Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

99 -- Indefinite Delivery Indefinite Quantity Wayside Exhibit Quality Porcelain Enamel Imaging, National Park Service, Harpers Ferry Center, Harpers Ferry, WV with performance at Contractor facility & shipment by F.O.B. Destination throughout the U.S.

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
HFC - Acquisition Management National Park Service Harpers Ferry Center P.O. Box 50, 230A Zachary Taylor Street Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
N1191040025
 
Response Due
4/22/2004
 
Archive Date
3/25/2005
 
Point of Contact
Timothy Smearman Contract Specialist 3045356285 timothy_smearman@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a COMBINED SYNOPSIS / SOLICITATION for Commercial Items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; proposals are being requested on or before 4 P.M. local prevailing time on April 22, 2004 and a WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER N1191040025 is issued as a Request for Proposal (RFP) for Wayside Exhibit Quality Porcelain Enamel Imaging. This is a total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 339950. Size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 01-20. It is anticipated that up to two (2) awards will be made on or about June 4, 2004. Award(s) will be for an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Contract for one year with a one year option period. The Contractor will be guaranteed a minimum workload of $3,000 and the maximum workload limit will be $300,000 for year one. Year two will have a guaranteed minimum workload of $3,000 and the maximum workload limit will be $300,000. If a Contractor declines to propose or declines work offered by the National Park Service at any time during the contract period, the estimated amount of the project will be subtracted against the minimum guaranteed workload in this contract. BACKGROUND: As one of the nation's principal conservation agencies, the National Park Service (NPS) has the responsibility to protect some of our most treasured natural and cultural resources. In order to preserve these treasures it is important that they be interpreted in ways that help NPS visitors experience them, understand them, and appreciate their value. It is also important that those who visit National Park sites be assured that their visits are safe and enjoyable. Since its earliest days, the NPS has relied on a variety of interpretive media to assist in the effort to protect its resources and to assure the pleasure and safety of its visitors. Among the various media used by the NPS, wayside exhibits provide the most direct interpretation of park sites and features. Because they are located in a park's outdoor environment, "waysides" offer immediate -- and readily available -- sources of information tailored to a specific place and time. No other interpretive medium can match the power of direct association of information and resource, or the convenience of on-site location. Currently, NPS wayside exhibit panels are produced in a limited number of standard sizes and configurations. Exhibit panels are usually made in either of three sizes (24"w x 36"h, 24"w x 42"h, or 36"w x 48"h) and in either of two materials (fiberglass embedded screen imaged paper or porcelain-enameled steel panels.) PURPOSE: This contract is to meet the porcelain enamel imaging requirements of the Department of the Interior, National Park Service and occasionally other agencies of the Government, by providing fabrication of exhibit quality porcelain enamel imaging on a variety of substrates intended for outdoor use. All work performed under this contract will be directed by the issuance of Task Orders in accordance with procedures outlined in Section G of the resulting contract. In no event will the Government be responsible for any work performed by the Contractor that is not undertaken pursuant to a Task Order authorized by the Contracting Officer. SCOPE OF WORK: Independently, and not as an agent of the Government, the Contractor shall provide all labor, materials, equipment and facilities (except as otherwise specified), necessary to provide exhibit quality porcelain enamel imaging on a variety of substrates intended for outdoor use. Other services related to the rehabilitation of porcelain enamel exhibits include graphic layout, film mechanical preparation and final exhibit panel inspection/finishing and are also a part of this contract. Specifically, the following services are required: A. PORCELAIN ENAMEL IMAGING (1) Image in tight register in up to nine (9) colors on a panel size range from 6" x 9" up to 42" x 72". (2) Capacity to handle the above described imaging in a group of subjects (average 30 subjects) comprising one job. From one to four identical additional copies of each subject may be required at the time of the initial production. All production phases of the work described shall be concurrent and continuous. (3) Fuse glass (enamel) to various substrates including enameling steel, stainless steel and plate glass. (4) Image four-color process images in perfect registration of separation rulings from 55 to 150 lines per inch. (5) Image fine line detail including mezzotint and other special effect conversion screens, 150 line half-tones and duo-tones, and 6 pt. serif type faces without discernable saw-tooth edge or other character defects. (6) In-house capability to accomplish the required mechanical and chemical substrate preparation prior to imaging. (7) In-house capability to fabricate, image and reclaim screens. (8) In-house capability to mix, apply, expose, develop and fix enamel bearing photosensitive emulsions. (9) Mix and match enamel colors to PMS color specifications or Government-Furnished color swatches. (10) Furnish high quality color enhancement (hand painting) of line illustrations. (11) Facilities and equipment required to prepare films, mix and match colors, fabricate screens, image screen stencils, screen print, apply presensitized coatings, prepare metal for the enameling process, and image and fire porcelain enamel exhibits. B. FILM PREPARATION - The preparation of film mechanicals (positives and negatives) to include the development of graphic layouts based on Government-Furnished design concepts. This phase is intended to support the production of the previously described porcelain enamel imaging and will involve specifically: (1) Creation of original layouts (exhibit designs), based on design concepts furnished by the Government. (2) Preparation of original black and white and full color illustrations and photographic images for reproduction, i.e., the intermediate photomechanical steps required to convert original images into the necessary film form for porcelain enamel imaging. (3) Type specification. (4) Table work to include paste up, negative stripping, and assembly of film positive and negative elements into final color separated and registered format required for porcelain enamel imaging. DELIVERY REQUIREMENTS: Preservation, packaging, and packing for all shipments or mailing of all required deliverables shall be in accordance with accepted commercial practices. This shall include ample packaging and identification of package contents to prevent deterioration and damage during shipment, provide for easy identification of package contents, and be adequate to ensure acceptance by common carrier for secure transportation at the most economical rates. The F.O.B. Point for all work will be identified in each individual Task Order. Packaging shall also be labeled to ensure easy routing at its destination in accordance with the NPS template requirements. Label information shall include the following: A. Description / Inventory of the package's content, B. Contracting Officer Technical Representative Name, C. Task Order Number. Information shall be rendered clearly, in permanent inks, and positioned to be readily apparent. All deliverables shall be shipped F.O.B. Destination with all shipping and transportation costs prepaid. Shipments shall be received at destination on or before specified completion date. PERFORMANCE: A. This Indefinite Delivery Indefinite Quantity (IDIQ) Contract will be for one (1) year from the contract effective date. Task Orders may be placed against the Indefinite Quantity Contract at any time during the one (1) year period even though the delivery under a particular Task Order may extend beyond the completion date of the Indefinite Quantity Contract. B. At the option of the Government, this contract may be extended for one (1) separate twelve (12) month period by the Contracting Officer given written notice of extension to the Contractor prior to the expiration date of this contract. The parties agree that upon issuance of a modification exercising the option year, the following changes will be made to the Contract. (1) The Scope of Work will remain unchanged. (2) The Time for Completion specified in Paragraph A above, will be extended by twelve (12) months. (3) The rates for services and materials will be increased in accordance with the rates set forth in Attachment B, Supplies or Services and Prices/Costs. (4) The guaranteed minimum will be increased. C. The total duration of this contract, including the exercise of the options will not exceed two (2) years. REVIEW AND APPROVAL: Review and approval under this contract will occur for each deliverable identified in the Task Order. The COTR will notify the Contractor in writing, of approval or rejection of the work. The number of days required for review and approval will be identified in each Task Order. In the event the Government delays comments beyond the period specified, the Contractor shall be entitled to a day-to-day extension of the completion date. FEDERAL ACQUISITION REGULATIONS: The following Provisions and clauses are applicable to this announcement and are available at ww.arnet.gov 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.215-19 Option to Extend the Term of the Contract, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.227-17 Rights in Data -- Special Works, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.245-2 Government Property (Fixed-Price Contracts) EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror(s) based on 1. Past Performance, 2. Sample of Work produced by personnel proposed for use under this contract, 3. Resumes of Personnel proposed for use under this contract, and 4. Business Management/Cost Proposal. The evaluation criteria are listed in descending order of importance. Technical quality and past performance, when combined, are considered more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. The Sample of Work will first be evaluated for demonstration of the ability to perform the work required. Failure to demonstrate the ability to perform skills and abilities required to perform this work will eliminate the proposal from the competition. PROPOSAL SUBMISSION REQUIREMENTS: In order to be considered for evaluation offerors must reference "Attachment A" located at the following web site: http://www.nps.gov/hfc/acquisition/rfp-n1191040025.htm for the Sample of Work Specifications, Resume of Personnel Requirements, Past Performance Questionnaire, Business Management / Cost Proposal, Standard Form 1449, and Offeror Representations and Certifications. Offerors shall submit the following materials: Proposals shall be submitted in an original (with the original signature of the authorized company official) and three (3) copies for receipt not later than 4 p.m. local prevailing time on April 22, 2004 to National Park Service, Office of Acquisition Management, P.O. Box 50, 230A Zachary Taylor Street, Harpers Ferry, WV 25425. Include the following in accordance with "ATTACHMENT A" located at http://www.nps.gov/hfc/acquisition/rfp-n1191040025.htm 1. Sample of Work - Provide an exhibit quality porcelain enamel panel produced by the personnel proposed for use under this contract that demonstrates skills and abilities required for the production of exhibit quality porcelain enamel panels. The sample of work will demonstrate the ability to perform Digital Image Manipulation in a Four Color Process. 2. Three separate Past Performance References - Provide three separate references for three recent contracts (within past three years) of projects similar to the scope of Solicitation Number N1191040025, Wayside Exhibit Quality Porcelain Enamel Imaging. Offerors that are newly formed individual entities, without prior Federal, State or Local Government Contracts, can list work contracts, subcontracts or other related work experience with previous employers. 3. Detailed Resumes pertaining to the knowledge, experience, education, and skills of all personnel (to include subcontractors) proposed for use under this contract. (Identify those considered to be Key Personnel.) 4. Business Management/Cost proposal. 5. Completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 6. Originally signed copy of Standard Form 1449. The offeror agrees that proposal is valid for a period of ninety days after closing date. Point of Contact for this requirement is Timothy Smearman, Contract Specialist, 304-535-6285, email: timothy_smearman@nps.gov or Georgia Mason at 304-535-6496, email georgia_mason@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1373091)
 
Place of Performance
Address: Contractor facility with shipment via F.O.B. Destination to locations throughout the United States and outlying areas.
Zip Code: 254250050
Country: USA
 
Record
SN00555168-W 20040328/040326212548 (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.