Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2017 FBO #5781
SOURCES SOUGHT

71 -- Design and Installation of Storage Systems

Notice Date
9/19/2017
 
Notice Type
Sources Sought
 
NAICS
541420 — Industrial Design Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 (47PM02), 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
WPHBA-17-0001
 
Archive Date
10/14/2017
 
Point of Contact
Suemi Smith, Phone: 2022054664, Sherise Doyle-Brown, Phone: 2028346581
 
E-Mail Address
suemi.smith@gsa.gov, sherise.doyle-brown@gsa.gov
(suemi.smith@gsa.gov, sherise.doyle-brown@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest-level, capabilities and qualifications of various businesses. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. Description/Scope of Work: The U.S. Diplomacy Center (USDC) at the Department of State holds a valuable collection of more than 7,000 unique art and historical and contemporary diplomatic artifacts. The staff of the USDC maintains this collection for the benefit of the Department and the general public. The USDC utilizes its collection to produce exhibits, public programs, and other educational content centSynopsis: The USDC is in need of professional services and equipment (systems, furniture) for the outfitting of a new collections storage space, to include the design and installation of a museum-grade storage system and museum-grade storage furniture. The USDC requires the vendor to design and install systems and furniture within a museum collections storage space, to suit their new location and storage capacity. This project requires specialized museum-grade systems and furniture to provide safe and space-efficient storage for fragile and irreplaceable diplomatic artifacts. The systems and furniture in the new location must include an electronically-operated high-density mobile shelving system consisting of mobile carriages mounted on tracks, a manually-operated high-density museum art rack system mounted on tracks, a wall-mounted museum textile storage rack system, and additional furniture to include museum conservation cabinets and flat file drawers. The North America Industry Classification System Code (NAICS) is 541420, which includes Furniture Design Services. Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company name, address, point of contact with verifiably correct telephone number and email address. 2. Company business size, including any official teaming arrangements as a partnership or joint venture. Company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone HUB zone small business, service disabled veteran owned small business, or veteran owned small business, if applicable. 3. Details of four (4) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the four (4) similar projects: a. State whether the firm acted as the Prime Contractor or Subcontractor. b. Duration of all four (4) projects. c. All projects shall demonstrate professional services and equipment (systems, furniture) for the outfitting of a new collections storage space, to include the design and installation of a museum-grade storage system and museum-grade storage furniture. d. Project references (including owner with telephone number and e-mail address). e. Project cost, term, and complexity of job. 4. Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES. 5. Level of Company's Security Clearance. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Failure to submit all information requested will result in a contractor not being considered as an interested company. E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, no more than ten (10) pages, shall be submitted via e-mail to Contracting Officer, Sherise Doyle-Brown at sherise.doyle-brown@gsa.gov and Suemi Smith, Contract Specialist, at suemi.smith@gsa.gov. Again, this is not a request for proposals. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Sources. The Government will not reimburse responders for the cost of the submittals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/WPHBA-17-0001/listing.html)
 
Place of Performance
Address: U.S. Diplomacy Center, Washington, District of Columbia, United States
 
Record
SN04683754-W 20170921/170919231709-a63d35b8cce64e7265042bbf1d6dc9c1 (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.