Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
MODIFICATION

V -- Transportation and Installation of Fine Art

Notice Date
3/14/2008
 
Notice Type
Modification
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278, UNITED STATES
 
ZIP Code
10278
 
Solicitation Number
GS-02P-08-DT-P-0009
 
Response Due
3/31/2008
 
Archive Date
4/15/2008
 
Point of Contact
Brian Burns, Contract Specialist, Phone 212-264-9926, Fax 212-264-0588, - Brian Burns, Contract Specialist, Phone 212-264-9926, Fax 212-264-0588
 
E-Mail Address
brian.burns@gsa.gov, brian.burns@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) intends to award a competitive requirement for transportation and installation of fine art. 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; proposals are being requested and a written solicitation will not be issued. Solicitation GS-02P-08-DT-P- 0009 is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This is a total small business set-aside. The estimated magnitude of this procurement is between $45,000 to $60,000. This procurement is a commercial item. The North American Industry Classification System (NAICS) code for this procurement is 484230 with a small business size of $23 million of annual average gross revenues of the total concern for the last 3 fiscal years. A small business concern is defined as a concern (including all of its subsidiaries) having less than or equal to $23 million annual average gross revenues of the total concern for the last 3 fiscal years. This is a firm fixed price contract. The period of performance is from the effective date of award through four (4) months. The work to be performed by the Contractor consists of packing and transporting, site and wall inspection, installation, and documentation of the piece of art. The art will require being transported from the GSA Fine Arts Storage Facility in Alexandria, Virginia (311 Hooffs Run, Alexandria, VA 22314) to the dining room in the new Federal Courthouse in Brooklyn, New York (225 Cadman Plaza, Brooklyn, NY 11201) for installation. The piece of art is titled "Fellowshiip of Mankind," 1966, FA866, artist Mary Callery. The material of the piece of art is Bronze relief and the size of the piece is 168 inches by 164 inches overall. The offeror shall perform the following: Site and Wall Inspection: Perform examination of the installation site to ensure that the sculpture?s present condition and that of the installation wall are acceptable for reinstallation. Engineering: Contract with a New York State licensed professional engineer to design the supports and anchoring for the installation of the artwork. Signed and sealed drawings and calculations must be provided to GSA for approval in order for the final installation to take place. Art Transport: Transportation, including loading and off-loading of 3 crates from Alexandria, VA to Brooklyn, NY. The 3 crates dimensions are as follows: Crate 1 ? 6 ft 2 in. x 5 ft 7 in. x 15 (h), Crate 2 ? 6 ft 2 in. x 5 ft 7 in. x 44 in, Crate 3 ? 6 ft 2 in x 5 ft 7 in x 44 in. Wall Preparation and Installation of Multi Piece artwork: Prepare wall for installation. The Company will be responsible for providing the necessary professional services to ensure that the proposed installation will not have an adverse impact upon the aesthetic, historic, and physical integrity of the artwork. Documentation: Prepare written and photographic documentation of the condition before, during and after reinstallation, as follows: Written Report: A written reports will include the following: a detailed description of the installation, noting hardware and other specifications. Additionally, two copies of the report shall be provided and written in type size 9.0 and above, and printed on acid-free archival paper. Photographic Documentation: Digital photographs shall document the entire project and process. They will be submitted electronically as TIFF files; and as 4 X 6 prints on glossy or semi-gloss paper with a printer producing 3.5 ? 6 mega- pixels. CD's will be stored with the report in Tyvex-type envelopes. No allowance will be made after the issuance of the work order due to failure on the part of the company to be acquainted with the scope of work required. Therefore, the company should verify all dimensions, familiarize itself with existing conditions (including dates and times that work may be performed), and obtain full knowledge of ANY AND ALL difficulties that may be encountered during the execution of this work. If the nature of the work changes from the accepted treatment proposal after treatment is started, the company will inform the client in writing before beginning such treatment. The provisions at FAR 52.212-1 Instructions to Offerors ? Commercial Item ? (November 2007), FAR 52.212-4 Contract Terms and Conditions ? Commercial Items ? (February 2007), and FAR 52.212-2, Evaluation ? Commercial Items are hereby incorporated by reference and apply to this acquisition. The Government will make one award. Technical and Past Performance when combined are significantly more important than price. The following factors shall be used to evaluate offers: 1. Technical Understanding and Approach - The Technical Evaluation will be evaluated to determine if the proposed contractor is capable of providing fine art transportation and installation services in accordance with the Statement of Work. The offeror shall furnish as part of their quotation all descriptive material necessary for the government to determine whether their service meets the technical requirements. 2. Experience in Media Storage ? Offeror shall provide experience in transportation (pick-up/delivery of) and installation of fine art. 3. Past Performance - Offeror shall provide three (3) references of similar efforts performed during the last ten (10) years. Include a description of the project, project title, contract number, contract amount, client information including agency/company name, address, telephone number, and point of contact. Offeror shall comply with the provision at FAR 52.212-1 (b) and submit 1) and electronic copy to Brian Burns via email at brian.burns@gsa.gov. 2) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Quotation. Offeror shall include a completed copy of the provision at FAR 53.212-3 Offeror Representations and Certifications ? Commercial Items (November 2006) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov/. All offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (February 2007) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (June 2007), applies as follows: 52.222-3, 52.222-19, 52.222-21, 52.222-35, 52.222.36, 52.222-3, 52.222-21, 52.222-37, 52.222-41, 52.225-13, 52.232-33, 52.239-1, 52.217-8, 52.217-9, Wage Determination No.: 2005-2375 REV No. 4. FAR provisions and clauses may be found at http://www.arnet.gov. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Submissions must be received via email 12 Noon EST on March 31, 2008. If you have any questions regarding this announcement, please contract Brian Burns at 212-264-9924 or via email at brian.burns@gsa.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2008); 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.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-08-DT-P-0009/listing.html)
 
Place of Performance
Address: New Brooklyn Courthouse 271 Cadman Plaza East Brooklyn, New York 11201
Zip Code: 11201
Country: UNITED STATES
 
Record
SN01533552-F 20080316/080314235259 (fbodaily.com)
 
Source
FedBizOpps 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.