Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SPECIAL NOTICE

R -- Notice of Intent to Award Artifact Move Coordination Services

Notice Date
8/9/2017
 
Notice Type
Special Notice
 
NAICS
712110 — Museums
 
Contracting Office
Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
F17SNEE10002
 
Point of Contact
Eve Errickson, Phone: 2026335214, Thomas E. Dempsey, Phone: 202/633-7259
 
E-Mail Address
erricksone@si.edu, dempseyt@si.edu
(erricksone@si.edu, dempseyt@si.edu)
 
Small Business Set-Aside
N/A
 
Description
SPECIAL NOTICE The Smithsonian Institution intends to add scope to Contract F17CC10103 on a sole source basis in accordance with the authority provided in 41 U.S.C. 253(c)(1) as implemented by FAR 6.032-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The anticipated modification of the Smithsonian's Construction Management at Risk contract with Clark-Smoot-Consigli will add a scope of work for coordination of artifact handling and move services ("AML services") on the NASM Revitalization project. Justification and approval is as follows. Responsibility to perform. The incumbent, Clark Smoot Consigli, A Joint Venture ("CSC") is the only responsible source available to the Smithsonian to sequence, package, competitively bid, and award the AML scope with the greatest sensitivity to the collections items. CSC is performing pre-construction services for the project which include but not are not limited to development of construction phasing and sequencing plans. If awarded construction services, CSC will be responsible for efficient management of the construction site and any related impacts to the museum's operations during the course of the project. This vendor has experience providing comparable, albeit not identical, collections planning support during Smithsonian construction projects such as the National Museum of African American History and Culture and the National Museum of the American Indian. Risk to Museum Collections. The AML services required for the project must accommodate the museum's decision to keep galleries open to the public during construction. Artifacts must be demounted by gallery, necessitating mobilization of multiple types of expertise relevant to diverse concerns represented in NASM collections. Delays between construction phases or in the demounting of artifacts present material risks to performance of the Smithsonian's primary mission. Among the most critical of these concerns is accelerated decomposition of fragile historic materials such as canvas, metal structural elements, and wooden frames of large collections items like the Wright Flyer and the Spirit of St. Louis. Even temporary, short fluctuations in temperature or humidity can mean the permanent loss of irreplaceable, historic materials in the museum's collection. Failure to maintain environmental stability at 45% (+-8%) relative humidity, and 70 degrees (+- 4 degrees) will cause damage to NASM artifacts. Damage to NASM collections is damage to the integrity of future research, education and exhibits. The Smithsonian's environmental standards align with ongoing scholarly research on this issue. Museums are expected to follow best practices appropriate to their respective discipline and/or museum type as applicable. AAM Standards include but are not limited to 1) regular monitoring of environmental conditions and proactive measures to mitigate the effects of ultraviolet light, fluctuations in temperature and humidity, air pollution, damage, pests and natural disasters on collections; 2) documentation, practice and implementation of safety and security procedures and plans; and 3) regular assessment of, and planning for, collection needs. Risk to Project Staff. Removal of artifacts by gallery entails selective demolition of interior partitions, asbestos remediation and lead abatement associated with insulation and paint which require additional, different environmental controls. Currently, plans for phasing the project requires environmental controls for each of 10 discrete zones, 22 galleries, and 67 large artifacts. Failure to appropriately sequence construction work across the multiple environmental controls needed for selective demolition and hazmat abatement activities will result in physical dangers to conservators and artifact handlers on the project. Financial Responsibility to Perform. The specialized nature of construction on this project taken in tandem with the extreme breadth of artifact handling services required for the move during construction will likely entail large scale risks and costs. It is in the Smithsonian's interests to streamline staffing and technical reviews that will impact the construction schedule while minimizing material risk to Smithsonian mission-critical activities. The proposed addition of scope of AML services would include analysis of artifact move and handling requirements; breaking the scope of artifact moves into smaller packages; with the assistance of the Smithsonian, competition for each package of artifact move among qualified vendors; to request approval from the Smithsonian for awards to qualified vendors; integration of vendors performing artifact moves services into the project schedule; and under Smithsonian supervision and review, resolution of related disputes and payment administration. Current contract holder Clark Smoot Consigli, A Joint Venture has been identified as the only source capable of providing these services. No other source can satisfactorily perform this additional scope without managing pre-construction services under contract # F17CC10103. Use of another vendor for coordination of artifact moves would produce unacceptable schedule delays, risk of damage to collections items and duplication of costs for the Government. This Notice of Intent is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 011:00 AM EST, August 22, 2017 to: Eve Errickson, Supervisory Attorney Advisor, Erricksone@si.edu Telephone responses will not be accepted. Note: In order to be eligible for award of a contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions. Contracting Office Address: 600 Maryland Avenue SW Suite 5001 Washington, DC 20024 Attn: Eve Errickson Place of Performance: Primary Point of Contact.: Eve Errickson, Supervisory Attorney-Advisor Erricksone@si.edu
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F17SNEE10002/listing.html)
 
Place of Performance
Address: National Air & Space Museum, Independence Avenue & Seventh Street SW, Washington, District of Columbia, 20560, United States
Zip Code: 20560
 
Record
SN04620167-W 20170811/170809232124-0d92f7f75cecd772f8804794b49e8f52 (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.