Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2013 FBO #4114
SOLICITATION NOTICE

Z -- Specialized Decorative Painting BPA - CLIN Breakdown - Statement of Work

Notice Date
2/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13R0133
 
Archive Date
4/6/2013
 
Point of Contact
Patrick T. Dermidoff, Phone: 703-875-4679
 
E-Mail Address
dermidoffpt@state.gov
(dermidoffpt@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work CLIN Breakdown 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. This combined synopsis/solicitation is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65. The Department of State, Office of Fine Arts (M/FA) intends to establish a Blanket Purchase Agreement for decorative painting services as described in further detail below for the Diplomatic Reception Rooms at the Harry S Truman Building in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 12. This announcement constitutes only the solicitation, which is hereby issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). The North American Industry Classification System (NAICS) code for this acquisition is 238320 with a small business size standard of $14,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business Set Aside. Requirement: The Government intends to award one or award more than one Blanket Purchase Agreement; however, the Government reserves the right not to award any BPA. The Government does not guarantee any order placements. Any resultant BPA(s) will be five (5) years in duration; however, either party may terminate the resulting BPA with 30 calendar days notice. The Government seeks to establish a BPA for the performance of professional decorative painting services in the Diplomatic Reception Rooms of the Harry S Truman Building in Washington D.C. The art and architecture of the Diplomatic Reception Rooms is modeled after the great American interiors: Thomas Jefferson's Monticello, Benjamin Chew's Cliveden, and John MacPherson's Mount Pleasant. These interiors were painted with historic colorants made for the U.S. Department of State by architects Walter Macomber, Edward Vason Jones, and John Blatteau. Today, these reception rooms and principal offices require annual and ongoing maintenance. The Contractor will conduct a condition assessment of the painted interiors at the U.S. Department of State, identifying short- and long-term objectives over the five-year period and making best practice recommendations for care and preservation of these surfaces with respect to environmental conditions and functional requirements of these entertaining spaces. To preserve original workmanship to the fullest extent possible, the Contractor will work with original custom colorants developed for the Department and adapt these colorants to existing paint conditions in the Diplomatic Reception Rooms using decorative techniques where necessary (stenciling, graining, marbleizing, and trompe l'oeil). A high proficiency in faux bois and faux marbre must be shown. The Contractor will address a variety of surface materials: plaster with hand-carved ornamental elements, faux-graining architectural elements (alcoves, balustrades as well as Doric and Corinthian columns), and mortise-and-tenon paneling. Moreover, the Contractor must replicate appearance of historic paints (non-uniform coloration from coarse pigments as well as uneven surface texture imparted by early brushes) and composition (use of tinted glazes, with colors imparted by natural pigments). As the architecture includes late colonial and early Federal periods, the Contractor must be knowledgeable of synthetic colorants, including admixture of turpentine for relative flat or glossy appearance, which emerged during the first decades of the nineteenth century. The Contractor must have knowledge of regional variations among city-centers (Boston, Philadelphia, and New York) and the ways in which colorants, glazing, and techniques evolved during historic and stylistic periods with respect to decorative treatments used in America. The Contractor must also have a thorough understanding of paint application using traditional methods. The Contractor advises the Curator of Collections as a technical experts drawing from multiple years of experience working with Government collections in the Washington, DC, region. This includes a thorough working knowledge of historic colorants through the colonial and federal periods with specific understanding of regional and revival styles where necessary. In addition, the Contractor makes recommendations for ways in which these colorants will appear under florescent, incandescent, and natural lighting conditions in the Diplomatic Reception Rooms. The Contractor must have extensive experience working with museums and in a manner consistent with recommendations of AIC and AAM for the care and preservation of the historic collection at the Department. With respect to decorative painting, the Contractor must be considered a subject expert by the nation's leading museums. The painted interiors of historic structures reflect the progression of stylistic movements in America. Often the original painted surfaces are concealed by successive layers of paint. Any approach requires a preliminary paint investigation, consideration of possible treatment goals (preservation, rehabilitation, or restoration), and mitigation of environmental causes (surface abrasion, accumulation, light pollution, and/or water). The Contractor must have demonstrated understanding of incompatible paints (acrylic latex, oil/alkyd, and calcimine) when knowledge of original formula is not available. Further, as the Diplomatic Reception Rooms were fashioned after the Colonial Revival, many of the interiors have raised paneling, requiring sanding (rotten stone or pumice) between paint applications and specialized hand-brushes and techniques for durable finishes. Period of Performance: Base Year: 04/01/2013 - 03/31/2014 Option Year 1:04/01/2014 - 03/31/2015 Option Year 2: 04/01/2015 - 03/31/2016 Option Year 3: 04/01/2016 - 03/31/2017 Option Year 4: 04/01/2017 - 03/31/2018 Contract Type: Labor Hour (Fixed hourly rate) Place of Performance and Hours of Operation: The Diplomatic Reception Rooms of the Harry S Truman Building (HST) 2201 C Street, NW Washington, D.C. 20520 -Days of operation: Monday thru Friday -Hours of operation: Between 8AM and 4PM Applicable Clauses: **52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. -Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition. -Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract 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 (See evaluation factors listed in RFP text on FBO) -Provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items By Reference: 52.202-1 Definitions (Jan 2012) 52.203-3, Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2012) 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2009) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2009) 52.215-2 Instructions to Offerors-Competitive Acquisition. 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (May 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) DOSAR 652.204-70 Department of State Personal Identification Card Issuance Procedures. 652.225-70 Arab League Boycott of Israel. 652.225-71 Section 8(a) of the Export Administration Act of 1979, as Amended. 652.242-70 Contracting Officer's Representative (COR). *FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. *FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Remember to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. This can be found at https://www.acquisition.gov/far/current/html/52_212_213.html Evaluation criteria: The procurement is being conducted under FAR Part 15.101-1. The acquisition evaluation will be conducted utilizing a best value -tradeoff source selection process, which seeks to select an offer with the overall best value to meet the government's need. Best value is defines as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The best value will be determined by comparing differences in the value of non-price features in cost to the Government. In making this comparison, the Government is more concerned with obtaining superior technical, non-price features than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall cost to achieve slightly superior technical, non-price features. Therefore, price/cost is not expected to be the controlling factor in the selection of an offeror, but the degree of importance of cost as a factor could become greater depending on the quality of the proposals for other factors evaluated. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract 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: Technical Capability, Key Personnel, and Past Performance. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability: Offerors must demonstrate an understanding of the performance requirements and an ability to execute them in accordance with the Statement of Work. In evaluating technical capability, the Government will evaluate the offeror's understanding of the work and soundness of their approach to specifically include an offeror's ability to provide the required services necessary to successfully execute the SOW requirements. In evaluating the offeror's technical capability, the Government will evaluate the offeror's understanding of the complete scope and complexity of performance requirements as it relates to the proposed skill mix and level of effort. This will be evaluated as a measure of the Government's confidence in the offeror's ability to plan for, manage, and staff the requirement. Submissions for technical proposals shall not exceed ten (10) pages excluding title pages, table of contents, and graphics. Key Personnel: Offerors must demonstrate that there will be knowledgeable and skilled personnel performing the required duties. Key personnel must have in-depth experience in specialized decorative painting with similar projects. Corporate Past Performance: Offerors must demonstrate proof of corporate past performance in work related to this requirement. The personnel must have in-depth experience in specialized decorative painting with similar projects. Companies must have experience handling detailed painting projects in historically significant settings Price: The offeror shall also provide a written price proposal. All services for each period of performance are to be labor hours with firm fixed hourly rates. The offeror's price proposal should include labor categories, and fully burdened labor rates. The Contracting Officer will establish call limitations in writing for individuals who are authorized to place calls. The call limit for each individual may vary. The Government will notify the offeror of the names of individuals who will be authorized to place calls against any resulting BPA. The BPA will identify the names of the individuals authorized to schedule deliveries under the Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. Proposal Submission: Proposal must be submitted electronically to dermidoffpt@state.gov. The due date is Friday, March 22 at 12PM EST. All proposals as well as inquiries should be sent electronically to: Patrick T. Dermidoff Contract Officer U.S. Department of State Dermidoffpt@state.gov 703-875-4679
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13R0133/listing.html)
 
Place of Performance
Address: U.S. Department of State, The Diplomatic Reception Rooms of the Harry S Truman Building (HST), 2201 C Street, NW, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02996679-W 20130228/130226234846-1353dea6e22f086bda859810358e7954 (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.