SOLICITATION NOTICE
99 -- CLEAN CARRIAGE HOUSE
- Notice Date
- 5/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
- ZIP Code
- 17325
- Solicitation Number
- Q1790100039
- Response Due
- 6/11/2010
- Archive Date
- 5/24/2011
- Point of Contact
- Kever L.Swafford Contract specialist 7173343139 Kever_Swafford@contractor.nps.gov;
- 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
- . Classification Code:C130 - Restoration 2. NAICS Code: 711510 - Independent Artists, Writers, and Performers 3. Solicitation Number: Q1790100039 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 7. This action is for Full and Open participation. 8. BID SCHEDULE: Cleaning the Structural Surfaces of the Coach House Carriage Wing at the Vanderbilt Mansion 1 Job Lump Sum $___________ Specifications: Project Description The National Park Service (NPS) is seeking proposals for cleaning the structural surfaces of the Coach House Carriage Wing at the Vanderbilt Mansion NHS in Hyde Park, New York. Conservators, particularly those specializing in wood with experience in preventive conservation of historic structures, are encouraged to design a protocol and direct a team to undertake this work. The 1897 room historically stored horse-drawn vehicles and was converted in 1910 to include motor vehicles. Today, the room provides storage of the park's collection of historic horse-drawn and motor vehicle associated with the Vanderbilt and Roosevelt properties in Hyde Park, and is opened intermittently for visitor programs. The project is intended to address conditions including built-up dust and dirt, mold, and waste left by pests including rodents, insects, spiders, and birds, without damaging the historic building structural components and finishes. The historic vehicles will be surface cleaned by the park museum staff concurrently with the cleaning of the room. The vehicles may only be moved by or under the direction of members of the park curatorial division, necessitating a coordinated effort by the Contractor and park staff. Historic BackgroundThe Vanderbilt Mansion National Historic Site is one of three congressionally-designated sites managed jointly by the National Park Service (NPS) in Hyde Park, New York. The site comprises portions of the former country estate of Frederick and Louise Vanderbilt, known historically as Hyde Park. The Vanderbilt house was built on a ridge overlooking the Hudson River in 1895-98 by McKim, Mead and White. The Coach House was designed by Robert H. Robertson and built in 1897. The building was renovated in 1910 to accommodate motor vehicles. The site was designated a National Historic Site in 1940 under the direction of President--and native Hyde Park resident-- Franklin D. Roosevelt, and is currently managed jointly by the NPS with FDR's home and that of Eleanor Roosevelt. Carriage WingThe carriage wing consists of one room measuring 43.5' X 67.5' with a Gothic style exposed hammer truss framing system supporting a 2-story high ceiling Each decorative timber is chamfered and the ends of the cut joists ornamented with carved lion's heads. The walls and ceiling are paneled in beaded boards, largely finished in amber shellac with painted elements and trims. The room contains 18 windows, a wide sliding doorway on the south wall, and double doors to the outside on the west side. Eight large pendant light fixtures with glass shades hang from the sloped ceiling and the joists. Two Modine heaters dating from 1930s-40s hang in ceiling corners but are not operational. The floor is primarily a clear-finished herringbone patterned oak, with an interior driveway of scored poured concrete dating to the 1910 renovations. The wood floor was refinished in 1940. Above the carriage wing is a small unfinished attic space containing six louvered vents, and dormers. The room currently contains a collection of Roosevelt and Vanderbilt carriages and sleighs and 3 automobiles. The park staff will clean this collection before and during the cleaning of the Carriage Wing. Scope of WorkUPON AWARD OF CONTRACT, perform the following services: Independently and not as an agent of the Government, the Contractor shall: "Prepare a work plan for NPS approval describing the condition of all structural surfaces and finishes, and recommended procedures and materials proposed to clean the Carriage Wing. Include procedures for cleaning the attic space and viable means for excluding birds and other animals from the space. "Provide all labor, equipment, and materials needed to surface clean the structural surfaces of the carriage room at the Vanderbilt Coach House, and remove waste/remains of birds and rodents in the vented attic above. At a minimum, the project shall address HEPA vacuuming, wet cleaning, and thorough air drying of the Carriage Wing floor, dry cleaning of the walls and doors, cleaning the windows, and removal of all animal droppings and remains from the attic. Install means for excluding birds and other animals from the attic space above the Carriage Wing (with access from inside only)."Prepare a Safety Plan addressing project safety for NPS approval. The document will enumerate all anticipated safety issues, and indicate how each will be mitigated on site. The plan shall indicate hazards expected to be present in the Coach House, such as mold and animal droppings, any potentially hazardous materials expected to be used in the course of cleaning, including flammable, corrosive, or poisonous materials, appropriate personal protective equipment required under expected conditions. The plan shall also address hazards associated with lifts, ladders or other machinery or equipment expected to be employed."Coordinate the cleaning work with cleaning of the vehicles stored in the room by NPS staff, ensuring thorough ventilation for air-drying of structural surfaces and security of the vehicle collection;"Prepare a completion report that summarizes the work completed, observations on the condition of structural elements following treatment, and follow up cyclic maintenance recommended for the structural surfaces addressed by the project. Include digital photos documenting conditions before and after the project and the work in progress. The Contractor shall schedule with the NPS for a period of on-site access to conduct the cleaning project, giving the NPS at least 2 weeks notice. All on-site work shall be scheduled on weekdays between 9:00 and 4:30, not to include government holidays. The Contractor shall provide work lights for the project that are sufficient for the safety of the crew and the performance of detailed work. The Contractor will work with the NPS to ensure that adequate and safe electrical power is available. Power will be provided by the NPS. Only HEPA (high efficiency particulate air) vacuums are to be used in the course of the project to maximize cleaning effectiveness and minimize the hazards of airborne dust for the team and park staff. These vacuums will arrest 99.97% of all particles 0.3 microns or larger. This is critical given the known hazards associated with dried rodent droppings and urine, mold, and other potential hazards that may be present. Only vacuums such as the Pullman-Holt Economy Vacuum or its equivalent shall be used to protect the workers from airborne particulates and maximize the cleaning effort. Notify park staff when substantial amounts of airborne dust may occur, so that precautions can be taken to minimize triggering of false fire alarms. Restroom facilities in the Coach House may be used by the contractor and his team. All telephone calls must be made by cellular phones belonging to the Contractor or his team. No phones inside the Coach House may be used by the crew or sub-contractors. Food and beverages are to be stored and consumed in the Coach House lunch room or outside the structure Safety and Accident Prevention Plan Smoking within any park building is prohibited..Provide all team members and sub-contractors with an initial safety meeting conducted by the team leader. Train each team member or sub-contractor exposed to hazardous materials in safe and approved methods of handling, storage, and disposal, and in the proper use of all equipment, ladders, or lifts. Provide additional meetings if and when new procedures are introduced to the project. Ensure that all team members are physically able to perform their assigned duties in a safe manner. Ensure that all team members and/or sub-contractors are equipped with personal protective equipment required by NIOSH and OSHA for such work and that the equipment is well maintained and worn. This may include such equipment as hard hats, respirators, gloves, or goggles. The contractor is responsible for compliance with all applicable OSHA regulations. Copies of any product Material Safety Data Sheets (MSDSs) shall be available on-site at all times. Should the contractor propose the use of any pesticide, approval IN ADVANCE must be obtained from the NPS Integrated Pest Management Coordinator before application. Furnish cool, potable water for Contract personnel in locations convenient to the work site. Keep project area neat, orderly, and in a safe condition at all times. During off hours, store all materials, equipment, and supplies inside the Coach House or remove them from the site. No flammable or combustible materials may be stored in the historic structures. Store and dispose of all hazardous materials in accordance with manufacturer's and OSHA recommendations. Immediately report any spills of hazardous materials to the park. Provide adequate ventilation during the use of volatile or noxious substances. Make first aid supplies suitable for the work available on-site. Post emergency telephone numbers and reporting instructions for ambulance, physician, hospital, fire department, and police in a conspicuous location for all team members and sub-contractors. Any rubbish, particularly any hazardous trash or rubbish generated by the project shall be removed immediately from the site. Place any other debris in refuse containers at least daily. Dispose of refuse at least weekly, in a legal manner, at public or private dumping areas outside the park. The contractor is responsible for off-site safe, legal disposal for all waste created by the contractor in the course of this project. Report any and all accidents resulting in physical injury or damage to government property to the Contracting Officer or COR immediately following notification of appropriate medical personnel. Contract Deliveries and Performance The Contractor shall submit to the NPS: "A work plan for the project containing a detailed list of project elements, list of cleaning processes, products, tools, and materials, including Materials Safety Data Sheets (MSDS) for each product, and a proposed schedule."A plan addressing safety issues."An illustrated completion report and recommendations for cyclic maintenance."MSDS and specimen label for any pesticides proposed. Payment for the project shall be made as follows: 25%Payment upon acceptance of work plan and safety plan50%Payment upon completion of the on-site work25%Payment upon acceptance of the completion report Contract AdministrationThe Contracting Officer for this project is: Anne Jordan is designated the Contracting Officer's Representative (COR).Anne JordanRoosevelt-Vanderbilt National Historic Site4097 Albany Post RoadHyde Park, NY 12538Tel 845 229-9115 Ext. 28anne_jordan@nps.gov Conditions Affecting the WorkThe Contractor will be held to have examined the Carriage Room and the site locations; to have ascertained the nature of the work and the conditions which will affect the services to be performed; and, all costs to complete the work of this contract. All persons submitting a proposal for this contract are strongly encouraged to visit the Vanderbilt Mansion Coach House in Hyde Park, New York for the purpose of viewing the space and individual elements, verifying NPS identification of elements and size, and making pertinent identification of issues that may not have been noted in these specifications prior to submitting a proposal. Failure to do so will not relieve the Contractor from responsibility for having estimated properly the difficulty or cost of successfully performing the work. All cleaning supplies and equipment are to be provided by the Contractor or sub-contractors, and must be approved by the NPS prior to their use. Preparation of Contract Proposal Again, it is strongly recommended that potential bidders visit the Vanderbilt site in Hyde Park, New York prior to preparing their proposals. This visit can be arranged by contacting Anne Jordan at the above. Submit two paper copies and one electronic file of your proposal. 1.Prepare a proposal for performing the work of this contract to include the following: a.Identify the structural components of the room to be addressed by the project and indicate the condition of the structures and finishes. Identify any elements that should not be cleaned due to fragility; b.Describe the protocol by which you propose to clean the space indicating the cleaning procedures, tools, equipment, cleaning agents, and materials to be used, equipment to be used such as lifts or ladders, organization of the work, and coordination with the vehicle cleaning project, the number and qualifications of the team members or sub-contractors who will perform the work; 2.Propose a schedule for organizing and completing the cleaning project, and backup dates in the event of bad weather. The on-site portion of the project must commence no more than 45 days following award and be completed before winter 2010-2011. 3.Submit an itemized cost estimate for the proposed treatment, considering costs of the requisite supplies, equipment, and travel associated with planning, conducting, and monitoring the project. 4.Indicate the qualifications and relevant experience of the bidder and the team, staff, and consultants who are expected to be involved in this project, and the probable nature and extent of their involvement. a.Indicate the qualifications of the bidder in the areas of wood conservation and preventive maintenance that are relevant to this project; b.Describe at least two projects recently completed by the bidder that are comparable to this proposed work in terms of age and significance of the structure and contents, and the size of the project. Give priority to projects addressing historic structures within publicly held historic sites or museums. c.Provide at least 3 references with contact information of relevant clients that can be contacted in the course of evaluating this proposal Proposal Evaluation CriteriaProposals will be evaluated on demonstrated experience, background and qualifications of personnel and consultants, soundness of the proposed procedures, and suitability of cost. Proposals will be evaluated by qualified park staff assisted by the contracting officer based on the following criteria and emphasis (total score is 100 points): 1.Demonstrated knowledge and experience of the firm and individual staff in preventive conservation projects, particularly in publicly-owned historic structures. 40 points2.Demonstrated participation of firm or staff in the professional conservation community. 10 points.3.Adequacy of the proposed method and materials for addressing dirt, mold and animal waste build-up while protecting historic structural elements and finishes. 30 points4.Suitability of costs. 20 points. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Feb 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Feb 2009), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (JUN 2007)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Feb 2009), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q1790100039. Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is June 11, 2010, at 04:00 pm, Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1790100039/listing.html)
- Place of Performance
- Address: ROOSEVELT-VADERBILT NATIONAL HISTORIC SITE4097 ALBANY POST ROADHYDE PARK, NY
- Zip Code: 12538
- Zip Code: 12538
- Record
- SN02158143-W 20100526/100524234509-4cc11395201e506ca52ed42e3eb5889f (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 |