Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

V -- USPTO Artwork and Special Collection Move

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231
 
ZIP Code
20231
 
Solicitation Number
PROC0300339
 
Response Due
8/18/2003
 
Archive Date
9/2/2003
 
Point of Contact
Brendon Johnson, Contract Specialist, Phone 703-305-8146, Fax 703-305-8294, - Raymond Witmer, Contracting Officer, Phone (703) 308-5064, Fax (703) 305-8294,
 
E-Mail Address
BrendonJ.Johnson@USPTO.GOV, raymond.witmer@uspto.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial items issued under the Test Program at FAR Subpart 13.5, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation or Request for Quote (RFQ) and will follow simplified acquisition procedures. Responses are requested pursuant to this announcement. All responses shall reference Solicitation PROC 0300339. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 01-15, as if stated in full text, as well as the terms and conditions of FAR 52-212-1. As a result of this solicitation, the United States Patent and Trademark Office (USPTO) anticipates awarding a firm fixed price purchase order. The anticipated period of performance is 2 years. This procurement is set aside for small business. The North American Industrial Classification Code System (NAICS) code for this procurement is 484210. For this NAICS the small business size standard is $21.5 million. Contract Line Item Numbers (CLIN): CLIN 0001 MOVING THE COLLECTION: SLIN 0001A Removal, packing, crating, and moving collection Unit Price $___; SLIN 0001B Storage of collection for three weeks Unit Price $___; SLIN 0001C Moving, unpacking, uncrating, and installation of collection Unit Price $___. Total CLIN 0001 Price $___. CLIN 0002 MOVING MISCELLANEOUS PICTURE: SLIN 0002A Removal, packing, and moving general wall hangings (minimum number of fifty) Unit Price $___; SLIN 0002B Storage of general wall hangings for three weeks (minimum number of fifty) Unit Price $___; SLIN 0002C Moving, unpacking, and installation of general wall hangings (minimum number of fifty) Unit Price $___. Total CLIN 0002 Price$___. Requirements: 1. INTRODUCTION 1.1 OVERVIEW The USPTO is currently located in Crystal City, Virginia. The USPTO?s Office of Space Acquisition oversees the agency's effort to consolidate its operations in Alexandria, Virginia (approximately five miles from the current site) into a unified campus setting known as Carlyle. Occupancy of the new headquarters is expected to occur in three phases. The USPTO has identified special collections that require specialized relocation services. 1.2 EXISTING CRYSTAL CITY LOCATIONS The USPTO is currently located in Crystal City, Virginia, with about 8,000 employees and contractors in about 2 million square feet of space in 18 separate office buildings that span a distance of over a mile. 1.3 FUTURE CARLYLE LOCATION The USPTO Carlyle Campus, located in Alexandria, Virginia, is comprised of five buildings and two townhouse complexes. Each building has ten floors. The Madison building consists of two structures interconnected by an atrium. Townhouses have either three or five floors. 2. SCOPE OF SERVICES 2.1 MOVING THE COLLECTION The Contractor will remove the collection from existing locations, prepare the items for moving (packing, crating), move, store, deliver, and install the special collection items. Because of the perceived value of these items, special handling is required. The Collection items are detailed in the following inventory. Organization (Division/Office); Location (Bldg/Rm.); Item Description (Type/Size); Estimated Item $ Value. 1. Under Secretary & Director; PK2-906; Dr. Thornton Painting; >10K. 2. Under Secretary & Director; PK2-906; Henry Remsen Painting; 5-10K. 3. Under Secretary & Director; PK2-906; Robert Fulton Painting; 5-10K. 4. Under Secretary & Director; PK2-906; Former Commissioner Pictures (50); >10K. 5. Under Secretary & Director; PK2-906; Patent Drawing in hallway; 1-5K. 6. Under Secretary & Director; PK2-906; Grandfather Clock - 150 years old; Unknown. 7. Under Secretary & Director; PK2-906; Regulator Wall Clock - Historic Search Rm. Clock; 1-5K. 8. Under Secretary & Director; PK2-906; Edison Light Bulb replica with stand; 1-5K. 9. Under Secretary & Director; PK2-906; Bust of George Washington with stand; 1-5K. 10. Under Secretary & Director; PK2-906; 2 Bookcases of gifts presented to Commissioners; Unknown. 11. Under Secretary & Director; PK2-906; Rare Historic 1-of-a-Kind books in Exec. Library; Unknown. 12. CFO/CAO; PK2-909; Michael John March (3' x 4') - Abstract Painting; 1-5K. 13. CFO/CAO; PK2-909; Michael John March (3' x 4') - Abstract Painting; 1-5K. 14. CFO/CAO; PK2-909; Double Framed Abstract; 1-5K. 15. General Counsel; PK2-905; 2 Pictures (2 x 4) - Name Unknown; 1-5K. 2.2 MOVING MISCELLANEOUS PICTURES The Contractor will also remove pictures, not identified in the collection above, from existing locations in PK2- 9th and 10th floors, prepare the pictures for moving (packing, crating), and move, store, deliver, and install these pictures. These pictures do not require the same level of special handling as those items listed within the collection. It is anticipated that about 150 pictures will be removed from the areas at the same time. This work will be performed on a unit price basis. 2.3 SCOPE OF SERVICES BY OTHERS This work does not include the relocation of furniture, boxes or computer equipment. It does not include moving the collection of the USPTO museum and affiliates. 3. WORK PHASING The moves are scheduled to coincide with the construction completion of the buildings at Carlyle. As such there are three general move phases. Phase I: The Remsen Building, the Jefferson Building, and the Carlyle Townhouse are scheduled to be occupied between November 2003 and March 2004. There is minimal work planned associated with these buildings. Phase II: The Madison Building, the Randolph Building and Elizabeth Townhouse are scheduled to be occupied between April 2004 and December 2004. The majority of the collections will be moved during this time. Phase III: The Knox Building is scheduled to be occupied between January 2005 and July 2005. There is no work planned associated with the Knox Building. 4. GENERAL REQUIREMENTS 4.4 ACCESS TO GOVERNMENT FACILITIES During the life of the contract, the rights of ingress and egress to and from the Government facility for Contractor personnel shall be made available as required. During all operations on Government premises, Contractor personnel shall comply with the rules and regulations governing the conduct of personnel and the operation of the facility. The Government reserves the right to require Contractor personnel to sign in upon ingress and sign out upon egress of the Government facility. 4.5 COORDINATION WITH OTHERS The moves will occur in occupied buildings in Crystal City and at Carlyle. Carlyle will be an active construction site. Therefore, it should be anticipated that other routine operations and activities would be encountered during the move. The occupancy of the Carlyle site requires numerous activities and tasks from various Contractors, including another vendor relocating computer equipment and another vendor relocating personnel and furniture. Although the move will be coordinated to minimize interferences, the Contractor should anticipate the need for some flexibility. It is the intent to schedule the packing and removal of the collection before the personnel of an area is moved. In a similar concept, it is the intent to have the collection installed after the personnel have moved. 5. MOVING REQUIREMENTS The Contractor will provide the removal, packing and crating of the collection. Handling of the collections shall be performed in a professional manner. The Contractor will provide the packing and crating material. The Contractor is expected to provide a sufficient number and type of moving equipment to efficiently and effectively conduct the move. This equipment includes such items as vehicles, dollies, stevedores, and library carts. The Contractor will store the artwork at their facility between removal from Crystal City and installation of Carlyle. For bidding purposes assume storage duration of three weeks. All equipment is to be in a safe and good working condition. Damage to government property as a result of faulty equipment is the responsibility of the Contractor. The Contractor will remove and dispose of the packing and crating material. Additional Contract Requirements: 6. PERSONNEL 6.1 SUPERVISOR The Contractor shall assign a full time supervisor for each crew utilized in the performance of this work. The supervisor shall be responsible for compliance of all of the crew with the conditions of this contract. The moving supervisors must have demonstrated experience with moving collections. 6.2 PESONNEL SECURITY REQUIREMENTS The supervisor is responsible for all personnel under this contract in government space. All non-U.S. citizens to be employed under this contract must have official legal status in the United States. The Contractor shall submit to USPTO the names and social security number or work identification permit number of all personnel proposed to be working for each shift at least one working day before the shift begins. Personnel backgrounds may be checked. Personnel working for the Contractor may have temporary USPTO badges issued at the beginning of each shift. The moving personnel must visibly wear the badges at all times. At the end of each shift, the badges must be returned. Issuance of temporary badges does not signify approval for the personnel to be in USPTO areas other than that area directly required to perform the move or that the personnel will be permitted to work on subsequent tasks. Instruction to Offerors: -All interested offerors are invited to attend an on-site visit to be held on August 11 or August 12, 2003. Please contact Ms. Cathy English at 703-305-8296, No Later Than COB August 8, 2003 for coordination. Attendance at the on-site visit is mandatory in order to be eligible for award. In addition to the provisions of 52.212-1 ?Instructions to Offerors-Commercial Items?, all offerors must submit the following technical, past performance, and price information with their quotation: 1.1 COMPANY AND PERSONNEL INFORMATION A. Company Operations. Specify the following: History of company, including year collection move services were established. Company or contact person E-mail address. Company web page address, if any. Small business certification. Other pertinent company information. B. Key Personnel and Operating Personnel. Provide a resume of the company management and each planning supervisor who will have major responsibilities for the performance of the services under this contract. Include relevant collection relocation experience. 1.2 MANAGEMENT APPROACH Discuss your management approach to provide the planning services in order to meet the requirements of this solicitation. Limit the information to a maximum of two pages. Address the following items: Understanding of USPTO project. Proposed methods and techniques to remove, package, move, and install the collection. Proposed details of storing the collection. Insurance implications to the cost proposal. Quality control. 1.3 EXPERIENCE AND PAST PERFORMANCE ON SIMILAR PROJECTS a. Provide at least three examples of projects performed during the last three years similar in nature in order to demonstrate the Offeror's experience and ability to provide skilled personnel and Offeror?s ability. Limit the information to a maximum of 3 pages. For each project, provide the following information: Current point- of- contact (Contracting Officer and COTR), point of contacts' telephone number, fax number, email addresses (if available), contract title (if applicable), contract number, contract type, period of performance, dollar amount, and description of the work performed; Approximate number and type of collection moved; Type of client (commercial or governmental) and whether Offeror had direct contract with client or a third party; Describe how these projects are similar to this USPTO project. 1.4 PRICING Submit pricing for each Contract Line Item Number (CLIN) according to the schedule provided in this solicitation. Offerors shall include a completed copy of the provision at 52.213-3, ?Offeror Representations and Certifications ? Commercial Items? with its offer. Best Value Basis for Award: a purchase order will be awarded to the responsible offeror whose quote, conforming to the solicitation, is the most advantageous to the Government for technical factors (company and personnel information, management approach), past performance, and price. Technical and past performance, when combined, are significantly more important than price. The award will include the clauses cited at FAR 52.212-4 ?Contract Terms and Conditions ? Commercial Items? and 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items.? Offerors must be registered in the Central Contractor Registration (CCR, at www.ccr.gov) in order to be eligible for award. Responses/quotes shall be delivered via email to brendonj.johnson@uspto.gov, cc Raymond.witmer@uspto.gov no later than 2:00 PM on August 18, 2003. The point of contact for information regarding this solicitation is Brendon Johnson at 703-305-8146. Alternate Point of Contact is Raymond Witmer at 703-308-5064.
 
Place of Performance
Address: See description.
 
Record
SN00392324-W 20030807/030805213421 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.