SOLICITATION NOTICE
72 -- Custom Art Framing - Package #1
- Notice Date
- 5/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 442299
— All Other Home Furnishings Stores
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003
- ZIP Code
- 20816-5003
- Solicitation Number
- HM157111T0302
- Archive Date
- 7/5/2011
- Point of Contact
- Harriet Saulsbury, Phone: 571 557-2417, Julie K. White, Phone: 571 557-2403
- E-Mail Address
-
Harriet.Saulsbury@nga.mil, julie.k.white@nga.mil
(Harriet.Saulsbury@nga.mil, julie.k.white@nga.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 Solicitation Number: HM157111T0302 The National - Geospatial Intelligence Agency (NGA) is issuing this combined synopsis/ solicitation is for commercial vendors that possess the experience and capabilities to provide Custom Artwork Framing for various sizes of art, provided by NGA. The resultant contract vehicle will be three Blanket Purchase Agreements (BPAs) which will be 100% set aside for small business. (A BPA is an agreement between the Government and a vendor that allows individuals authorized to use the BPA to place orders with simplified documentation. A BPA does not obligate the Government to place any orders, nor does it obligate the vendor to accept any orders. Once an order against a BPA is given by the Government and accepted by the vendor, an enforceable contract is created). As such, this solicitation, which is a Request for Quote (see Attachment 1), is set aside for small business. Quotes from Other than Small business (OSB) shall not be considered. This synopsis/solicitation for commercial services is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The specific task orders under the BPAs may require Brand Name or Equal products in accordance with FAR 52.211-6. See paragraph below entitled "Brand Name or Equal" for further details. NO WRITTEN SOLICITATION WILL BE ISSUED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. It is the Contractors' responsibility to be familiar with all applicable clauses and provisions. NGA intends to award three (3) Blanket Purchase Agreements (BPAs) with a period of performance of one 12-month base and four 1-year options. The maximum ordering authority for each individual order is $10,000. The government reserves the right to place an order under this amount or none at all. Acceptance of orders is assumed unless vendor provides written notification of rejection of order within five days of issuance of order. NGA has a requirement for Custom Artwork Framing. The NAICS code is 442299 for the following work. Brand Name or Equal Individual task orders to be awarded may require "Brand name or Equal". A frequent brand name frame will be Nielsen. The salient characteristics of an "Equal" frame are as follows: An equal contemporary frame should have a flat, brushed, stainless or silver face that is one and 3/8-inch wide or more with an enclosed rabbet. The frame should include security hardware for assembly and hanging. The model should be available in other colors as well. Specific requirements will be provided in individual task orders. Description of Work: Images and prints provided by NGA will be in various sizes, ranging from eight inches to 96 inches. Each needs to be matted and framed under reflection-controlled UV acrylic. In some cases, box mounting, face mounting on acrylic, embedding in fiberglass, or mounting on stainless steel or brushed aluminum may be requested, as directed by the Government. Some items will be dry-mounted and some will be secured with linen tape. • Work shall be performed in accordance with Government-stated requirements within separate task orders. • The contractor will frame the provided artwork in a manner that is consistent with current professional trends. Specifically: • Artwork shall be trimmed as necessary and/or specified. • Archival quality Mat Board shall be acid free and meet or cover the edge of the image. • UV-filtered, reflective-control, 1/8 inch thick, clear, acrylic glazing shall be used. • Vac-u-mounting on acid-free mounting board shall be used if available. • Acid-free adhesive shall be used unless direction is provided not to mount certain items. • Use security hardware for hanging. Identified sets will be framed so that the hanging mechanism will be in identical positions to simplify the hanging process. • Use turn-buttons for holding the acid-free foam core or mounting boards. • Bubble wrap finished products for protection and shipment and include corner protectors. • Delivery: Delivery requirements shall be provided for individual task orders, but typically shall be made no later than 30 days after receipt of order to the following address: Rhonda Lee National Geospatial-Intelligence Agency 7500 GEOINT Dr. MS S81-SIF Springfield, VA 22150 All small business vendors wishing to respond to this solicitation/synopsis must be located within the Northern Virginia-Metro area. All contractors must be registered in the Central Contractor Registration (http://www.ccr.gov) database as well as the ORCA (www.orca.gov) database prior to any contract award. Lack of registration in the CCR and ORCA will make an offeror ineligible for award. The NAICS code identified in this solicitation must be in the CCR and ORCA prior to award. Your quote must contain the following in response to this solicitation: • Commercial pricing and any discount terms in response to the sample T.O. attached, • Cage code, • DUNS number, • Tax ID or size of business, • Warranty information, •Shipping/handling charges (must be specified) to include FOB • Validity period of quote, company point of contact, name and phone number, • Payment terms In accordance with FAR 52.212-2, Evaluation of Offers, quotes will be evaluated based on price and technical acceptability. Award will be made to the offerors with the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). All quotes are due electronically by 3:30 PM EST 30 days from date of publication in Fedbizopps. Submissions should not contain attachments greater than 3MB in size. Such submissions may be excluded. All quotes should be sent to Harriet Saulsbury, Contract Specialist @ saulsburyh@nga.mil (571-557-2417) or Julie K. White Contract Officer@ Julie.K.White@nga.mil (571-557-2403). An official authorized to bind your company must sign the quote-(electronic or handwritten-scanned signature is acceptable). All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published via Fedbizopps. All questions should be directed to Harriet Saulsbury, Contract Specialist @ saulsburyh@nga.mil. All questions (and their answers) will be posted on the FBO website to provide equal access to information for all potential offerors. No telephone calls will be allowed. NGA SPECIFIC CLAUSES 2.1 NGA SUBMISSION OF INVOICES (MAY 2008) • The contractor shall prepare each invoice in accordance with the Prompt Payment act. Fax one copy to DFAS Indianapolis at 1-866-894-8007. DFAS Indianapolis prefers a faxed copy but will accept hard copy that is mailed to their office listed on the face of the contract/order. • At the same time of submission to the payments office, the contractor will fax one copy to Harriet Saulsbury at 571 557-2417, Rhonda Lee at 703-806-5264. • The NGA receiver of the service or item will complete the receiving report and fax one copy to DFAS Indianapolis at 1-866-894-8007, and one copy to the contracting officer shown on the face page of this contract / order. • Contractors wishing to check the status of their vouchers should do so by using "my Invoice" at www.dfas.mil; click on the MyInvoice icon. Questions regarding vouchers or payment may also be directed to DFAS by calling 1-888-332-7366; select option 2, then option 2 when unable to obtain information on status of vouchers and payments via "myInvoice" and DFAS, questions may be directed to the contracting officer administering the contract. In the absence of an administrative contracting officer, contact the NGA procurement contracting officer, whose name and contact information appears on the face page of this contract / order. 3.0 Special Contract Requirements 3.1 NGA: 5X52.227-9000 Unauthorized Use of NGA Name, Seal, and Initials (JUNE 2006) (a) As provided in 10 U.S.C. Section 425, no person may except with the written permission of both the secretary of Defense and the Director of Central Intelligence, knowingly use the words "National Geospatial-Intelligence Agency", "National Imagery and Mapping Agency" or Defense Mapping Agency", the initials "NGA", "NIMA" or "DMA", the seal of the National Geospatial-Intelligence Agency, National Imagery and Mapping Agency, or the Defense Mapping Agency, or any colorable imitation of such words, initials, or seal in connection with any merchandise, retail product, impersonation, solicitation, or commercial activity in a manner reasonably calculated to convey the impression that such use is approved, endorsed, or authorized by both the Secretary of Defense and the Director of Central Intelligence. (b) Whenever it appears to the U.S. Attorney General that any person is engaged or about to engage in an act or practice which constitutes or will constitute conduct prohibited by paragraph (a), the Attorney general may initiate a civil proceeding in a district court of the United States to enjoin such act or practice. Such court shall proceed as soon as practicable to hearing and determination of such action and may, at any time before final determination, enter restraining orders or prohibitions, or take such other actions as is warranted, to prevent injury to the United States, or to any person or class of persons for whose protection the action is brought. 3.2 NGA: 5X52.227-9001 Activities That Affect U.S. Persons (DEC 2004) This contract is sponsored by the National Geospatial-Intelligence Agency. All work and services to be performed hereunder shall be in strict compliance with procedures set forth in DoD 5240.1-R. 3.3 NGA: 5X252.204-7000-90 Public Release of Information (APR 2004) Information pertaining to this contract shall not be released to the public except as authorized by the Contracting Officer in accordance with DFARS 252.204-7000, Disclosure of information. Requests for approval to release information pertaining to this contract shall be submitted to the Contracting Officer by means of NGA form 5230-1, National Geospatial-Intelligence Agency Request for Clearance for Public release. 3.4 NGA: 5X52.242-9001 Observance of Legal holidays and Closure of NGA (Oct 2008) (a) The National Geospatial-Intelligence agency observes the following days as Federal Holidays: New Year's Day January 1st Martin Luther King's Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th Inauguration Day January 20th of each forth year after 1965 Washington DC Metropolitan area only Any other day designed by Federal Law, Executive Order, or President Proclamation. (b) When the holiday falls on a Sunday, the following Monday is observed, if the holiday falls on a Saturday, the preceding Friday is observed. Observance of such days by the Government personnel shall not be cause for additional period of performance or entitlement to compensation except as set forth in the contract. If the contractor's personnel work on a holiday, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, unless authorized pursuant to an overtime clause elsewhere in the contract. (c) NGA may close a facility for all or a portion of a business day as a result of: 1) Granting administrative leave to non-essential NGA personnel (e.g. unanticipated holiday) 2) Inclement Weather 3) Failure of Congress to appropriate operation funds 4) Continuity of Operations (COOP) training exercises 5) Or any other reason deemed appropriate by the D/NGA. (d) In such cases, contractor personnel not classified as essential under the contract (i.e., not performing critical round-the-clock services / tasks or who are not already on duty at the facility) shall not report to the facility. Contractor personnel already present shall be dismissed and leave the facility. (e) Performance of round -the-clock operations: at the direction of the Contracting Officer; the contractor agrees to continue to provide sufficient personnel to meet requirements of critical tasks already in operation, or scheduled for performance during the period in which NGA employees are dismissed or the facility has been closed prior to the commencement of normal operations. Contractor personnel should contact their respective home offices to determine their company's respective policies on charging contracts during unscheduled closures. CLAUSE INCORPORATED BY REFERENCE: FAR 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) Certs and Reps to be provided with submission of quote only if different from those in ORCA. 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 2008) and DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Sep 2008). The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulations (DFAR) clauses are applicable to the acquisition applies to this. The provision of FAR applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-3, Gratuitites (APR 1984) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.211-6 Brand Name or Equal 52.219-6, Notice of Total Small Business Set Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.218-28, Post Award Small Business Program Representation (APR 2009) 52.222-3, Convict Labor (June 2003) (E.O. 11246) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUIG 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar, 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C 3332) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7008, Restriction on Acquisition of Specialty Metals (JULY 2009) 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) ALT 1
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCWD-6/HM157111T0302/listing.html)
- Place of Performance
- Address: 7500 Geoint Drive, Springfield, Virginia, 22150-7500, United States
- Zip Code: 22150-7500
- Zip Code: 22150-7500
- Record
- SN02453930-W 20110522/110520235552-4457b46c43d3e05826033359758fa28e (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 |