Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

J -- Sculpture Conservation - Past Performance Questionnaire

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
712110 — Museums
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
17-005488
 
Archive Date
5/20/2017
 
Point of Contact
Christopher D. Lauver, Phone: 3014969427, Barbara Taylor,
 
E-Mail Address
christopher.lauver@nih.gov, Barbara_Taylor@nih.gov
(christopher.lauver@nih.gov, Barbara_Taylor@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Copy of Description of Combined Synopsis/Solicitation Past Performance Questionnaire This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, January 13, 2017. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. The solicitation number for this acquisition is 17-005488. The NAICS Code for this solicitation is 712110. This will be awarded as Firm-Fixed Price,. Prospective Offerors are responsible for downloading the solicitation and any amendments. It is the Offeror's responsibility to monitor the Fedbizops website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The solicitation is being issued as a Request for Proposal (RFP). The solicitation is a total small business set-aside. The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) has a need of on-site conservation of a large-scale, outdoor sculpture. A. BACKGROUND AND OVERVIEW: Independently and not as agent of the Government, the Contractor(s) shall furnish all the necessary services, qualified personnel and equipment needed to perform the sculpture conservation as defined by the Statement of Work (SOW). B. OBJECTIVES/PURPOSE 1. Restore the sculpture to its original color. 2. Prevent further weathering and deterioration and maintain current structural condition. 3. Develop an ongoing maintenance plan. C. STATEMENT OF WORK (SOW) -- SCOPE OF WORK Introduction The National Institutes of Health (NIIH) Clinical Center (CC) is America's clinical research hospital and the world's largest hospital dedicated totally to clinical research. Through clinical research, promising discoveries in the laboratory are translated into better health and health care for all. Currently, there are approximately 1,500 active clinical research studies. The Clinical Center has a fine arts program, established in 1984, with the mission of pairing art with medicine to promote healing in an aesthetically pleasing environment for patients, caregivers and employees. The collection includes paintings, collages, watercolors, textiles, folk art, glass and sculpture. Scope This contract is for a highly skilled professional conservator experienced in the treatment of large scale, outdoor sculpture to plan, execute, oversee and document the on-site conservation of Sky Horizon. 1. Provide experienced oversight and labor to successfully execute the conservation. a. The prime contractor must be a professional conservator with a resume demonstrating extensive experience and knowledge of large scale sculpture conservation. b. The prime contractor shall be shall be completely responsible for the completion of the requirements in their entirety as defined by full scope of the contract. 2. Provide all necessary equipment and consumable materials to complete the conservation. a. Meet all OSHA safety guidelines. b. Equipment to include, but not limited to, full painters steel scaffolding (installed and removed) or a boom lift; extension ladders; airless or other sprayers, cables, tarps, etc. i. Existing landscape planting, surrounding stone wall, paving and grass must be protected during all phases of the conservation. c. Paint (primers and finish coats) will be the responsibility of the prime contractor. Paint should have excellent aging performance and a life expectancy of 15+ years. 3. Initial evaluation by experienced professional conservator to develop conservation plan and schedule. 4. Clean and prepare the sculpture. a. Remove all loose and deteriorated paint. 5. Apply epoxy primers and polyurethane finish coat per proposed specifications. a. Spray apply, with brush and roller detailing. 6. At the completion of the restoration work all excess materials and used tools (such as cleaners, primers, paints, brushes, rollers, tarps, containers, etc.) shall be removed from the NIH campus by the contractor. It is the contractor's responsibility to properly dispose of materials and tools. 7. Document the treatment and recommend future maintenance in an illustrated report. Performance Requirements /Tasks Contractor's Responsibilities: 1. Independently and not as agent of the Government, the Contractor(s) shall furnish all the necessary services, qualified personnel and equipment needed to perform the Statement of Work. 2. A site-visit will be mandatory prior to receiving a cost proposal from the offeror. 3. A site visit will be conducted on Friday, April 28, 2017. 4. Notify Beca Kulinovich, CC Space Manager, at 301-496-1231 when the contractor(s) plans to visit the CC prior to visit so appropriate coordination can occur. 5. Please allow adequate time to get to the site visit on time. Information for visitors to NIH can be viewed via the link below for information on campus access and security requirements, parking, and directions. https://www.nih.gov/about-nih/visitor-information Deliverables 1. Provide, for government approval, a conservation plan and project schedule within 3 weeks of award. 2. Provide final report documenting the treatment and including a recommendation for ongoing maintenance. Evaluation Factors The Government reserves the right to make an award to that Offeror whose quotation provides the best overall value to the Government. Past Performance and Technical Approach will be combined and scored, and the Government's conclusions about overall quality of the offeror's past performance will be highly influential in determining the relative merits of the offeror's proposal and in selecting the offeror whose proposal is considered most advantageous to the Government. Offerors with no past performance will be rated "null." 1. Past Performance a. To include evidence of conservation management efforts of similar large scale, outdoor sculptures. b. To include evidence in executing the cleaning and painting of similar large scale, outdoor sculptures. 2. Technical Approach a. Provide a detailed list of all proposed paint/finish materials b. Provide description of conservation activities, including the number of coats of each product c. Provide an estimated project timeline 3. Price a. Provide a fixed price quote in accordance with the Statement of Work identified. b. Price will also be considered, but not scored. 4. Oral Presentation (Optional) a. The Government reserves the right to request an oral presentation of the proposal prior to award. C. PLACE OF PERFORMANCE : Location: NIH Clinical Research Center, 10 Center Drive, Bethesda, MD 20892 The sculpture is located on a triangular island in the middle of busy traffic lanes. NIH will work with the successful vendor to coordinate necessary lane closures, as well as traffic and pedestrian flow to support the execution of this project. D. PERIOD OF PERFORMANCE: Period of performance will be set at 12 months from date of award in consideration of unexpected weather conditions. E. PRICING Provide a fixed price quote in accordance with the Statement of Work identified. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. F. GOVERNMENT HOLIDAYS Hours of Operation: 1. All scheduled visits should occur during normal working hours of 8:00 a.m. until 5:00 p.m., Monday through Friday, excluding holidays, or as arranged with the COTR. The ten holidays observed by the Federal Government are as follows: New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 2. In addition to the days designated as holidays, the Government observes the following days: (1) Any other day designated by Federal Statute (2) Any other day designated by Executive Order (3) Any other day designated by the President's Proclamation 3. When any such day falls on a Saturday, the following Monday is observed. Except for designated around-the-clock or emergency operations, Contractor personnel will not be able to perform on-site under this contract with NIH on holidays set forth above. The Contractor will not charge any holiday as direct charge to the award. 4. It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation except as set forth within the award. 5. Nothing in this clause abrogates the rights and responsibilities of the parties relating to stop work provisions as cited in other sections of this award. G. EVALUATION AND BASIS FOR AWARD: Award will be made to the offeror whose proposal offers the best value to the Government. The Technical Proposal will receive paramount consideration in the selection of the Offeror for award. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The trade-off selection procedures will be used to make a best value award decision. The Government reserves the right to make the award to the Offeror whose proposal provides the best value to the Government. PROPOSAL SUBMISSION FORMAT: 1. Past Performance a. To include evidence of conservation management efforts of similar large scale, outdoor sculptures. b. To include evidence in executing the cleaning and painting of similar large scale, outdoor sculptures. 2. Technical Approach a. Provide a detailed list of all proposed paint/finish materials b. Provide description of conservation activities, including the number of coats of each product c. Provide an estimated project timeline 3. Price a. Provide a fixed price quote in accordance with the Statement of Work identified. b. Price will also be considered, but not scored. 4. Oral Presentation (Optional) a. The Government reserves the right to request an oral presentation of the proposal prior to award. Only those offerors in attendance for the site visit will be considered. Criteria shall be complete. No pricing information shall be provided in criteria 1 and 2. The total number of pages for the technical quote shall not exceed ten (10) pages, using 1" margins, single spaced, font type Time New Roman, and a font size of 12. ***The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. It is also advised that the Contracting Officer (CO) is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with the proposed acquisition. SAM: Vendors must be registered in the System for Award Management (SAM) prior to the award of a contract. You may register by going to www.sam.gov. You will need the company Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: Interested offerors shall submit questions electronically to Christopher Lauver, Contract Specialist via email no later than May 2, 2017 10:00 a.m. Eastern Standard Time. No Phone Calls Will Be Accepted. PROVISIONS and CLAUSES: The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/ The following provisions and clauses apply: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13 Notice of Set-Aside of Orders; FAR 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010); FAR 52.222-3, Convict Labor (JUNE 2003); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (APR 2012); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Veterans (SEP 2010); FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.222-54, Employment Eligibility Verification (JUL 2012); FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/17-005488/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04479663-W 20170422/170420235422-15e09b7c159e80b86afe9cc2708a80c2 (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  © 1994-2020, Loren Data Corp.