SOLICITATION NOTICE
Y -- Exhibit Fabrication and Installation Services - Attachment 2 – Drawing with Specifications - Attachment 1 – Exhibit Component/Service
- Notice Date
- 3/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NHLBI-CSB-EB-2016-090-CB
- Archive Date
- 4/1/2016
- Point of Contact
- Chris Bocus, Phone: 3014027888
- E-Mail Address
-
chris.bocus@nih.gov
(chris.bocus@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Exhibit Component/Service Task List Drawing with Specifications DESCRIPTION: (i) 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 acquisition is set aside for small businesses only. (ii) The solicitation number is HHS-NIH-NHLBI-CSB-EB-2016-090-CB and the solicitation is issued as a request for quote (RFQ). Offerors shall submit their quotes no later than 1:00 p.m. Eastern Standard Time(EST) on Thursday, March 17, 2016. (iii) The solicitation document, the incorporated provisions and clauses are those in the Federal Acquisition Circular 2005-86, effective February 01, 2016. (iv) The associated North American Industry Classification System (NAICS) code for this procurement is 339999 and the small business size standard is 500 employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. PURPOSE: The purpose of this requirement is to procure the services of a contractor to fabricate and install museum quality exhibit cases and graphic panels that will feature medical research supported by the National Institute of Biomedical Imaging and Bioengineering (NIBIB) through its extramural funding programs as well as that accomplished through its own, intramural, research programs.   (v) Background: The DeWitt Stetten, Jr., Museum of Medical Research, also known as the NIH Stetten Museum, preserves and interprets through physical and virtual exhibits the material culture of the scientific work of the NIH. Established in 1986, the NIH Stetten Museum collects instruments important to scientific research, especially instruments and technologies developed at the NIH. The Museum also collects non-scientific objects related to the general history of the NIH, including architectural artifacts, artwork, and clothing. Museum exhibits seek to inform the general public, patients and their families, visiting scientists, and scientific and non-scientific staff at NIH about the process of biomedical research and about its achievements. Working in conjunction with the National Institute of Biomedical Imaging and Bioengineering (NIBIB), NIH's Stetten Museum of Medical Research has developed a new exhibition that is to be located on the ground floor of the Claude B. Pepper Building/Building 31. This exhibition will feature prototypes, photographs and quotes associated with a variety of recent breakthroughs by scientists, researchers and investigators, who have benefitted from NIBIB support. PROCUREMENT: As part of the renovations of the first floor hall, just outside of the NIBIB Director's suite of offices, three wood-laminate-covered surrounds were created. One surround (on the wall surface at the very end of the hall), contains illuminated letters "NIBIB" and the subtitle "National Institute of Biomedical Imaging and Bioengineering" below in dimensional letters. On the right and left side walls approaching the logo, are two other wood-laminate covered surrounds. All of the surrounds are ringed with fluorescent light fixtures across the top and down each side, which are recessed, so that only the blue-violet glow on three sides of each "proscenium arch," betray their existence. However, it is the presence of these fluorescent fixtures (and the overhead fluorescent fixtures that were recessed into the hall ceiling)-that argue for U-V filter acrylic covers on each of the vertical vitrines to be constructed and installed. Looking towards the logo-wall, the proscenium arch on the right will surround a series of five vertical vitrines which are to be surface-mounted to the existing back-wall surface within the frame. Similarly, the proscenium arch to the left of the logo-wall will surround a series of two graphic panels that will flank a preexisting video monitor. All of the cases and panels to be installed will be lit with ambient hall light. None of the cases or panels will require any additional light fixtures or electrical power of any kind. As the hallway in which the new exhibition will be located is in use by large numbers of staff at almost all hours, the new exhibition components are to be fabricated as modular units that will hang in place on cleat blocks or clips so that they may be lifted off the back wall to effect maintenance. All on-site construction is to be confined to assembly of pre-fitted and pre-finished modules. For the purpose of estimation, please plan on delivering the exhibition components to the Claude B. Pepper Building (Building 31) during normal business hours. The carpet-tile surfaces of the hall floors must be protected while moving the components into position. The enclosed dimensioned drawings speak to the scale of each of the exhibition components for the purpose of estimating construction and installation costs. The series of five vertical acrylic vitrines are to be anchored to an MDF back panel insert with spanner-head safety screws across the top and bottom, and all acrylic used shall be museum-grade UV filter acrylic (per the specifications in the detailed drawings). Almost 90% of the prototypes and models (on loan from labs across the country), that will be featured in the vertical museum cases, are already in-hand, and will be delivered to your facilities to enable the creation of appropriate mounting brackets to suspend each off of the vertical case back walls. If a few are to be custom fabricated, or are unavailable prior to on-site installation, photographs, drawings and dimensions will be provided so that brackets may still be produced. CONTRACTOR REQUIREMENTS: Please refer to Attachment 1 - Exhibit Component/Service for a breakdown for specific contractor requirements. Please provide pricing based on each separate task. Additionally, please refer to Attachment 2 - Drawing with Specifications for complete details, specifications and measurements. SPECIAL CONSIDERATIONS: PAINTING, SANDING, OR MACHINING OF COMPONENTS AND ANY ACTIVITIES THAT WOULD PRODUCE FUMES, DUST, OR EXTRAORDINARY NOISE ON-SITE ARE STRICTLY PROHIBITED. CONTRACTOR WILL BE RESPONSIBLE FOR VERIFYING ALL SITE DIMENSIONS AND PREPARING SUCH DIMENSIONED SHOP DRAWINGS AS DEEMED NECESSARY, PRIOR TO BEGINNING EXHIBITION FABRICATION. SAFETY AND FIRE CODE RESTRICTIONS ON SURFACE MATERIALS AND SUBSTRATES MUST BE STRICTLY RESPECTED. ALTERNATIVE SOLUTIONS OF AESTHETICALLY SIMILAR MATERIALS MAY BE SUBSTITUTED FOR EACH AND EVERY SPECIFIED PRODUCT IF NECESSARY TO INSURE THAT THEY MAY BE ORDERED, OBTAINED AND INSTALLED IN AS SHORT A TIMEFRAME AS POSSIBLE. THE OFFICE OF NIH HISTORY (ONH) WILL BE RESPONSIBLE FOR DRAFTING AND EDITING TEXT LABELS AND PROSE FOR ANY AND ALL EXHIBITION COMPONENTS AND FOR THE CORRECT LANGUAGE OF CREDIT LINES ACCOMPANYING PHOTOGRAPHIC IMAGES AND OBJECTS. FILES SUPPLIED TO THE FABRICATOR WILL BE FINAL, READY-TO-PRINT PRODUCTION FILES. IF CHANGES ARE INTRODUCED AFTER THE FILES HAVE BEEN RELEASED FOR PRODUCTION, ONH (AND NOT THE FABRICATOR) WILL BE RESPONSIBLE FOR ANY ASSOCIATED COSTS. PLEASE QUOTE THE STAND-ALONE FLOOR CASE AS AN OPTIONAL LINE-ITEM TO INSURE AGAINST BUDGET ALTERATIONS THAT MIGHT SHIFT THIS ONE COMPONENT TO A LATER DELIVERY DEADLINE, OR A FUTURE FISCAL YEAR. (vi) Period of Performance: To be negotiated upon award (vii) The provision FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is hereby incorporated by reference. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition and is hereby incorporated by reference. Quotes will be evaluated in accordance with FAR 13.106 based on price, past performance/experience and technical approach in a best value determination. (ix) In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. (x) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. (xiii) FAR clause 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item, applies to this acquisition. Offerors shall submit their proposals no later than 1:00 p.m. Eastern Standard Time (EST) on Thursday, March 17, 2016. The response must reference the RFP Number: HHS-NIH-NHLBI-CSB-EB-2016-090-CB. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. This acquisition is set-aside for SMALL BUSINESSES. Proposals can be emailed to the Contract Specialist, Chris Bocus at chris.bocus@nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. All quotes shall contain the following: 1. Name of Contracting Organization; 2. Contract Number/RFP Number (for subcontracts, provide the prime contract number and the subcontract number); 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirement; 6. Contracting Specialist's Name and Telephone Number; 7. North American Industry Classification System (NAICS) Code; and 8. DUNS Number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-EB-2016-090-CB /listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04037743-W 20160304/160302235736-08e32787b5bf7c4d971ef0ae5794f5e8 (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 |