SOLICITATION NOTICE
F -- Restoration of Furniture, McLoughlin House, Fort Vancouver National Historic Site
- Notice Date
- 7/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
- ZIP Code
- 98284
- Solicitation Number
- Q9430090019
- Response Due
- 8/7/2009
- Archive Date
- 7/24/2010
- Point of Contact
- Barry G Fetzer Contract Specialist 3608547219 Barry_fetzer@nps.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This Request for Quotation has been made available through electronic commerce to comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions for proposed contract actions expected to exceed $10,000, but not expected to exceed $25,000, by displaying in a public place, or by any appropriate electronic means. Due to the limited amount of public places for posting at North Cascades National Park, and the remote locations and accessibility of field sites, electronic posting is utilized to comply with public posting and to promote competition to the maximum extent practical. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. This solicitation is reserved for small businesses, NAICS 811420, Restoration and repair of antique furniture with a small business size standard of $7.0M. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. Background: This project involves the conservation treatment of furniture in the museum collection of the McLoughlin House unit, Fort Vancouver National Historic Site. The objects to be assessed and treated are currently on exhibit at the McLoughlin House: a sewing cabinet, a melodeon, and a lap-size writing desk. Condition Survey Forms summarizing the objects and their needs as well as digital photographs are included with this Scope of Work (SOW). The work will consist of several stages to be completed primarily at the Contractor's laboratory. Stage 1: The Contractor will pick up the objects at the McLoughlin House and take them to her or his laboratory. The Contractor will prepare individual Object Examination Reports and Object Treatment Proposals per NPS Standards as described in the NPS Museum Handbook, Part I, Chapter 8, available on the web at http://www.cr.nps.gov/museum/publications/handbook.html. When completed, these reports are to be sent to the Contracting Officer's Representative (COR) for review and approval. Stage 2. Following approval and revision (as needed) of the Object Treatment Proposals, the Contractor will proceed with treatment of the individual objects. Object Treatment Reports and photo-documentation before, during and after treatment will be completed. Stage 3. Once all objects have been treated, the Contractor will deliver the treated objects to the McLoughlin House. All final deliverables including photo-documentation and Object Treatment Reports will be delivered to the COR at this time. NOTE, photographs of the objects to be treated may be obtained by email, please contact the Contracting Officer at Barry_fetzer@nps.gov to obtain pictures. The Contractor will provide all needed labor, services, equipment, supplies, lodging, and transportation required to complete the project. The contractor shall be responsible for insuring the objects while they are in her or his custody. The Contractor will examine each object and prepare an individual Object Examination Report. These reports will include a concise statement describing the objects' material composition and physical condition, indicating any damage. The reports will identify the presence of components or conditions that may influence conservation treatment and which may aid in the evaluation of ongoing treatment. Any analysis done to identify materials shall also be included in the examination reports. The Contractor will consult with the COR to determine the best approach to preservation and conservation treatment. Using this information along with the completed Object Examination Reports, the Contractor will prepare written Proposals for Treatment for each object. Drawings or illustrations may be included to aid with the description of proposed treatment. Enough detail of methods and materials will be included in each Proposal for Treatment to support peer review by National Park Service (NPS) Conservators at conservation centers and laboratories. Object Examination Reports and Proposals for Treatment shall be submitted to the COR within thirty (30) working days of the Contractor's departure from the McLoughlin House with the objects. The COR will coordinate peer review of the treatment proposals by appropriate specialists. Once the proposals have been accepted in writing, the Contractor will proceed with the treatments. The Contractor will photo-document each object before, during and after treatment. An Object Treatment Report will be written for each object treated, including in the description all the techniques and exact materials used. Treated objects will be picked up from and returned to the COR at the McLoughlin House, 713 Center Street, Oregon City, Oregon. All Object Examination Reports, Object Treatment Proposals, and Object Treatment Reports will conform to the standards set forth in the NPS Museum Handbook and Appendices. These standards are available on the web at http://www.cr.nps.gov/museum/publications/handbook.html. All written deliverables will be provided to the COR as hard copy in addition to electronic format accessible by Microsoft Office '97. Photo-documentation shall consist of either 35 mm original prints or minimum 300 dpi digital images printed on quality photographic paper. The Contractor will not undertake any treatments of the objects until the Reports and Proposals are peer-reviewed and a plan of work has been completed and approved. Once a plan is agreed upon, object treatments may commence. The Contractor will perform no actions without CO approval. The Contractor shall keep close contact with the COR at all times. Any deviations from the plan of work shall be presented to the CO in writing and work shall not proceed until alternatives are determined and agreed upon. In performing this work, the Contractor agrees to be guided by the overall principles and practices outlined in the Code of Ethics and Standards of Practice of the American Institute for Conservation. Treatments will provide for no information loss and will not modify the original character of the objects. Under this work-for-hire, all copyrighted works and the copyrights to those works created as part of this contract belong to the National Park Service. NPS reserves the right to peer review and make available to the public any/all documentation produced, including photographs. The Contractor will complete a thorough examination object by object and prepare Object Examination Reports and Object Treatment Proposals, detailing precisely what treatments are recommended. Following acceptance of these deliverables, the COR will work with the Contractor and other specialists to finalize a plan of work for treatments. The Contractor may proceed with treatments when approved in writing by the CO. The final step will be for the Contractor to deliver the treated objects to the McLoughlin House along with the object treatment reports. When all deliverables and treated objects are accepted by the COR and the CO, the contract work will be completed. In summary, in addition to the treated objects, the Contractor will provide to the COR (deliverables): One Object Examination Report for each object, One Proposal for Treatment for each object, One completed Object Treatment Report for each treated object along with photo-documentation before, during and after treatment. The Contractor will commence performance on the work within 30 days following award, and will complete all work on or before January 2, 2010. The Contracting Officer's Representative (COR) has oversight responsibility for the project during the period of performance on the contract. All contract material submittals will be sent to the COR for review at the following address, Theresa Langford, Curator, Fort Vancouver National Historic Site, 612 East Reserve Street, Vancouver, WA 98661, Theresa_langford@nps.gov 360-816-6252Evaluation Factors: Offers received by the Government will be evaluated according to the following criteria. Award shall be made using Federal Acquisition Regulations Part 13, Simplified Acquisition Procedures, award based on price and non price factors. Non price factors include, experience and qualifications to include past performance. The contractor should provide a written narrative outlining experience, qualifications, and price to perform the work as based on this announcement. Offerors shall also provide at least three references for similar furniture restoration projects. Reference information shall include name of client, active phone number or e-mail address, for evaluation purposes, price factors are equivalent to non-price factors when combined. Offerors with no past performance information shall be evaluated in accordance with FAR Part 15 procedures.Solicitation details: The deadline for receipt of quotes is August 7, 2009, at 3:30 pm. Quotes may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum: 1. Completed price schedule; 2. a statement indicating if you prefer payment by MasterCard or direct deposit (net 30 days); 3. Prompt payment terms; 4. Contractor remittance address, DUNS number, and federal tax identification number; 5. Name, phone number, and address of your point of contact; 6. Signature of authorized official; 7. A completed copy of FAR 52.212-3 if you haven't yet completed the ORCA record; and 8. The proposal submittals identified above. Submit one complete proposal to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Barry Fetzer, 810 State Route 20, Sedro Woolley, WA 98284. Submission of documents via email is also acceptable, documents should be sent to Barry_fetzer@nps.gov Instructions to offerors: Prior to submission of an offer, the offeror must: 1. Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); and 2. Have completed the online submission of annual representations and certifications (https://orca.bpn.gov). Clauses and provisions: Offerors must review and comply with the FAR provisions/clauses listed below. This information is available at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (see evaluation factors above); 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, with paragraph (b) clauses indicated by 8, 18, 19, 20, 21, 22, 23, 24, 25, 26, 39, and 40. Additional Info: Any questions related to this announcement shall be submitted via email or via US Mail. Phone requests will not be honored.Contracting Office Address: PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro Woolley WA 98284 Point of Contact: Barry Fetzer Contract Specialist 360 854 7219 Barry_fetzer@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9430090019/listing.html)
- Place of Performance
- Address: Fort Vancouver National historic Site, McLoughlin House, Oregon City, Oregon<br />
- Zip Code: 970451948<br />
- Zip Code: 970451948<br />
- Record
- SN01886650-W 20090726/090725000037-b8ae1924d6e94db85d9e0979e96a060f (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 |