Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350

R -- LEASING OF AN EXHIBIT SOL 04-3K47-99 DUE 030999 POC Janice Speth, Contract Specialist, 301/504-6071, fax 301/504-5009 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; offers are being requested and a written solicitation will not be issued. This requirement must be available as a commercial product/service; not developed solely for the purpose of this procurement. The solicitation #04-3K47-99 is issued as an Request for Quotation (RFQ), and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-10. The applicable Standard Industrial Classification Code for this acquisition is 7336 and the small business size standard is $5.0 million. This acquisition will be procured as unrestricted. The proposed contract will include the following Statement of Work: The U.S. National Arboretum (USNA) needs a large exhibit during the summer months of the Year 2000. This exhibit must relate to the mission of the USNA in the area of Integrated Pest Management (IPM) and must be something which will grab the attention of the USNA visitors and the Media. The USNA wants to increase visitation and awareness. The mission of the USNA is to conduct research, provide education, and conserve and display trees, shrubs, flowers, and other plants to enhance the environment. The USNA is a research facility and living museum. It is dedicated to serving the public and improving our environment by developing and promoting improved landscape plants and new technologies through scientific research, educational programs, display gardens, and germplasm conservation. The USNA is: a world-renowned institution providing leadership in plant-related research, education, and display; a modern, state-of-the art, technologically advanced facility that utilizes environmentally sound practices; and a national and international center for public education that welcomes its visitors with a wealth of diverse plants displayed in a stimulating and aesthetically pleasing environment. The Contractor shall provide an exhibit that meets the following criteria: 1) The exhibit directly relates to USNA's mission in the area of Integrated Pest Management (IPM) -- i.e., good bugs, alternatives to chemicals, etc.; 2) As the USNA is 444 acres, the exhibit must include at least 14 components in order to be strategically placed and encompass the grounds; 3) The exhibit can be arranged in pieces (to be installed and dismantled by the Contractor) in different sites across the Arboretum, thereby giving visitors a chance to explore the whole USNA rather than emphasizing just one area; 4) The exhibit must be appropriate for outdoor display within cultural gardens and collections and must withstand the elements applicable to the timeframe for this region; 5) The exhibit should be stationary (not animatronic) with the ability to position pieces in a variety of settings (i.e., in trees, on buildings, in ponds, on structures, etc.); 6) The exhibit is constructed of natural materials (so as to be appropriate set within the USNA); 7) The exhibit is already built so that we can begin preparations for brochures and marketing without having to wait to see what it will look like; and 8) The exhibit has proven to raise visitation and awareness at other Arboreta and Botanical Gardens within the United States. PERIOD: The period for display of the exhibit will be from June 2000 to October 2000. The USNA has analyzed visitation data and feel that this period will be the optimum for our purposes. The installation and dismantling period is one to two weeks prior to loan period and immediately subsequent to loan period. CARE, PRESERVATION, AND EXHIBITION: The Government will give to the objects leased the same reasonable care it gives comparable property of its own. Precautions will be taken to protect objects from fire, theft, mishandling, dirt, and insects, and from extremes of light, temperature, and humidity while in the Government's custody. It is understood by the Contractor and the Government that all tangible objects are subject to gradual inherent deterioration for which neither party is responsible. Evidence of damage at the time of receipt or while in the Government's custody will be reported, in writing, immediately to the Contractor. It is understood that objects that, in the opinion of the Government, may be damaged by infestation may be fumigated at the discretion of the Government. TRANSPORTATION, PACKING AND INSTALLATION: The Contractor is responsible for packing/unpacking and transporting the objects on exhibit. FOB Destination. Costs of transportation and packing are included in Installation and Dismantling Fees. The method of shipment is at the sole discretion of the Contractor. INSURANCE: The Government is self-insured. Pursuant to 28 U.S.C. 1346(b), 2401(b), and 2671-2680, the Contractor may use the provisions covered under the Federal Tort Claims Act to claim compensation for any loss or damage to objects due to negligence or a wrongful act or omission of the Government or any employee of the Government. REPRODUCTION AND CREDIT: The Government may photograph the objects lent for educational, catalog, and publicity purposes. It is understood that objects on exhibit may be photographed by the general public. The Contractor may reserve all rights to any commercial production or reproduction. The Contractor may have artistic control over the logo and will be allowed to approve the design for all commercial items produced by the Government. The Contractor will retain all copyrights, trademark rights, and moral rights to the objects. Any interested/qualified source who believes they can provide the requirement may respond by 4:00 p.m. on March 9, 1999, to the contracting address above. Faxed offers are acceptable. All offers will be evaluated in order to determine the ability to meet the above stated criteria (capabilities). Offerors shall address each criteria in their offers and shall include specifications, literature, brochures, and other such information corresponding to each elementrequired which demonstrates the capabilities of the offeror. Offerors shall identify where the offered item meets or does not meet each of the Government's minimum specifications. Each offeror shall furnish past performance information -- three customer references within the last three years for the same or similar items including contract numbers, points of contact, address, and telephone number. Each response must reference the CBD title and solicitation number. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Anticipated award date is March 12, 1999. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items -The following factors shall be used to evaluate offers: Ability, past performance, and price. Ability and past performance, when combined, are significantly more important than cost or price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; and the following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, will apply to the resultant contract: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Addendum to include FAR Clause 52.237-2 and Contractor is to facilitate Electronic Funds Transfer (EFT) for contract payments, 31 CFR Part 208 requires the submission of information by the contractor to the payment office. The contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. All offerors must include a completed copy of FAR52.212-3 with their response. Posted 02/17/99 (W-SN299467). (0048)

Loren Data Corp. http://www.ld.com (SYN# 0106 19990219\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page