Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

Z -- Cleaning and Preservation of Stockman Printing Press

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNJ0000-6-00046
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCNJ0000-6-00046 is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 811310. The National Oceanic and Atmospheric Administration?s (NOAA) Office of Coast Survey (OCS), the Center for Operational Oceanographic Products and Services (CO-OPS), and the National Geodetic Survey (NGS) are the modern-day descendents of the nation?s oldest federal science agency, the Survey of the Coast. In 2007, NOAA will celebrate the 200th Anniversary of the Survey of the Coast, along with 200 years of science, service, and stewardship it has provided to the Nation. The celebration will highlight the people, programs, and accomplishments of NOAA through a series of memorable events, publications, exhibits, and publicity throughout the year with the goal to foster public awareness of NOAA?s mission and history. NOAA?s Preserve America Initiative will be highlighting the 200th Anniversary in February 2007 and will use a heritage piece of equipment, the Stockman Printing Press, as the centerpiece for its exhibition. In the nineteenth century, nautical charts were printed using copper printing plates. The Stockman Printing Press is a flat-bed, single roller, lithographic press. NOAA has a requirement for the cleaning and preservation of this printing press to make it suitable for the NOAA exhibition. The tasks include: 1) Clean all components of the press; 2) Repaint all painted surfaces; 3) Add a protective coating to all painted and unpainted surfaces; 4) Provide photographic documentation of the press cleaning and preservation; 5) Submit a report documenting treatment and maintenance recommendations; 6) Provide a roller system for limited transport of the preserved press along a level surface; 7) Inspect the press motor to see if operational and provide an interim report on the feasibility of making the Stockman Printing Press operational. Based on the report findings, Coast Survey may exercise a rehabilitation option of making the press operational which may affect the treatment of the roller and press bed and the preservation of the motor. The work shall be performed at the Contractor?s worksite. The period of performance shall be twelve (12) months from the date of award. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach ? The likelihood of effectively meeting the requirements; 2) Past Performance ? The relevance and quality of prior performance; and 3) Price ? The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) ? Conspicuously striking in eminence; Good (G) ? Beneficial and worthwhile; sound and valid; Adequate (A) ? Reasonably sufficient and suitable; Marginal (M) ? Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-11. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Statement of Work entitled ?Cleaning and Preservation of the OCS Heritage Copper Plate Press? dated July 17, 2006 and provide a written and electronic response to be received no later than August 16, 2006 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7167, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to ten (10) single sided pages. Submit offers arranged in three sections as follows: Section I ? Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II ? Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III ? Price, Firm Fixed Price for the cleaning and preservation of the Stockman Printing Press with optional rehabilitation of the same press. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price including pricing for optional press rehabilitation. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Record
SN01105140-W 20060805/060803220409 (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.