Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

99 -- Yakovlev-Haleem Collection Project

Notice Date
9/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
712110 — Museums
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contracting Office- Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
 
ZIP Code
22042
 
Solicitation Number
HT001117R0047
 
Archive Date
10/10/2017
 
Point of Contact
Chrystal M Pierce, Phone: 7036815937, Shawn E. Hendrickson, Phone: 7036815177
 
E-Mail Address
chrystal.m.pierce.ctr@mail.mil, shawn.e.hendrickson.ctr@mail.mil
(chrystal.m.pierce.ctr@mail.mil, shawn.e.hendrickson.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Solicitation/Synopsis Solicitation Number: HT001117R0047 Classification Code: 99 Set Aside: Full and Open NAICS Code: 712110 CONTRACTING OFFICE ADDRESS: Defense Health Agency (DHA) 7700 Arlington Blvd Falls Church VA, 22042 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (POC) Shawn Hendrickson at shawn.e.hednrickson.ctr@mail.mil (703) 681-5177 ITEM DESCRIPTION: 1) Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Yakovlev-Haleem Collection inventory as defined in the Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in the performance work statement. 2) The Yakovlev collection large format histological glass slides are stored on approximately 8,680 trays on mobile compact shelving units. In addition to the Yakovlev collection, the museum recently acquired a complimentary series of related material, known as the Fernald School series that is currently stored on palletized wooden trays and storage containers estimated at 1,200 additional trays of slides. The scope of the project is to inventory the collection, correct deficiencies in its physical and intellectual organization, integrate the Fernald School series 1,200 trays into the collection, and provide an updated database of individual tray locations that can be uploaded into the museum's collections database. Objective: The purpose of this project is to: • Inventory the existing Yakovlev-Haleem Collection Project and the separate Fernald School series; • Correct deficiencies in the collections' physical and intellectual organization; • Integrate the Fernald School series trays of slides along with other trays stored elsewhere at the museum into the collection; • provide an updated Microsoft Excel spreadsheet that includes final location of each tray formatted for importation into the museum's collections software; Scope: Scope: The contractor shall provide and execute a plan that includes all labor, materials, tools, equipment, logistics, and supervision to perform the below tasks: • Using spreadsheet provided by the museum, conduct a complete inventory of the Yakovlev collection at the tray level reconciling the observed trays with the data provided to ensure it matches the catalog number of the individual cases which are located on multiple trays to document whether the cases are indeed in the collection, not found in the collection, or are not located in the spreadsheet and needed to be added to the spreadsheet. • Correct any deficiencies in the physical arrangement of and/or intellectual organization by ensuring that all the range of trays for individual cases are arranged sequentially by case number and within the correct collection series on compact shelving. • Once all trays are physically and sequentially organized: o Create appropriately sized labels containing summary case information and install on trays (e.g. Age, Sex Plane of Cut, Subject, Slide Sequence Number). o Create appropriately sized barcoded location labels and install on trays. o Provide summaries of series and range of case numbers for each row on endcap of compact shelving. • Using museum provided compact shelving data location numbers that indicate rows, columns, and trays (please note: each row, column, and tray have a unique Internal Record Number (IRN) for their location); ensure IRN number matches final location of trays and is recorded in spreadsheet. • Deliver the final updated spreadsheet to the museum in a format that can be uploaded into the museum's existing collections database. Period of Performance (PoP): The period of performance shall be for a base year and one (1) option period. Administrative specifications: Place of performance: The work shall be performed at US Army Garrison-Forest Glen, National Museum of Health and Medicine, 2460 Linden Lane, Building 2500 and 178, Silver Spring, MD 20910 Recognized Federal Holidays: The contractor is not expected to perform on the following US Federal holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day Hours of operation: The contractor is responsible for conducting business, between the hours of 0800 to 1630 hours Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Note: Vendors are to submit delivery time with their quote of no later than four weeks after receipt of order. Vendors must be able to provide proof of insurance certification for damages with quote. (POC) Shawn Hendrickson at shawn.e.hednrickson.ctr@mail.mil (703) 681-5177 The following clauses and provisions are incorporated and will remain in full source in any resultant award. The full text of these clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-2 Evaluation- Commercial Items Evaluation the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation. The government will award on the basis of lowest price/technically acceptable. Offerors shall use the following website to completed their Certifications and Representations https://www.sam.gov/portal/public/SAM/ (FAR 52.212-3) The following items are incorporated by reference: FAR 52.212-4 (Feb 2007) Contract Terms and Condition Commercial items applies to this acquisition. FAR 52.212-5 (Jun 2008) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition that includes the following clauses cited therein 52.222-21 (FEB 1999) Prohibition of Segregated Facilities; 52.222-26 (MAR 2007) Equal Opportunity; 52.222-35 (SEP 2006) Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 (JUN 1998)Affirmative Action for Workers with Disabilities; 52.222-50 (AUG 2007) Combating Trafficking in Persons; 52.225-1 (JUN 2003) Buy American Act - Supplies; 52.225-13 JUN 2008), Restrictions on Certain Foreign Purchases; 52.232-33 (OCT 2003) Payment by Electronic Funds Transfer - Central Contractor Registration. Any questions are due not later than Friday, September 21, 2017 at 11:00 a.m. Quotes are due no later than Monday, September 25, 2017 at 1pm EDT by email to chrystal.m.pierce.ctr@mail.mil. If you are unable to send your quote by email, please contact Chrystal M Pierce for alternative delivery instructions. Please direct ALL questions to the point of contact listed below no later than Thursday, September 21, 2017 11:00 a.m. EST. Quote should be marked with RFQ number HT0011-16-R-0047 and addressed, astley.b.davy.civ@mail.mil Astley Davy, Contracting Officer. Contracting Officer: Astley Davy, Contracting Officer, Phone 703/681-4267
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8fe0f3cebd86941c9e0f8409e05d50aa)
 
Place of Performance
Address: NATIONAL MUSEUM OF HEALTH AND MEDICINE, 2460 LINDEN LANE, SILVER SPRING, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN04687627-W 20170922/170920232914-8fe0f3cebd86941c9e0f8409e05d50aa (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.