SOLICITATION NOTICE
R -- Contract Registrar Services
- Notice Date
- 1/7/2008
- Notice Type
- Solicitation Notice
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, DC, 20220, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- TDP-08-01
- Response Due
- 2/4/2008
- Archive Date
- 2/19/2008
- Point of Contact
- Tammy McLeod, Contracting Officer, Phone (202) 622-3862, Fax (202) 622-2343
- E-Mail Address
-
tammy.mcleod@do.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Department of the Treasury, Departmental Offices has a requirement for a contractor to provide Contract Registrar services. A Contract Registrar is necessary to assist the Office of the Curator with managing the Treasury Collection of fine arts and antiques. The Contract Registrar is needed to maintain a complete and updated inventory of all objects in the Treasury Collection that are currently stored at off-site locations as well as offices within the Treasury buildings. All work performed by the contractor shall be performed on site at the following locations: Department of the Treasury (1500 Pennsylvania Avenue, Washington, DC 20220 (Main Treasury and Annex Buildings)), Artex (8712 Jericho City Drive, Landover, MD 20785), USArt (3361, D-H 75th Avenue, Landover, MD 20785), Matland Warehouse (10001 Aerospace Road, Greenbelt, MD 20769) and other possible areas within the Washington, DC metropolitan area. This includes all artwork, furniture, architectural fragments and works on paper, a total of about 4000 objects. The Contract Registrar is also responsible for conducting the annual comprehensive inventory of the Treasury collection in both off-site storage and within the Treasury building. The contractor shall provide the following services: (1) Maintain an inventory of all objects in the Treasury Collection which shall be updated as necessary. The contractor shall use Gallery's Systems, TMS, as its collections database which is what the Curator's Office uses; (2) Conduct a collections-wide inventory of the Treasury Collection at all off-site locations, to include Artex and USArt, as well as within the Treasury building; (3) Accession as they become available any new objects into the Treasury Collection. The accessioning methodology shall follow conventional museum procedures and accession numbers shall be physically painted or tagged to the accessioned object; (4) Plan and supervise the move of all objects coming from off-site storage into the newly renovated Treasury storeroom. The relocation plan shall be developed by the Contract Registrar and approved by the Curator prior to transporting items; (5) Provide for the clearance of all vehicles for the relocation moves in conjunction with US Secret Service (USSS); (6) Produce all necessary collection reports as required by the Curator for office relocations; (7) Track and monitor all collection objects that are under conservation and provide for their relocation at both off-site storage and at Treasury; and (8) Assist with other registration duties as assigned. The level of effort under this requirement shall not exceed 20 hours per week. This contract shall be for one (1) six (6) month Base Year and four (4) twelve month Option Years. Offerors are required to submit pricing for the Base Year and for each Option Year. The period of performance shall begin on April 1, 2008. The Government contemplates awarding a Labor Hour contract for this effort. The solicitation number for this request is Solicitation No. TDP-08-01 and this solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. This requirement is being set-aside for 100% Small Business concerns. Offers received from other than small business concerns will be deemed unacceptable and will not be considered. The North American Industry Classification System (NAICS) code for this requirement is 519120 and the standard size is $6.5 million dollars. The following Federal Acquisition Regulation (FAR) clauses and provisions are incorporated by reference and apply to this acquisition: (NOTE: Full text of all clauses and provisions can be accessed via the internet at http://www.arnet.gov) The provision at FAR 52.212-1 - Instructions to Offerors - Commercial Items (NOV 2007) applies to this acquisition. The following is the addenda to FAR 52.212-1 applies; (b) Submission of offers is supplemented to read; Offers shall submit four (4) copies of their Technical and Price Proposal. Offerors shall submit three (3) citations/references. Citations/references must have been completed within the last three (3) years or be currently active; (c) is changed to read, "90 calendar days"; (f)(2)(i) is changed to read, "Any offer, modification, revision or withdrawal of an offer received at the address specified for receipt of offers after the exact date and time specified for receipt of offers will not be considered for award under any circumstances"; (d), (e), (h) and (i) are not applicable. FAR 52.212-2 - Evaluation - Commercial Items (JAN 1999) applies to this acquisition. The following addenda to FAR 52.212-2 apply; (a) is supplemented to read, "The following factors shall be used to evaluate offers: Technical/Management Experience, Key Personnel, Past Performance and Price. The Government will make comparisons among offerors who submit acceptable offers until the offeror who represents the best overall value has been determined. Award will be made on a best overall value/benefit basis taking into account the above factors". The offeror shall respond to the following evaluation criteria. (1) Technical/Management Experience - a.) Knowledge of museum registration policy and procedures - The Contract Registrar must demonstrate knowledge with standard museum registration policies and procedures as demonstrated through previous institutional experience working under established museum collection guidelines. This includes all areas of collections management, collection movement and storage. The Government will evaluate the offeror's knowledge of museum registration policies and procedures based on the information provided; b.) Knowledge of procedures with collections movement - The Contract Registrar must demonstrate knowledge of the movement of collection objects to and from off-site storage and museum relocation procedures. The Government will evaluate the offeror's knowledge of the procedures regarding collections movement based on the information provided; and c.) Knowledge and experience regarding a collection housed in a working office - The Contract Registrar shall have knowledge of procedures and experience with working with a collection that is housed in a working office building. This requirement is based on the fact that the majority of the Treasury collection is housed in offices within the Treasury building, a National Historic Landmark. The Government will evaluate the offeror's knowledge and experience with a collection housed in a working office based on the information provided. (2) Key Personnel - a.) The Contract Registrar must have a minimum of 10 years experience working with a professional museum collection. The collections should be similar in scope to the Treasury Collection and encompass decorative and fine arts, works on paper, architectural fragments and building elements. The expertise should be in all areas of collections management and/or registration; b.) The Contract Registrar shall have knowledge of and experience with a computerized collections database system and shall have knowledge and experience of Gallery's Systems, TMS collections database which is used at Treasury. The experience should be for a minimum period of seven years. The experience shall encompass data entry, report production, and pictorial imagery; and c.) Offerors shall identify by name those individuals who are being proposed as key personnel. The offeror shall describe the proposed key personnel's specific qualifications and experience relative to this requirement. The offeror shall submit resumes of key personnel which describe the key personnel's qualifications and experience. Identified experience should be relative to the proposed effort. The Government will evaluate key personnel experience relative to the experience required to perform this requirement. (3) Past Performance - Offerors shall submit to the Government three (3) references (company name and address, phone number, contract type, contract value, description of the requirement, and point of contact) for similar work as mentioned in this solicitation. References may be from Federal government or private sector. This work must be currently active or completed within the last five (5) years. The Government will evaluate offerors past performance based on information received from the references provided. (4) Price - Offerors shall forward pricing to include labor classification, labor hours and labor rates of individuals who will be performing on this requirement. Offerors proposed price shall be based on work being performed 20 hours per week. Offerors shall propose a price for the Base Year and each of the four (4) Option Years. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Price alone shall not be the determining factor for contract award. For the above criteria, Technical/Management Experience, Key Personnel and Past Performance are more important than Price. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2007). FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (FEB 2007) applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2007) applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition; 52.233-3 - Protest After Award (AUG 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004); 52.203-6 - Restrictions on Subcontractor Sales to the Government (SEP 2006) (ALT I) (OCT 1995); 52.219-6 - Notice of Total Small Business Set-Aside (JUN 2003); 52.219-8 - Utilization of Small Business Concerns (MAY 2004); 52.219-14 - Limitations on Subcontracting (DEC 1996); 52.219-8 - Post Award Small Business Program Representation (JUN 2007); 52.222-3 - Convict Labor (JUN 2003); 52.222-21 - Prohibition of Segregated Facilities (FEB 1999); 52.222-26 - Equal Opportunity (MAR 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); 52.222-36 - Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); 52.225-13 - Restrictions on Certain Foreign Purchases (FEB 2006); 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The following additional FAR clauses and provisions apply to this acquisition: FAR 52.217-8 - Option to Extend Services (NOV 1999); FAR 52.217-9 - Option to Extend the Term of the Contract (MAR 2000); FAR 52.219-1 - Small Business Program Representations (MAY 2004); FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997); FAR 52.232-18 - Availability of Funds (APR 1984); FAR 52.245-1 - Government Property (JUN 2007) and FAR 52.246-2 - Inspection of Services (Time-And-Material and Labor Hour) (MAY 2001). Contractors will be required to comply with the Department of the Treasury, Departmental Office's Security Clause. Interested parties are requested to contact the Contracting Officer at the e-mail below for a copy of this clause and related documents. Offerors shall separate their technical proposal from the price proposal. Offerors shall respond to the evaluation factors only. NO ADDITIONAL INFORMATION SHALL BE SUBMITTED TO INCLUDE BACKGROUND INFORMATION, COMPANY PROFILE, COMPANY CAPABILITY STATEMENT, ETC. Any additional information will not be considered. Contractor responses to the evaluation factors shall be no more than twenty (20) written pages (12pt) with the exception of resumes requested under the Key Personnel evaluation factor. The due date for proposals is February 4, 2008 by 10:00 a.m. EST. Faxed copies of proposals will not be accepted. Proposals shall be sent electronically to the following e-mail address: Tammy.McLeod@do.treas.gov. Individuals may also submit their proposal via postal mail or hand deliver to the following address: Department of the Treasury, Departmental Offices, ATTN: Tammy McLeod, 1425 New York Avenue, NW, Washington, DC 20220. The envelop or package shall be marked with the solicitation number. Hand delivered or mailed proposals must be received by the Contracting Officer by the time specified in this solicitation. A Pre-Proposal Conference has been scheduled for January 15, 2008 at 10:00 a.m. Interested offerors are requested to contact the Contracting Officer via e-mail for additional information. It is requested that any questions concerning this solicitation be provided in writing via e-mail at Tammy.McLeod@do.treas.gov within twelve (12) calendar days from the issuance of this solicitation. The Contracting Officer may be reached via telephone at (202) 622-3862. **"See Numbered Note 1".
- Place of Performance
- Address: 1500 Pennsylvania Avenue, NW, Washington, DC
- Zip Code: 20220
- Country: UNITED STATES
- Zip Code: 20220
- Record
- SN01480188-W 20080109/080107223641 (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 |