Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

62 -- Edison National Historical Site Exhibit Lighting

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - Central MABO 3rd Floor, 200 Chestnut Street Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
Q1840110403
 
Response Due
12/10/2010
 
Archive Date
11/29/2011
 
Point of Contact
Jason I. Pratt Contract Specialist Jason_pratt@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
1. Product/Service Classification Code:6210- Indoor and Outdoor Electric Lighting FixturesN062- Electricians 2. NAICS Code: 335122- Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing238210- Electricians 3. Solicitation Number: Q1840110403 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This announcement is a combined synopsis and solicitation for commercial items prepared in accordance with the format specified in FAR Subpart 12.603 "Streamlined solicitation for commercial items". Quotations are being requested in response to this notice, and announcement constitutes the only solicitation, as a formal solicitation will not be issued. 6. This is a Request for Quotation (RFQ):This solicitation document and its incorporated provisions and clauses are consistent with those specified in Federal Acquisition Circular (FAC) 2005-40. 7. This action is being set aside for small business participation, so certified small businesses need only submit proposals. 8. Bid Schedule/Statement of Work: SECTION 1.0__________________________SUMMARY OF WORK The National Park Service's (NPS) Edison National Historical Site (the "Park"), located at 211 Main Street, Building 5, West Orange, NJ 07052, wishes to purchase and have installed, LED lights in 18 glass-fronted cabinets located in the public hallway of the open storage area in Building 5 at the Laboratory Complex at the address listed above. The cabinets hold museum collections; therefore the lighting must be low foot-candles with no UV output. Each shelf should be lit for better visibility of museum collections, as currently, the lighting is insufficient for this purpose. Each cabinet has 5 areas that require lighting. It is a requirement of this solicitation that the contractor have past experience in selecting and installing lighting systems for historical or cultural artifacts, due to the sensitive nature of the materials. Contractor must demonstrate in their quotation prior past experience in installing lighting systems in areas containing historical or cultural artifacts. A. Deliverables: 1. Contractor will provide lighting and related equipment to light each of the 18 cabinets consistent with the specifications included herein. Contractor will quote a lighting system compatible with the 100 AMP electrical supply in the room. Contractor will use 20 amp circuits to supply power to each side of the fence, with 9 cabinets on each side. Contractor may make a new electrical connection directly from the electrical panel in room identified for installation or contractor can connect to electricity from the line that runs along the top of the 10 foot tall fence that runs behind the cabinets. Contractor may contact the Contract Specialist listed below for a drawing of the proposed cabinet or the site contact to arrangement a site visit in order to better understand the scope of work. 2. Contractor must install the quoted lighting solution and related equipment in each cabinet to improve lighting of museum objects. Museum cabinets will be emptied by park staff. Electric connection will be provided from the nearby sources explained above. Contractor will contact the site contact immediately if any electrical adjustments are required, and Park and contractor will coordinate such adjustments prior to installation. However, contractor must quote a lighting system compatible with the stated electrical specifications. Contractor will disclose any electrical requirements of any lighting system in any quotation and use all reasonable efforts to install the system pursuant to the identified electrical requirements. Contractor shall minimize, the greatest extent practicable, changes to the cabinetry in installation of the lighting system (i.e., one hole in cabinet that will not allow air flow). B. On-site work may only be done between the hours of 8:00 am and 4:30 pm, Mondays and Tuesdays, when the site is closed to the public, excluding holidays. C. Once contract is awarded, work must be completed within 3 months. 1.2 LOCATIONS: A. Work will be completed inside the Park in the public aisle in open storage area, Building 5, 3rd floor, Laboratory Complex in West Orange, New Jersey. 1.3 CONTRACTOR'S USE OF PREMISES: A. Contractor may park vehicles in the visitor parking lot adjacent to the site. B. Access to the courtyard for loading and unloading of equipment can occur through the Lakeside Avenue gate. C. An elevator and stairs are adjacent to the open storage area. The elevator goes from the first floor to the third floor (not to the ground floor). There are stairs from the first floor to the ground floor where the main access point is located to bring equipment in and out of the building. D. Public restrooms will be available for the contract employees to use. E. All work shall be completed in such a way as to protect museum objects and historic structures. 1.4 WORK TOOLS AND MATERIALS A. The Government will furnish no materials or tools. All materials and tools shall be Contractor furnished from outside the park. 1.5 SALVAGED MATERIALS A. Salvaged materials will be retained by Thomas Edison National Historical Park, unless otherwise authorized by the NPS. SECTION 2.0____________________ PROPOSAL CONTENTS AND EVAULATION FACTORS 2.1 PROPOSAL CONTENTS Each proposal shall include, at minimum, an overall lighting plan; an itemized list of materials with pricing; estimated labor hours with pricing; number and type of employees; an explanation of past performance experience; and a total cost. The resulting contract will be a firm fixed price contract. 2.2 EVALUATION FACTORS The contract will be awarded to the contractor that presents a solution which represents the best value to the government. Best value will be determined using the trade-off method, balancing total price against the contractor's stated past performance. Contractor must quote a solution consistent with the specifications stated herein in order to be considered as a part of the best value determination. A. Past Performance: Contractor must demonstrate a favorable history of performing work related to the installation of lighting for museums or other areas storing historical or cultural artifacts. SECTION 3.0_________________________SITE VISIT/CONTACTS To the extent Contractor desires to review the work area prior to submitting a quotation, Contractor is encouraged to contact Michelle Ortwein at the Park to arrange such a site visit. Points of Contact Contracting Officer's Technical Representative (COTR) and Onsite Representative: Michelle OrtweinNational Park Service211 Main Street. Building 4West Orange, NJ 07052-5612E-mail: michelle_ortwein@nps.govTelephone: (973) 736-1515Fax: (973) 736-8496 Contracting Office Contact: Jason PrattNational Park ServiceCentral MABO- Northeast Regional Office200 Chestnut StreetPhiladelphia, PA 19106E-mail: jason_pratt@nps.gov Telephone: (215) 597-6471Fax: (215) 597-5747 SECTION 4.0______________________________ SUBMITTALS 4.1 Contractor shall furnish, upon Government request, a daily report detailing work attempted or accomplished. 4.3 At the conclusion of the work, Contractor will submit a correct and complete invoice. SECTION 5.0______________________________ ACCIDENT PREVENTION 5.1 All work on the site shall be in compliance with the applicable OSHA regulations and other applicable laws. SECTION 6.0______________________________TEMPORARY CONTROLS 6.1 Housekeeping- Contractor must:A. Keep project sites neat, orderly and in a safe condition at all times.B. Provide for protection of historic structures, interior and exterior elements, and artifacts during on-site work.C. Adhere to all Park Regulations and National Park Service Museum Standards while performing the work. SECTION 7.0_______________________________PROJECT CLOSEOUT 7.1 Within 30 days upon completion and approval of all work (or partial work) submit a complete invoice and a signed release of claims form for payment. 9. Incorporated Clauses:The following FAR provisions and clauses are incorporated by reference into this combined synopsis and solicitation: 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 (Aug 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Apr 2010), 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 (Apr 2009)(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 (Aug 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O.11246), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 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 (Jun 2008), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.222-41 Service Contract Act of 1965 (Nov 2007), 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). 10. Proposals:Offers may be submitted on company letterhead or stationary and must include the following information: (1) Company name, (2) complete contact information, (3) DUNS Number, (4) CAGE Code, (5) unit prices, (6) payment terms and discounts offered for prompt payment and (7) 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. When quoting, please refer to Solicitation Q1840110403. The point of contact for this combined synopsis and solicitation is Jason Pratt, Contract Specialist, who can be reached at 215-597-6471 or via e-mail at jason_pratt@nps.gov. The closing date and time for receipt of quotes is Friday, December 10 at 4 pm eastern standard time. Contractors may fax quotes to (215) 597-5747 or mail hard copies to the attention of Jason Pratt, Central MABO, Northeast Regional Office-National Park Service, 200 Chestnut Street, 3rd Floor- Acquisitions, Philadelphia, PA 19106. 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. Should you have any questions, please contact Jason I. Pratt at 215-597-6471 or via e-mail at jason_pratt@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1840110403/listing.html)
 
Place of Performance
Address: Thomas Edison National Historical Site211 Main Street, Building 5West Orange, NJ
Zip Code: 070525612
 
Record
SN02334769-W 20101201/101129234156-3790bf47f724a9d3cc9a09a0662a9f15 (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.