Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

99 -- Matting and Framing Services for Retirement/Career Service/Honor Certificates

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
 
ZIP Code
20548
 
Solicitation Number
OAM-2005-N-008A
 
Response Due
4/4/2005
 
Description
PART 12: U.S. Government Procurements SUBPART: Supplies, Equipment, and Material CLASSCODE: 99?Miscellaneous OFFICE ADDRESS: U.S Government Accountability Office, Acquisition Management, 441 G Street, NW Room# 6B46, Washington, DC. 20548 SUBJ: 99-Matting and Framing Services for Retirement/Career Service/Honor Certificates SOLICITATION: OAM-2005-N-008A DUE: 4-04-2005 POC: Deja Craddock, Contract Specialist, (202) 512-9078 DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP OAM-2005-N-008A). This combined synopsis/solicitation is organized into five parts: (1) General Requirements; (2) Specific Requirements; (3) Cost Proposals; (4) Technical Evaluation and Award; (5) Point of Contact. 1.GENERAL REQUIREMENTS: The U.S. Government Accountability Office (GAO) has a need for a contractor to provide matting and framing services for GAO?s Retirement Programs, Career Service Awards, and Honor Awards. Items to be matted and framed are: (1) Retirement Letters; (2) Career Service Award Certificates; and (3) Honor Award Team Member Certificates. The contractor shall provide all labor, materials (except government-furnished materials specified herein), equipment, and transportation to provide matting and framing services to GAO. 2.SPECIFIC REQUIREMENTS: (A) General: The contractor shall provide pickup and delivery services without a separate charge. Pickup of the items shall be within two (2) hours after the initial telephone orders (See hours in Paragraph B Method of Delivery below). Pickup and delivery shall be to room 1181 in the GAO Building, which is located at 441 G Street NW, Washington, DC. 20548. The contractor must be willing to accept telephone orders from GAO?s Contracting Officer?s Technical Representative (COTR) between 9:00 a.m. and 3:30 p.m., Monday through Friday, except Federal Holidays. (B) Method of Delivery: An estimated amount of frames that will be required on a monthly basis is a minimum of 6 and a maximum amount of 25 frames. Retirement Letters- The contractor shall make delivery on the same day, within one (1) workday, or within three (3) workdays, as specified when an order is placed. Workdays do not include weekends and Federal Holidays. Same-day and one-day delivery will be used for expedited and/or priority orders only. ?On the same day? means that if an order is placed before 11:00 a.m., delivery is to be made by 5:00 p.m. For orders placed after 11:00 a.m., delivery is to be made by noon the following workday. ?Within one (1) workday? means that if an order is placed before 11:00 a.m., delivery is to be made by 5:00 p.m. the following workday. For orders placed after 11:00 a.m., delivery is to be made by noon of the second workday. Framed retirement letters are to be delivered in shipping materials that will prevent breakage or damage to the frame and surface of the glass. Career Service Award Certificates and Honor Award Team Member Certificates: The contractor shall make delivery within three (3) days, five (5) days, or fourteen (14) days as specified when an order is placed. Turnaround time is defined as the period of time between pickup and delivery of the work, excluding weekends and Federal Holidays. Three day and Five day delivery will be used for expedited and/or priority orders only. GAO will provide the following item(s) of government property to the contractor for use in performance of this contract: Retirement Letters, Career Service Award Certificates, and Honor Award Team Member Certificates. GAO has no jurisdiction over the parking on the streets around the GAO Building. The availability of parking will be the responsibility of the contractor when picking up or delivering items. The contractor will be responsible for making corrections to any items determined to have a defect in materials or workmanship. (C) Matting and Framing: It should be noted that this requirement does not involve the printing of certificates. Also, the certificates cannot be pre-framed or stored because each certificate is printed with the recipients? name and date. Retirement Letters: The contractor will mat and frame Retirement Letters as follows: (1) Interior frame will be 12 x 14 in an antique gold. (2) Matting will be double mat. Top mat will be 2 inches shown in frame in an arctic white. Inner mat will be ? of an inch shown in frame. The V-Groove matting is a thick cardboard background that boarders the letter or certificate. It is white with gold trim for retirement letters. (3) Exterior frame will be 14 x 16 in an antique gold with coil robe look design on top of small recessed edge ? smaller coil edge design showing on top of matting. (4) Glass will be regular. An electronic copy of the picture for the Retirement Letters sample can be requested via email (craddockd@gao.gov). Career Service Award Certificates: The contractor will mat and frame Career Service Award Certificates as follows: (1) Frame will be 14 x 17 in a satin gold matte finish. (2) Matting will be double mat. Top mat will be in black with V groove. The V-Groove matting is a thick cardboard background that boarders the letter or certificate. It is black with gold trim for career service certificates. (3) Double mat measurements to show in frame ? top mat will be 1 inch and second mat will be 1? inch. (4) Inner mat will be ? of an inch on old gold shown in frame. (5) Glass will be regular. An electronic copy of the picture for the Career Service Award Certificate sample can be requested via email (craddockd@gao.gov). Honor Award Team Member Certificates: The contractor will frame Honor Award Team Member Certificates as follows: (1) Frame will be 11 ? x 13 mahogany wood with a plastic slip-in opening. The frame will be ? of inch thick. (2) An 8 x 11 Honor Award Team Member Certificate will be inserted in the frame. (3) The plastic cover will be attached with four (4) 1/16 of an inch gold screws ? one screw on each end of the frame. An electronic copy of the picture for the Honor Award Team Member Certificate sample can be requested via email (craddockd@gao.gov). (D) Applicability of FAR Provisions: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1- Instructions to Offerors (Commercial Items). Offerors must include a completed copy of FAR provision 52.213-3- Offeror Representations and Certifications (Commercial Items) with their offer. FAR 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders (Commercial Items). FAR 52.212-4- Contract Terms and Conditions (Commercial Items), Conditions. LATE PROPOSAL CLAUSE (A) Any proposals, modifications, or revisions, received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late proposal would not unduly delay the acquisition; and (1) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of proposals and was under the Government's control prior to the time set for receipt of proposals; or 2) It is the only proposal received. (B) If the proposals, modification or revision was transmitted through electronic commerce method authorized by the solicitation, such transmission shall be deemed ?late? unless it was received at the initial point of entry to the Government installation not later than the exact time specified for receipt of proposals. (C) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (i) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposals wrapper, electronic records, and other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (ii) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (iii) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. 3.COST PROPOSALS: An official authorized to bind the offeror must sign the proposal. Offerors must also complete the required representation and certifications. Failure to furnish the required representation and certification or reject the terms and conditions of the solicitation may exclude your offer from consideration. Also, offerors will be required to complete a simple Pricing Schedule that identifies the costs over a five-year contract period. Cost proposal (Pricing Schedule) is to be prepared and should be submitted with an original and four (4) copies as a separate part of the total proposal package. The total amount for each year (base and each option period) and a grand total amount for the base and all option periods should be calculated in the schedule. A copy of the schedule must be requested via email (craddockd@gao.gov) or fax on (202) 512-3999. Submission of the Pricing Schedule is not authorized to be faxed or emailed. 4.TECHNICAL EVALUATION AND AWARD: (A) Technical Questions: Any questions concerning this requirement must be submitted in writing no later than three (3) calendar days after the published date of this announcement. An amendment will be issued to address all questions received. However, the source of the questions will not be referenced. The issuing office has authorized electronic transmission (i.e. email or fax) of questions. THIS AUTHORIZATION IS NOT EXTENDED TO SUBMISSION OF PROPOSALS. (B) Technical Proposal Requirement: All cost is to be omitted from the technical proposal. In order for an offeror?s proposal to be considered, the offeror must submit, at its expense, one sample of each of the following frames along with the appropriate matting: (1) Retirement Letters Frame; (2) Career Service Award Certificates Frame; and (3) Honor Team Member Certificates Frame. Samples must conform to the specifications. All samples will be returned to the offeror after the contract has been awarded. (C) Corporate Experience and Past Performance (including reference): The offeror must submit the names of at least five (5) federal government agencies for which it has performed framing and matting services or performed similar work. For each named Federal government agency and non-federal entity for which the offeror has within the past three (3) years, performed framing and matting services or performed similar work, must include the name, address, and phone number of a contact person who works for the agency or entity, and if relevant, contract numbers. GAO reserves the right to contact any of the named agencies or entities. In evaluating past performance, GAO will consider information obtained from past and present customers. By past performance, GAO means the offeror?s record of conformity to specifications and to standards of good workmanship, adherence to contract schedules, and cooperation and commitment to customer satisfaction will be evaluated. The award will be made to the contractor who submits the lowest pricing schedule, whose samples are in accordance with the specifications stated above, and who can meet GAO?s delivery timeframes. The offeror must state in the proposal that it can meet GAO?s delivery requirements. 5.POINT OF CONTACT: The point of contact for this requirement is Deja Craddock, Contract Specialist, Telephone No is (202) 512-9078; FAX No is (202) 512-3999; E-mail Address: craddockd@gao.gov. (A) Proposal Due Date: Proposals are due in this office no later than 2:00 p.m. (EST) April 04, 2005 and must be submitted as a complete package (i.e. samples, technical responses and cost proposals). (B) Delivery Options: Due to the current mail situation and the extra time needed to process incoming deliveries (mail/ documents/ packages), the only acceptable methods in delivering proposals to GAO are hand carried deliverables and Federal Express (FEDEX) delivery service. Other delivery methods are not acceptable for this requirement at this time. Packages hand carried will be processed at the Guard?s Desk. Arrangements should be made with the Contract Specialist prior to delivery in order to have packages picked up at the guard?s desk. The Guard?s Desk will not accept packages at the desk. Proposals submitted should be addressed to the U.S. Government Accountability Office, Acquisition Management, 441 G Street, NW, Room 6B46, Washington, DC. 20548, Attn: Deja Craddock.
 
Place of Performance
Address: U.S Government Accountability Office, Acquisition Management,, 441 G Street, NW, Washington, DC. 20548
Zip Code: 20548
Country: United States
 
Record
SN00772745-W 20050323/050321212340 (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.