Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

R -- Secretary of Commerce - Oil Portraits

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
DOCOILPORTRAITS
 
Response Due
4/20/2005
 
Archive Date
5/5/2005
 
Point of Contact
Lottie Plater, Contracting Officer, Phone 202-482-3552, Fax 202-482-4988, - Lottie Plater, Contracting Officer, Phone 202-482-3552, Fax 202-482-4988,
 
E-Mail Address
lplater@doc.gov, lplater@doc.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/quotes are requested pursuant to this announcement. All responses shall reference Solicitation DOCOILPORTRAITS. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 05-03, 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 Department of Commerce (DOC), Office of the Secretary, anticipates awarding a firm fixed-price purchase order. The Government reserves the right to make award by line item. The anticipated period of performance is 1 year. This procurement is set aside for small business. The North American Industrial Classification Code System (NAICS) code for this procurement is 711510. For this NAICS the small business size standard is $6.0 million. Contract Line Item Numbers (CLIN): CLIN 0001 Oil Portrait of the Secretary Donald L. Evans CLIN 0002 Oil Portrait of the Secretary Norman Y. Minetta Requirements: 1. INTRODUCTION 1.1 OVERVIEW The U.S. Department of Commerce’s portrait gallery of the Secretaries of Commerce is located in the Herbert C. Hoover Building (HCHB) in Washington, DC. DOC has a requirement for two ¾ length oil portraits, one each of the Honorable Donald L. Evans and The Honorable Norman Y. Minetta. These portraits will serve as their official portraits for the portrait gallery. 2. SCOPE OF SERVICES: The contractors shall paint each oil portrait. The contractors will ensure the use of appropriate materials. Secretary Evans will be available for sittings in Texas. Secretary Minetta will be available for sittings in Washington, DC. The secretaries will be available for sittings beginning no later than July 2005. Work should be completed by July 2006. The contractors will consult with Secretary Evans and Secretary Minetta, and the Department of Commerce, as needed, to coordinate and successfully complete the activity. The portrait will be delivered (F.O.B. Destination) to the Department of Commerce, HCHB, Washington DC, properly framed and ready for hanging. Instruction to Offerors: - “Instructions to Offerors-Commercial Items”, all offerors must submit the following technical, past performance, and price information with their quotation: The government will evaluate offerors in the following areas: I. Artistic Style and Ability – Factor I - The offeror shall provide a portfolio or other samples of past work that will clearly represent the individual style, talent and ability of the artist in performing activities of this nature, i.e., rendering ¾ length, formal, oil portraits of individuals. Any materials submitted by an offeror will be returned on request. II. Experience in this Area – Factor II – The artist shall demonstrate experience in painting individuals, and describe the approach they propose to ensure an accurate likeness of The Secretaries that is reflective their personality, bearing and manner. III. Past Performance – Factor III – The offeror shall provide information in rendering official portraits of government officials, particularly Federal cabinet members. This includes name and telephone number of a point of contact. The Government will conduct a performance risk assessment based upon the quality of the offeror’s past performance as it relates to the probability of accomplishment. When assessing performance risk, the Government will focus its inquiry on the past performance of the offeror as it relates to the contractor’s record of standards of good technique, contract schedules and commitment to customer satisfaction. IV. Price – Factor IV – Submit pricing for each Contract Line Item Number (CLIN) according to the schedule provided in this solicitation. 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: artistic style and ability (Factor I), experience (Factor II), past performance (Factor III), and price (Factor IV). The Non-Price Evaluation Factors’ importance is in the following descending order with the most important factor listed first: Factor I Artistic Style and Ability, Factor II Experience in this area, Factor III Past Performance. When combined the Non-Price Factors are significantly more important than Factor IV Price. Factor IV Price will be evaluated but not scored. Although technical factors are considered paramount to price, the closer the technical scores, the more important price becomes. Accordingly, the Government may issue a purchase order to other than the lowest priced offer, or other than the offer with the highest evaluation rating. The Government reserves the right to make best value awards by line item. Offerors shall comply with the provision at 52.213-3, “Offeror Representations and Certifications – Commercial Items”. 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 no later than 2:00 PM, April 20, 2005 via to Department of Commerce, HCHB Room 6520, 14th and Constitution Avenue, NW, Washington, DC 20230. Primary Point of Contact for information regarding this solicitation is Kathleen Penny at 202-482-6436. Alternate Point of Contact is Brendon Johnson at 202-482-7401. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/OS/OAM-OSBS/DOCOILPORTRAITS/listing.html)
 
Record
SN00787791-F 20050415/050413214043 (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.