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