Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

F -- EXHIBIT DESIGN SERVCES FOR THE CRISSY FIELD LIFEBOAT STATION

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division - Honolulu Office, 1601 Kapiolani Blvd., Suite 1110, Honolulu, Hawaii, 96814
 
ZIP Code
96814
 
Solicitation Number
AB133A08RQ1136
 
Archive Date
9/20/2008
 
Point of Contact
Stephanie M Garnett,, Phone: (808)944-2228
 
E-Mail Address
stephanie.m.garnett@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, FAR Parts 12 and 13, and is supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number AB133A-08-RQ-1136 is being issued as a Request for Quotation and incorporates provisions and clauses effective through FAC 2005-26, dated 06-12/2008. The resulting contract will be firm-fixed-price. This requirement is a total small business set-aside, and will be awarded under simplified acquisition procedures (FAR Part 13). The North American Industry Classification System Code (NAICS) is 541430 and size standard of $7.0 million. I.SCOPE A.BACKGROUND. The Gulf of the Farallones National Marine Sanctuary (GFNMS) is located on Crissy Field, a former US Army airfield on the edge of the Presidio of San Francisco. The GFNMS headquarters is at the former Coast Guard Lifeboat Station consisting of five buildings that were constructed in the late 19th and early 20th century. The Sanctuary's research and educational activities must reflect the programs highest priority of long-term protection of natural resources. Sanctuary research is directed at understanding management issues and natural processes, and educational efforts are focused on increasing the public's awareness, knowledge, and stewardship of the marine ecosystems and cultural resources. B.PURPOSE. This contract defines the need for a graphic exhibit design of interpretive exhibits for GFNMS. The conceptual design document will be used to procure a design and fabrication contract. C.OBJECTIVE. The contractor shall furnish all necessary personnel, materials, services, facilities, and otherwise do all activities necessary for and incidental to the completion of this Statement of Work. II.CONTRACTOR (Exhibit Designer) TASK A.The interpretive exhibit design when completed will set the overall course for interpretation throughout the GFNMS campus. The GFNMS's vision is to become a global leader in fostering a marine stewardship ethic. The vision for the GFNMS campus is to serve as a global icon for marine stewardship. The GFNMS campus is located at Crissy Field in the Presidio of San Francisco. It comprises the old Coast Guard station that is currently comprised of five historical buildings, the Lifeboat Station, the Boathouse, the Residence, the Residence Garage and the Sampling Station. The interpretive conceptual plan will identify key messages to be communicated to target audiences, specific goals and objectives for interpretation and education, and a multi-faceted approach to accomplishing those objectives through a variety of interpretive media. The major components of the exhibit will include: Indoor Components: •Visitor Center Exhibit Concepts, includes aquariums, interactives, video, etc. for approximately 1,800 square feet •Global Climate Change Entry Exhibit Concepts for approximately 150 square feet •Classroom and Resource Center Exhibit Concepts, mainly two dimensional •Store Concepts •Entrance to all buildings Outdoor Components (includes historical interpretation of the site and buildings as well as some natural history): •Interpretive Panels •Outdoor Sculpture(s) •Outdoor Exhibit(s) •Picnic area •Bike racks •Small informal teaching area(s) •Entrances to the Campus The exhibit design will provide broad-brush plans for later refinement into schematic plans and construction documents. The conceptual plan will include written descriptions, and/or renderings of interpretive concepts for exhibits, panels, and other elements. The location and approximate size of the interpretive elements should be noted, and where possible samples of materials and/or vendors included. The plan will use the existing GFNMS Site Master Plan as a guideline. B.Coordination of Meetings and Workshop Sessions with Government Representatives: The process for developing the conceptual plan will include multiple meetings and workshop sessions with GFNMS staff, GFNMS exhibit committee, architects and project managers. Include site visits to conduct field investigation at the project site. The contractor must be flexible and able to incorporate and utilize local photographers, graphic artists and artisans, some of which the GFNMS may specify. In addition a minimum of one public meeting will need to be facilitated to present the interpretive conception plan to the community. C.Historic Structure and ADA (Americans with Disabilities Act) guidelines: The Conceptual Plan must keep the historical integrity of the buildings intact and adhere to ADA (Americans with Disabilities Act) guidelines. In addition, design and construction of the Interpretive Exhibit shall comply with the guidelines in the Cultural Landscape Report must be followed, Historic Structure Report (HSR) findings and recommendations, including compliance with the Secretary of the Interior's Standards for Rehabilitation and Illustrated Guidelines for Rehabilitating Historic Buildings, and The Guidelines for Rehabilitating Buildings at the Presidio of San Francisco. D.Conduct code review and meet with local building department officials. Conceptual Design shall comply with the latest version of International Building Codes including all amendments adopted by the local jurisdiction whichever is more stringent. III.REQUIRED DELIVERABLES AND OWNERSHIP OF MATERIAL •Contracting Officer's Technical Representative (COTR): Rino Balatbat will serve as the COTR and the Government's point of contact to receive and review all submissions to verify adherence to this Statement of Work. Rino Balatbat, RA COTR/Project Manager NOAA, Project Planning and Management Division Western Region 7600 Sand Point Way N.E. Seattle, WA 98115-6349 Telephone Number:206.526.6439 Email Address:Rino.Balatbat@noaa.gov A.COMMUNICATIONS 1)All instructions to the Contractor, whether verbal, written, or by telephone will be given only by the CO. No other instructions shall be recognized. Any verbal instructions shall be confirmed in writing to the Contractor. Minor clarifications may be confirmed in site reports, or meeting minutes. 2)Questions or solutions shall be transmitted through correspondence only. 3)All correspondence, submittals, pay requests, and request for information (RFIs) shall be identified by the Project Title, and Contract Number. 4)On purely technical matters, correspondence shall be routed directly to the COTR, who will forward a copy of appropriate correspondence to the CO and Project Team Members. On matters of a contractual nature, correspondence shall be directly with the CO with a copy to the COTR. 5)The Government will review submittals as indicated in Section VI - Schedule & Deliveries. Reviews by the Government are not to be interpreted as an approval of the Contractor's apparent progress toward meeting the contract requirements but are intended to discover any information which can be brought to the Contractor's attention which might prevent costly errors and omissions. The Contractor shall remain completely responsible for all deliverables in full compliance with the requirements of this contract. B.UNITS OF MEASURE The Contractor may take project site measurements in either English or Metric (IS) units, but all deliverable documents will utilize Metric units, with English units in [brackets]. C.DELIVERABLES The Contractor shall submit the number of deliverables as specified in Section VI - Schedule & Deliveries. In addition, the Contractor shall also submit one electronic copy of all written documentation in accordance with Section IV - Computer Compatibility Requirements, of this Statement of Work. All written documentation shall use standard white bond or formatted sheets 8½ x 11 inch, bound, and organized in a logical sequence, tabbed to each section heading. Calculations, if necessary, will be titled with each analysis clearly indicating subject/problem being studied, applied references, assumptions, and a statement of the answer. D.COORDINATION AND REVIEW 1)First Submittal - Preliminary Design & Cost Estimate: The Contractor shall submit the number of deliverables as specified in Section VI - Schedule & Deliveries for review by the project team. 2)Final Submittal: The Contractor shall review and incorporate all comments provided by the Project Team members and submit the number of deliverables as specified in Section VI - Schedule & Deliveries. E.DRAWINGS If any of the required reports contain drawings, then the Contractor will submit one electronic copy of all the drawings in AutoCAD or Revit/3D or other acceptable Graphic Software format and in accordance with Section V - Computer Compatibility Requirements, of this Statement of Work. F.DELIVERABLE TITLES/LABELS. The deliverables will be labeled as follows: Project Title:Gulf of the Farallones National Marine Sanctuary Lifeboat Station & Boathouse Building Renovation - Interpretive Exhibit Contract Number: TBD G.SUBMITTAL ADDRESS. All submissions shall become property of the U.S. Government and shall be submitted to the COTR. Rino Balatbat, RA NOAA, Project Planning and Management Division Western Region 7600 Sand Point Way N.E. Seattle, WA 98115-6349 IV.GOVERNMENT PROVIDED MATERIALS AND/OR SERVICE A.Except as indicated elsewhere in this Statement of Work, the Government will provide no data, materials, equipment and/or services to the Contractor. Any and all research required to fulfill the Statement of Work described herein, shall be the responsibility of the Contractor. The Government retains the right to request the Contractor to acquire additional information on behalf of the Government. B.The Government does not warrant any documents provided as attachments to be free from discrepancies, ambiguities, errors, omissions, or changing conditions. It is the responsibility of the Contractor to confirm existing conditions and resolve discrepancies between documents. V.COMPUTER COMPATIBILITY REQUIREMENTS COMPUTER SYSTEMS. The Contractor shall develop all documents on an IBM-PC compatible computer system, and submitted on a CD-ROM. In addition, the Contractor shall ensure that all inserted "objects" within computer files are "embedded" rather than "linked" to ensure transportability of the files. REPORTS. The Contractor shall ensure that all electronic report submittals listed in Section VI - Schedule & Deliveries are submitted as one, self-contained file in Adobe Acrobat. In addition, the Contractor shall ensure that the transmitted files do not have any of the security options set when submitted to the Government. DRAWINGS. The Contractor shall develop all electronic drawings in a format which can be used directly (without conversion) by AutoCAD 2008 for Windows. In addition, the Contractor shall ensure that the drawing files include all custom fonts or menus used to modify the drawings, and more importantly, all external references (i.e., XREFs) are BOUND as oppose to ATTACHED. Drawing representations need only be in two dimensions although three dimensional imaging is acceptable. In addition, the Contractor shall ensure that the layering is in accordance with the CAD Layer Guidelines, Second Edition (1997) by the American Institute of Architects (AIA). WORD PROCESSING. The Contractor shall develop all reports in a format which can be used directly (without conversion) by Microsoft Word 2007 (i.e., version 11). In addition, the Contractor shall ensure that the submitted electronic files shall include all custom graphics, fonts, templates, and macros used to develop the documents. SPREADSHEETS. The Contractor shall develop all spreadsheets in a format which can be used directly (without conversion) by Microsoft Excel 2007 (i.e., version 11). In addition, the Contractor shall ensure that the submitted electronic files shall include all custom graphics, fonts, templates, and macros used to develop the spreadsheets. STANDARD OF CARE. It is the responsibility of the Contractor to ensure that all electronic copies of deliverables are in the proper format as identified above. In addition, the Contractor shall exercise an appropriate "standard of care" to ensure that all electronic copies of all deliverables are free from defect and shall utilize the latest antivirus software applications. The Contractor shall be responsible for any and all damages as a result of noncompliance with this requirement. VI.SCHEDULE AND DELIVERIES A.The following is a list of milestones for this contract Modification: Note: The contractor shall anticipate multiple team meetings of up to 18-meetings. ActivityDuration 1)Notice to proceed1 calendar day 2)Design Charette/Initial Meeting with NOAA/GFNMS Staff. This is a brainstorming session with GFNMS staff & GFNMS Exhibit Committee facilitated by the Exhibit DesignerArrange within 10 calendar days after Notice-to-Proceed (NTP) 3)1st Submittal - Preliminary Conceptual Design (Major and Sub Interpretive Themes) & Cost Estimate. Present Major and Sub Interpretive Themes to GFNMS staff & GFNMS Exhibit Committee.3-Months after NTP 4)Review of 1st Submittal by GFNMS staff & GFNMS Exhibit Committee. 15 calendar days 5)Review/Meeting to discuss 1st Submittal comments with designers1 calendar day 6)2nd Submittal - Develop Draft Conceptual Design & Updated Cost Estimate. Present Draft Conceptual Design & Cost Estimate to GFNMS staff & GFNMS Exhibit Committee45 calendar days 7)Review of 2nd Submittal by GFNMS staff & Stakeholders.15 calendar days 8)Review/Meeting to discuss 2nd Submittal comments with designers1 calendar day 9)3rd Submittal - Final Conceptual & Updated Cost Estimate45 calendar days 10)Review of 3rd Submittal by GFNMS staff & GFNMS Exhibit Committee. 15 calendar days 11)Review/Meeting to discuss 3rd Submittal comments with designers1 calendar day 12)Open House: Designer to facilitate two to four public meetings to present the Conceptual DesignConduct 2-4 Open-house within 2-week period 13)Final Submittal -Exhibit Design & RFP Package & Updated Cost Estimate45 calendar days 14)Review of Final Submittal by GFNMS staff & GFNMS Exhibit Committee. 15 calendar days 15)Final Review/Meeting to discuss Final Submittal Package comments with designers prior to Bid.1 calendar day 16)Update and Submit Final RFP Package15 calendar days B.The following is a list of deliverables for this contract: No of Copies:Recipient(s) Name/Address PrintedElectronic First 1st Submittal - Preliminary Conceptual Design, Outline Specifications & Cost Estimate: 12 Bound sets1 PDF and 1 AutoCAD Format or Other acceptable Graphic SoftwareRino Balatbat, RA 7600 Sand Point Way NE, WC4 Seattle, WA 98115-6349 2nd Submittal - Conceptual Design, Specifications, Updated Cost Estimate 12 Bound sets1 PDF and 1 AutoCAD Format or Other acceptable Graphic SoftwareRino Balatbat, RA 7600 Sand Point Way NE, WC4 Seattle, WA 98115-6349 3rd Submittal - Conceptual Design, Specifications, Updated Cost Estimate 12 Bound sets1 PDF and 1 AutoCAD Format or Other acceptable Graphic Software Rino Balatbat, RA 7600 Sand Point Way NE, WC4 Seattle, WA 98115-6349 Submit Final Conceptual Design & RFP Package 24 Bound sets1 PDF and 1 AutoCAD Format or Other acceptable Graphic SoftwareRino Balatbat, RA 7600 Sand Point Way NE, WC4 Seattle, WA 98115-6349 VII.GOVERNMENT FURNISHED DOCUMENTS A.The Government will furnish the following documents after award: 1.Historic Structure Report (Electronic Format - CD) 2.Lifeboat Station Floor Plans & Site Plan- (AutoCAD Drawings - CD) 3.Master Plan completed for the GFNMS The resulting contract shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: September 15, 2008 or the date of award (whichever is later) to September 30, 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of the provision at with their offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.204-7, Central Contractor Registration. CAR 1352.201-70, Contracting Officer's Authority; and CAR 1352.201-71, Contracting Officer's Technical Representative (COTR). In accordance with 52.215-2, Evaluation - Commercial Items, 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. Evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance. Evaluation of past performance will include: the quality of services and products, timeliness of performance, and customer satisfaction; and 3) Price - The amount, realism and consistency of the evaluated price. The Government reserves the right to make award on the basis of the original submissions, without negotiations or call for final price revisions. Offerors are urged to submit their best offer with the original proposal submission. Offerors shall provide their price proposal in the following format: Line Item 0001 - Design Services 1 Lump Sum $_________ This acquisition is subject to the Service Contract Act Wage Determination 2005-2059. Interested parties can download the wage determination at the following website: http://www.wdol.gov/sca.aspx Quotes shall be submitted via email to Stephanie.M.Garnett@noaa.gov no later than September 5, 2008 at 2:00P.M. (Hawaii-time). Quote packages shall include: 1. Price (as requested above); 2. Signed Standard Form 1449. Interested parties should contact the Contract Specialist at Stephanie.M.Garnett@noaa.gov to request a copy of the Standard Form. 3. Technical proposal illustrating how the offeror proposes to meet the specifications as stated above; 4. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. 5. Past performance information - Offerors shall provide past performance information which clearly demonstrates relevancy to the requirements stated above for three previous contracts. Interested parties should contact the Contract Specialist at Stephanie.M.Garnett@noaa.gov to request a copy of the past performance evaluation form. Mandatory Clause: The Western Region Acquisition Division, requires that all contractors doing business with this acquisition office be registered with the Central Contractor Registry (CCR). After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e5d076219cbda2b6276739e5810be33&tab=core&_cview=1)
 
Place of Performance
Address: The successful contractor's facility, Honolulu, Hawaii, 96825, United States
Zip Code: 96825
 
Record
SN01653664-W 20080830/080828221004-5e5d076219cbda2b6276739e5810be33 (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.