Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

99 -- Changing art show exhibits and Coordination of art displays

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
611610 — Fine Arts Schools
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ168796
 
Point of Contact
Andrea L. McGee, Phone: 3015945918
 
E-Mail Address
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation has been extended until 2/26/2010 and the anticipated award date has changed to on or before 03/08/2010. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ101785 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 611610. Background The Clinical Center (CC) is a 234 bed clinical research hospital servicing the needs of the NIH Intramural Research Program by providing a safe and effective environment for the care and treatment of patients participating in structured biomedical research protocols. The CC employs approximately 2,000 employees, across 30 different departments. The Clinical Center Complex consists of 3.5 million square feet of mixed occupancy space in three congruent buildings on campus. The Office of Facility Management (OFM) supports the mission of the CC by providing a functional, effective and safe environment for patients, visitors and staff. This is accomplished through planning and directing a comprehensive construction management and arts program to support alterations, renovations, repairs and improvements necessary to support occupants’ beneficial use and to ensure an environment that is comfortable and supportive of patient care operations. Summary and Overview This contract is being established for beautification services in the Clinical Center Complex and other CC occupied buildings. The contractor shall perform services as required including changing art show exhibits, coordination of art displays, research and proposals and presentation support, administrative support, status reports, inventory data collection. Qualifications The contractor’s primary place of business must be located within the Washington Metropolitan area. The contractor must have at least three years of curatorial experience and have knowledge of the unique circumstances within a healthcare environment. The contractor must demonstrate, through evidence of formal training or experience, the following skills: care and experience in evaluating and handling fine art, proper transportation of fine art, knowledge of proper archival framing techniques, and the ability to design and install a fine art exhibit. Mandatory Training and Orientation Each person selected to work at the Clinical Center must receive an orientation to the position and the Clinical Center. The government will provide the training listed below, attendance by contractor employees is mandatory. Clinical Center Orientation Safety and Emergency Preparedness Hospital Infection Control Universal Precautions Patient Confidentiality Diversity Appreciation Customer Service Computer Security Awareness Time for mandatory training and orientation listed above is paid for by the Government. NIH Identification and Parking Contract staff must comply with ID requirements issued below in order to receive an ID and parking permit: 1.Obtain a request for DHHS Identification Badge from the Office of Facility Management with project officer’s signature; 2.Obtain Identification Badge on the first day of employment or as soon as a favorably adjudicated FBI Fingerprint Check is communicated from NIH’s Division of Personnel Security & Access Control; 3.Ensure that all personnel working under this contract obtains timely renewal of the NIH ID badge if it expires and contractor is still employed through this contract; 4.Return NIH ID badges within two days upon dismissal of an employee or at the termination of contract. SCOPE OF WORK The Contractor shall provide on-site personnel to perform the services listed and detailed below: Maintenance of the permanent art collection inventory. Artwork on display throughout the hospital is referred to as the permanent art collection. All artwork owned by the Government is identified with an inventory number. On an annual basis the Contractor will conduct an inventory survey to locate placement of artwork. The location data shall be entered into an inventory database. The Contractor will produce reports as required, and insure that artwork which is moved, removed or added to the collection is properly identified and inventoried. The Government will provide a digital camera and scanner device for inventory tracking. Monitor the appearance of the permanent art collection. While making rounds in the building, the Contractor will note any artwork that is missing or damaged. If damaged artwork is found, the Contractor will remove it and place it in a designated location in the art storage room. The Contractor will replace or move artwork as necessary to insure the appearance of the collection remains intact. While artwork is being repaired, the Contractor will place a sign on the wall, provided by OFM, appropriate for the situation. Artwork installed from the storage room will be dusted and cleaned prior to installation. A summary report of the collection will be provided to the project officer on a monthly basis. The report should include the number of pieces removed or moved with resolution/disposition. Keep the art storage room clean and organized. A designated storage room will be provided to the Contractor to temporarily house artwork removed for repair, cleaning, or temporary storage due to renovation or flooding. The Contractor will keep the space clean and organized. Provide art consultation services. The Contractor will serve as an advisor to the CC Art Committee. In this capacity, the Contractor will provide guidance and expertise related to collaborative agreements with other Government agencies, museums and with the local arts community. The Contractor will support the hospital arts program by performing the following duties: a.Prepare gift donation packages for review by the CC Art Committee; b.Facilitate special art exhibits (research new initiatives or opportunities, present ideas, coordinate efforts with other NIH/CC offices, design and install the exhibit); c.Select art for display in accordance with established guidelines; d.Facilitate long and short term loans for special projects; e.Recommend artwork for purchase; f.Facilitate site specific commissions; g.Design and install art packages that are appropriate for target patient populations; h.Install artwork in accordance with gallery specifications and proper security locking device. Provide gallery exhibits that change every two months at the NIH Clinical Center and the Department of Health and Human Services (DHHS) Office of the Secretary. Shows are scheduled to change five times during the initial contract period. The dates are March 6, May 1, June 26, August 28 and October 30, 2010. In the event that an artist cancels a show or is unprepared for the show; the Contractor is responsible for finding alternative artwork to be hung in its place. The gallery spaces may not be left vacant. Artwork must be appropriate for display in a health care setting and must be matted and framed appropriately. Questions or concerns about appropriateness of artwork must be brought before the CC Art Committee prior to the exhibit. The project officer retains the right to have artwork removed at any time if it is not appropriate for a healthcare setting. The Contractor is responsible for coordinating all activities associated with the changing art exhibits as prescribed by the Exhibit Guidelines. Any repairs to artwork, that are not in the permanent art collection, or requests for new artwork are outside the scope of this contract and will be bid separately. Level of Effort The contractor will work on-site, in the Office of Facility Management, three days per week (8 hours per day). The work schedule will be flexible in order to accommodate the needs of the program. The level of effort for this contract is 1056 hours or (.6) Full-Time Equivalent individuals at 2,480 hours per-year. Government Furnished Equipment (GFE) Government Furnished Information The government will provide the contractor with the necessary facilities to support contract completion including desktop computers, software and network services, printers, digital camera, blackberry, and inventory scanner to aid in the performance of the work. Evaluation Criteria The government shall evaluate the technical and cost proposals and an award will be made using Best Value award criteria. The contractor’s technical proposal will be evaluated based upon the following technical criteria. Past performance - This item refers to the contractor’s performance of similar tasks in previous contract efforts. These contracts must be completed within the past three (3) years or currently in progress for services similar to the requirements of this statement of work. (10%) Experience of the proposed individual - The individual’s resume should contain details (length of experience, depth of experience, dates employed and employer) which specifically address the skills and experience contained in the Statement of Work. This item refers to “Experience and Skills” listed under each subtask and in those past performance references cited. (60%) Technical and management approach - This item refers to the manner in which the contractors propose to provide the support required. (10%) Cost - This criteria applies to the overall cost for the requirement. (20%) Government Responsibilities The Government will provide reasonable access to gallery spaces for the design, installation and maintenance of the changing art exhibits. The Government will provide a desk, computer, office phone, blackberry, digital camera, and inventory scanner to aid in the performance of the work. Bid Request Interested bidders must submit a qualifications and reference package along with pricing as follows: Changing art exhibits $________ per show, $_________ contract year Labor rate for art consultant$________ per hour Labor rate for fine art installer $ ________ per hour Invoice Requirements The contractor shall submit an invoice with the following information: 1.One invoice per month (itemized) for materials and labor 2.List name of employee 3.Dates worked 4.Exact hours worked 5.Bill rate per hour 6.Subtotal for each employee 7.Total for entire invoice (1)Invoices shall be submitted concurrently as follows: a.An original to the following designated payment office. National Institutes of Health Commercial Accounts 2115 East Jefferson St. Ste. 4B-432 Bethesda, MD 20892 b.One copy to the Office of Facility Management at : National Institutes of Health Clinical Center 10 Center Drive Bldg 10, Rm. B1L410 Bethesda, Maryland 20892-1352 c.Inquiries regarding payment of the invoices should be directed to the designated payment office, attention: Chief, Accounts Payable Branch, (301) 496-6088. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 10 months with option to renew an additional one-year period. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than _2/08/10 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _03/08/10. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _2/3/2010. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ168796/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02069266-W 20100220/100218235813-8ddb8c3245b31867e32c72197575c500 (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.