Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SOLICITATION NOTICE

99 -- Fine Arts Installation

Notice Date
6/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611610 — Fine Arts Schools
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ-005230
 
Archive Date
7/9/2012
 
Point of Contact
Daytona H. Philpotts, Phone: 3014512716
 
E-Mail Address
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 (May 2012). This announcement constitutes the only solicitation. The solicitation number for this acquisition is RFQ005230 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 611610 and the Small Business Size Standard is $7.0 Million. This will be awarded as Firm-Fixed Price, Total Small Business Set-Aside. This is a re-compete solicitation; the current incumbent is Fitzgerald Fine Arts. Background The Clinical Center (CC) is a 234 bed clinical research hospital servicing the needs of the NIH Intramural Research Program by providing a safe and effective environment for the care and treatment of patients participating in structured biomedical research protocols. The CC employs approximately 2,000 employees, across 30 different departments. The Clinical Center Complex consists of 3.5 million square feet of mixed occupancy space in three congruent buildings on campus. The Office of Space and Facility Management (OSFM) supports the mission of the CC by providing a functional, effective and safe environment for patients, visitors and staff. This is accomplished through planning and directing a comprehensive construction management and arts program to support alterations, renovations, repairs and improvements necessary to support occupants' beneficial use and to ensure an environment that is comfortable and supportive of patient care operations. Summary and Overview This contract is being established for beautification services in the Clinical Center Complex and other CC occupied buildings. The contractor shall perform services as required including changing art show exhibits, coordination of art displays, research and proposals and presentation support, administrative support, status reports, inventory data collection. Mandatory Training and Orientation Each person selected to work at the Clinical Center must receive an orientation to the position and the Clinical Center. The government will provide the training listed below, attendance by contractor employees is mandatory. Clinical Center Orientation Safety and Emergency Preparedness Hospital Infection Control Universal Precautions Patient Confidentiality Diversity Appreciation Customer Service Computer Security Awareness Time for mandatory training and orientation listed above is paid for by the Government. SCOPE OF WORK The Contractor shall provide on-site personnel to perform the services listed and detailed below:  Maintenance of the permanent art collection inventory. Artwork on display throughout the hospital is referred to as the permanent art collection. All artwork owned by the Government is identified with an inventory number. On an annual basis the Contractor will conduct an inventory survey to locate placement of artwork. The location data shall be entered into an inventory database. The Contractor will produce reports as required, and insure that artwork which is moved, removed or added to the collection is properly identified and inventoried. The Government will provide a digital camera and scanner device for inventory tracking.  Monitor the appearance of the permanent art collection. While making rounds in the building, the Contractor will note any artwork that is missing or damaged. If damaged artwork is found, the Contractor will remove it and place it in a designated location in the art storage room. The Contractor will replace or move artwork as necessary to insure the appearance of the collection remains intact. While artwork is being repaired, the Contractor will place a sign on the wall, provided by OSFM, appropriate for the situation. Artwork installed from the storage room will be dusted and cleaned prior to installation. A summary report of the collection will be provided to the project officer on a monthly basis. The report should include the number of pieces removed or moved with resolution/disposition.  Keep the art storage room clean and organized. A designated storage room will be provided to the Contractor to temporarily house artwork removed for repair, cleaning, or temporary storage due to renovation or flooding. The Contractor will keep the space clean and organized.  Provide art consultation services. The Contractor will serve as an advisor to the CC Art Committee. In this capacity, the Contractor will provide guidance and expertise related to collaborative agreements with other Government agencies, museums and with the local arts community. The Contractor will support the hospital arts program by performing the following duties: a. Prepare gift donation packages for review by the CC Art Committee; b. Facilitate special art exhibits (research new initiatives or opportunities, present ideas, coordinate efforts with other NIH/CC offices, design and install the exhibit); c. Select art for display in accordance with established guidelines; d. Facilitate long and short term loans for special projects; e. Recommend artwork for purchase; f. Facilitate site specific commissions; g. Design and install art packages that are appropriate for target patient populations; h. Install artwork in accordance with gallery specifications and proper security locking device. The contractor will provide gallery exhibits that change every two months at designated locations in the NIH Clinical Center. The shows are scheduled to change three (3) times during the initial/base contract and five (6) times during the option year. The schedule for show changes is February, April, June, August, October, and December. The contractor is expected to find local artists, schedule shows and coordinate the installation of show changes during the weekend to minimize disruption to the hospital. In the event that an artist cancels a show or is unprepared for the show; the Contractor is responsible for finding alternative artwork to be hung in its place. The gallery spaces may not be left vacant. Artwork must be appropriate for display in a health care setting and must be matted and framed appropriately. Questions or concerns about appropriateness of artwork must be brought before the CC Art Committee prior to the show. The project officer retains the right to have artwork removed at any time if it is not appropriate for a healthcare setting. The Contractor is responsible for coordinating all activities associated with the changing art exhibits as prescribed by the Exhibit Guidelines. Any repairs to artwork, that are not in the permanent art collection, or requests for new artwork are outside the scope of this contract and will be bid separately. Government Furnished Equipment (GFE) Government Furnished Information The government will provide the contractor with the necessary facilities to support contract completion including desktop computers, software and network services, printers, digital camera, blackberry, and inventory scanner to aid in the performance of the work. Evaluation Criteria The government shall evaluate the technical and cost proposals and an award will be made using Best Value award criteria. The contractor's technical proposal will be evaluated based upon the following technical criteria. • Past performance - This item refers to the contractor's performance of similar tasks in previous contract efforts. These contracts must be completed within the past three (3) years or currently in progress for services similar to the requirements of this statement of work. (15%) • Experience of the proposed individual - The individual's resume should contain details (length of experience, depth of experience, dates employed and employer) which specifically address the skills and experience contained in the Statement of Work. This item refers to "Experience and Skills" listed under each subtask and in those past performance references cited. (30%) • Technical and management approach - The proposal must demonstrate a thorough understanding of the scope of each requirement in the Statement of Work. The proposal shall present a management plan and a discussion and outline of proposed methodologies to successfully accomplish the requirements as outlined. The proposal should show an understanding of the purpose of the project and demonstrate an understanding of the requirements from a management and technical standpoint. Offerors must demonstrate their ability to equip staff, operate and manage the work. (30%) • Cost - This criteria applies to the overall cost for the requirement. (25%) Points shall be awarded according to the following formula: Lowest Price x total available points = cost points assigned Offerors price Government Responsibilities The Government will provide reasonable access to gallery spaces for the design, installation and maintenance of the changing art exhibits. The Government will provide a desk, computer, office phone, blackberry, digital camera, and inventory scanner to aid in the performance of the work. Labor Hours Scheduling shall be made a week in advance and mutually agreed upon between the government Contracting Officers Representative and the contractor. The contractor shall perform the tasks described on-site and via email or internet connection. The work schedule is flexible. Interested contractor must submit qualifications and pricing as follows: Base Year : 3 Changing art shows $_______ per show, $________/year Art Consultant (475 hours) $_______ /hour, $_________/year Fine Art Installer (75 hours) $ ________/hour, $_________/year Option Year: 6 Changing art shows $_______ per show, $________/year Art Consultant (940 hours) $_______ /hour, $_________/year Fine Art Installer (145 hours) $ ________/hour, $_________/year Qualifications The contractor's primary place of business must be located within the Washington Metropolitan area. The contractor must have at least three years of curatorial experience and have knowledge of the unique circumstances within a healthcare environment. The contractor must demonstrate, through evidence of formal training or experience, the following skills: care and experience in evaluating and handling fine art, proper transportation of fine art, knowledge of proper archival framing techniques, and the ability to design and install a fine art exhibit. NIH Identification and Parking Contract staff must comply with ID requirements issued below in order to receive an ID and parking permit: 1. Obtain a request for DHHS Identification Badge from the Office of Facility Management with project officer's signature; 2. Obtain Identification Badge on the first day of employment or as soon as a favorably adjudicated FBI Fingerprint Check is communicated from NIH's Division of Personnel Security & Access Control; 3. Ensure that all personnel working under this contract obtains timely renewal of the NIH ID badge if it expires and contractor is still employed through this contract; 4. Return NIH ID badges within two days upon dismissal of an employee or at the termination of contract. PERIOD OF PERFORMANCE: Base Performance Period: July 1, 2012 - December 31, 2012 Option to extend: January 1, 2013 - December 31, 2013 Level of Effort The contractor will work on-site, in the Office of Space Facility Management, three days per week (6 hours per day). The work schedule will be flexible in order to accommodate the needs of the program. Place of Performance NIH Clinical Center, 10 Center Drive, Bethesda, MD 20892-1352 ________________________ The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/ The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; 52.217-9 -- Option to Extend the Term of the Contract; FAR 52.219-6 -- Notice of Total Small Business Set-Aside Contract Terms and conditions; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 06/24/2012 Eastern Standard Time 5:30 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _July 1, 2012. Requests for information concerning this requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov no later than June 19, 2012, 3:00 pm. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ-005230/listing.html)
 
Place of Performance
Address: Bethesda, MD 20892-1352, United States
Zip Code: 20892-1352
 
Record
SN02777516-W 20120617/120615235222-ae12c2e400a5c08c6cb25f4b1d5cee64 (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.