDURES FOR "THE NEW WORLD": CEMENT FRIEZE: Power water wash every year. Use a light detergent. BRONZE ELEMENTS: PATINA: Patination is the name for the process of coloring metals. These colors arise from chemical interactions between elements in the metal and various chemicals. A patina on bronze is the equivalent of rust on iron only bronze is much more interesting than iron because the copper in the bronze reacts with different chemicals to produce different colors. The important thing to note is that the patina is not paint but a very thin conversion coat on the surface of the bronze. Accordingly, as different chemicals are brought in contact with the surface of the metal, the color is liable to change. The purpose of waxing and cleaning the bronze is to: 1) protect the surface from such interactions with pollutants and 2) to clean off any materials such as bird droppings, dust, tree resin, etc. which may come to rest on the surface of the bronze. PROHIBTIONS: 1. Never use any chemicals, cleaning solutions, tarnish removers, or any other unknown or previously unused substance to clean the surface of the sculpture. 2. Never use any abrasive cleaning pads, steel wool, or sandpaper on the bronze. Use of such materials could mar the surface of the sculpture and require refinishing of the entire piece. PROCEDURE: 1. Wash the sculpture with warm water and soft cloth. A soft brush may help get into corners. 2. Accretions that are difficult to remove may be softened with a lacquer thinner. If a buildup remains, it can be removed by scraping with a soft plastic spatula. This should rarely, if ever, be necessary. 3. Apply a good commercial paste wax such as Butchers to the surface with a soft bristle brush. Use a circular motion and try to rub the wax into the surface of the metal in a thin, uniform coat. If too thick a coat is put on, the wax may turn white or show brush strokes. One way to prevent a buildup of wax is to wipe off the brush onto a paper towel before putting the brush to the surface of the bronze. After the wax has dried, (usually about 20 minutes) buff the surface to a good gloss first with a long bristle, "shoe shine" brush and, thereafter, with soft, clean cloths. Try to remember you are polishing the wax and not trying to rub through the wax or the patina. If a higher gloss is required or desired, a harder wax may be used. This requires more skill and care as only a small (12"x12") area should be done at a time. All brush streaks should be obliterated with brushes, rags, and the palm of your hand before the wax has dried. Less buffing after drying will provide for less gloss, yet offer the added strength and durability of a hard wax formulation. PERIODICITY: Initially, treatment should be done two times per year: early spring and late fall. Temperature should be in the range of 55 to 75 degrees F. During the summer months, waxing should be done on a cloudy (but dry) day or early in the morning. Appearance of the surface of the sculpture will dictate whether spacing between cleaning can be lengthened or shortened. See Attachment 2 for pictures of the sculptures. Task 3: Maintenance instructions for Joel Shapiro bronze works, from Pace Wildenstein Gallery (Untitled) General Care and Maintenance of Bronze The sculpture should be kept clean. Accumulated dirt should be washed off. Cleaning and Washing should be performed on an “as needed” basis. Washing should start with filtered tap water, a common in-line hose filter used for filling RV water supply tanks to remove odor and particles works very well for this purpose. A soft bristle brush may be carefully used on the textured eraser surface only as needed to loosen the accretions. Excess water may be blotted from the surface, if desired. The sculpture should not be in the direct line of any lawn watering sprinkler system. A sculpture conservator to determine if the wax finish needs to be re-applied should check the work annually*. Generally, it is healthy for the work to be waxed every 2-3 years. However, if the work is installed in direct full sunlight or near the ocean once a year is recommended. Any maintenance or conservation beyond the procedures outlined above should be referred to a qualified professional conservator. The protective wax is a Butcher Wax or any hard paste is typically used. See Attachment 3 for pictures of the sculptures. Task 4: The Contractor shall provide a written and photographically documented Maintenance Report for each sculpture. Report must include a written description of condition before maintenance; a scope of work; written documentation of maintenance; detailed periodic maintenance instructions, and before and after maintenance images. GSA PBS utilizes the Microsoft Office suite of products therefore all proposed templates and automated tools must be in Word, Excel, and/or PowerPoint format. Deliverables and Schedule are – 1. Maintenance of Molecule Manwithin 90 days of award 2. Maintenance of the New Worldwithin 90 days of award 3. Maintenance of Untitledwithin 90 days of award 4. Submission of reportwithin 120 days of award Acceptance of Deliverables: Within 30 working days after the receipt of the report, the government will make a determination on the acceptability of the report and performed maintenance. Period of Performance: The period of performance is within 150 days of award. Work Schedule: The Contractor can choose his or her own work schedule. However, the Contractor shall coordinate with the building property manager to schedule mutually acceptable access to work site. Please call Robert L. Miller, Property Manager, at 213-894-6984. Place of Performance: Services shall be performed at the Edward R Roybal Federal Building and Courthouse in Los Angeles, CA. Price Proposal: The contractor shall provide the necessary products/labor categories, hours and hourly rates to perform the services in the statement of work. The contractor shall propose a firm-fixed price to include the following: (1) description of product (deliverable); 2) price; (3) labor category, and (4) hourly rate. All Travel associated with this award shall be paid at cost and in accordance with the Federal Travel Regulations (FTR) and FAR Part 31. Technical Proposal: The contractor’s technical proposal shall address each section of the statement of work. The contractor must demonstrate their understanding of the statement of work and provide the deliverables and their schedule. Evaluation Criteria: The contractor’s proposal shall be evaluated based on the following Factors and Sub factors: Factor 1: The Contractor’s process or approach and deliverables to perform the services under the contract must address the statement of work in order to be considered responsive under this factor. The Contractor must demonstrate their process (or approach) and deliverables to providing the services in the statement of work. Factor 2: Please provide your Management Approach, Experience and training of the Company and Individuals that would perform work on this project. Factor 3: The Contractor’s Past Performance. The contractor must provide a list of past and current clients within the past 3 years. The past performance information must include the following information: 1) Client Company Name 2) Client Complete Mailing Address 3) Name of Point of Contact 4) Company and/or Client Point of Contact Telephone Number 5) Description of Service/Products Provided to Client 6)Client Feedback of Doing Business With Your Firm (if available) Basis for Award: The Government will make an award to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and technical factors listed considered. For this RFP, When combined, technical is equal to price. Submission of Proposals: The contractor shall submit their proposal on or before 1:00p, (EST) August 11, 2008. All questions are due on or before 12:00p, (EST) July 24, 2008. The NAICS code for this requirement is 711510 ($6.5M annual gross receipts for three years). Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Submitted one signed original copy to 1800 F Street, NW, Room 4302, Washington, DC 20405 and one signed copy by email to doris.williams@gsa.gov. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: (1 The provision at 52.212-1, Instructions to Offerors – Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications – Commercial Items. The provision at 52.212-2, Evaluation – Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) the clause at 52.212-4, Contract Terms and Conditions – Commercial Items. 2) The clause at 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders – Commercial Items. 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases. 4) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) the clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (JUL 2003) is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, 552.229-70, 552.232-70, apply to this solicitation and any resultant contract. This acquisition is set-aside for small business concerns. The government anticipates a firm-fixed price contract. All offerors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via Internet at www.ccr.gov or by calling 1-888-227-2423. If you need more information, please contact Ms. Doris Williams at (doris.williams@gsa.gov) or on 202-208-0245.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=205ee2f6c17bc96d79aa3e8ac037645e&tab=core&_cview=1)
 
Document(s)
Backup Documents
 
File Name: Molecule Man by artist Jonathan Borogsky (Borofsky images.MDI)
Link: https://www.fbo.gov//utils/view?id=76072da9c8821368c90b013f509b7c1d
Bytes: 698.96 Kb
 
File Name: The New World by artist Tom Otterness (Otterness images.MDI)
Link: https://www.fbo.gov//utils/view?id=a92b8a40d2749d6279cc0329dba9640e
Bytes: 1,215.83 Kb
 
File Name: Untitled Bronze Works by artist Joel Shapiro (Shapiro images.MDI)
Link: https://www.fbo.gov//utils/view?id=fa9fec5fa10efefb27313b9f8d509b34
Bytes: 386.01 Kb
 
File Name: 12 pages of Borofsky Technical Information (Borofsky-technical information.pdf)
Link: https://www.fbo.gov//utils/view?id=b96666cc32cd073cd3fd3cf29f4512e3
Bytes: 8,264.76 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 255 East Temple Street, Los Angeles, California, United States
 
Record
SN01617112-W 20080719/080717222338-205ee2f6c17bc96d79aa3e8ac037645e (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.