Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
MODIFICATION

N -- Interior Sign Fabrication and Installation Services

Notice Date
3/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
339950 — Sign Manufacturing
 
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
RFQ168973
 
Archive Date
4/9/2010
 
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
The following solicitation has been extended until March 25, 2010 and the award date has been amended. 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 RFQ168973 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 339950. 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 for fabrication, delivery and installation of standardized signs per detailed specifications and the installation of miscellaneous handy-man type services throughout the Clinical Center Complex. Qualifications The contractor must be located in the Washington Metropolitan area and have at least 3 years of sign production experience. The contractor must be knowledgeable and skilled in silk screening and vinyl lettering production and the various types of sign materials and systems. The complexity of the installation does vary because of the different types of walls and surfaces (i.e. plaster, wallboard, concrete, and tile) encountered throughout the Clinical Center Complex. The contractor must come prepared for all possibilities and capable of providing a safe, secure, and clean solution for every installation in a healthcare setting. 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 Paid visitor parking is available on the NIH campus. Contract staff must comply with ID requirements issued below: 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. Government Responsibilities The government will provide an electronic copy of the Clinical Center Wayfinding and Identify Signage Program. Fabrication and installation of signs shall conform to the design documents for this project. The OFM shall provide the contractor with a list of instructions each week for the miscellaneous installations needed. The list of signs are identified in Attachments 1, 2, and 3 and 4. Scope of Work SIGNS The contractor will coordinate all aspects of the work including site evaluation, field measurement, design copy, content layout and proofs, fabrication, installation and quality control. General requirements include but are not limited to, the following: 1.Receive sign requests from OFM or end users. 2.Conduct a field survey with the requestor to discuss the need, determine appropriate sign type for the application, take field measurements, note field conditions, and confirm messaging and delivery timeframe. 3.Submit copy layouts for review and approval by OFM project officer. 4.Fabricate and install according to the project manual. 5.During the installation the contractor will keep the site clear of unnecessary debris; and will keep all work area(s) secured when unattended for the duration of the installation. 6.Obtain final sign off from end user and OFM project officer. Signs will be installed according to the American’s With Disabilities Act (ADA) and UFAS guidelines. If the signs cannot be installed per the ADA, the contractor must notify the OFM for alternate instructions. The contractor is required to provide all materials necessary (i.e., ladder, screws, drill, and hanging wire) for proper installation. Installation includes the removal of any existing sign(s). The mounting of such signs may vary. If the sign request (provided by the government) includes name inserts, the inserts should be delivered and installed at the same time as the door sign. INSTALLATION (HANDY-MAN TYPE SERVICES) In addition to sign fabrication services, the contractor will receive weekly requests for “government furnished/contractor installed” equipment. The OFM project officer will compile a list of installation requests. The list will provide a point of contact to schedule the installation along with a description of the items to be installed. Items range from small equipment to large conference boards. Much of this work is done on patient care units, clinics and in diagnostic and treatment areas of the hospital. Examples of the types of equipment to be installed are identified below. •Small Items –Bulletin boards, paper towel dispensers, soap dispensers, toilet tissue dispensers, needle bucket brackets, resuscitation mask holders, glove box holders, coat racks, mailboxes, convex mirrors, clocks, blood pressure cuffs and baskets, thermometers, original art, and posters, •Medium Items – Computer keyboard drawers, white boards, X-ray view boxes, and projection screens. •Large Items – Conference boards, medicine cabinets, stadiometers and otoscope-ophthalmoscopes. The contractor will provide all necessary hardware and labor for installations. Installations are done every Wednesday. Instructions and installation requests will be given to the contractor on the morning of the installation. The contractor should schedule the work with the requestor in advance. Upon completion of their work the contractor will: •Clean the site of all unnecessary debris and will wipe down all items before leaving the site; •Mark the task complete and ask the requestor to sign off on the installation. The contractor will ensure safe and secure installations. The contractor must be able to provide an extensive array of installation hardware (i.e., drills, screws, bolts, wire, etc) and must install equipment according to manufacturer’s guidelines. The contractor will be held responsible if items are not properly installed. Government Furnished Equipment (GFE) Government Furnished Information The government will provide the contractor access to a secured storage closet for material storage. Storage space will be designated for the purposes of this contract and must be kept clean and organized. Level of Effort For installation days (typically Wednesday’s) the contractor will provide two installers. Bid Information Submit qualifications and one sample of each color and finish of exposed material and accessories or final material substrate to be used in the project as well as one control sample for sign types A-4, A-5 and A-6. Provide the following cost data: 1.Installed unit cost for each sign type listed in Attachment A 2.Installer labor rate: •$__________/hour •$__________ Base Year •$__________ Option Year Period of Performance Base Performance Period:April 2010 – December 31, 2010 One Year Option Period:January 1, 2011 – December 31, 2011 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%) 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. ATTACHMENT 1 Sign Type Listing Unit CostUnit Cost Sign TypeQty 1-25Qty. 26 - 50 A.01 A.02 A.02.1 A.03 A.04 A.05 A.06 A.4 A.5 A.07 A.08 A.09 A.10 A.10.1 A.11 A.12 A.13 A.14 A.14.1 A.16 A.16.1 A.17 A.18 B.01 B01.1 B01.2 B01.3 B.02 B.02.1 B02.2 B.03 B.03.1 B.04 C.02 C.02.1 C.04 C.07 C.08 C.08.1 C.09 D.01 E.01 E.02 P.01 P.02 P.03 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 9 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 _3/15/2010 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 _4/30/2010. 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, _3/08/2010. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ168973/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02089686-W 20100313/100311235056-c6976a117b8a92e9ded0216242c7e45f (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.