Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

55 -- EXHIBIT FABRICATION SERVICES - CHARTERS - Package #1

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321999 — All Other Miscellaneous Wood Product Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-Q-11-0062
 
Archive Date
8/9/2011
 
Point of Contact
Kevin Schumacher, Phone: 314-801-0596
 
E-Mail Address
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
DESIGN FOR CHARTERS REVISED COMPLETE SYNSOL NATIONAL ARCHIVES AND RECORDS ADMINISTRATION REQUEST FOR QUOTES EXHIBIT FABRICATION SERVICES - LOBBY CHARTERS NATIONAL PERSONNEL RECORDS CENTER NAMA-11-Q-0062 This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-11-Q-0062 This Request for Quotation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective May 31, 2011. This acquisition is set aside 100% for small business. The NAICS code and the small business size standard are NAICS 321999 All Other Misc Wood Product Mfg or 339999 All Other Misc Mfg, or 321918 Other Milwork or other similar NAICS codes. The size standard for these NAICS is 500 employees. The Offerors must state in their quote their size standard for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. This will be a firm-fixed price contract. The purpose of this contract is to fabricate and install Exhibit Charters at National Archives and Records Administration (NARA), National Personnel Records Center, 1 Archive Drive, St. Louis, MO 63138. Delivery: shall fabricate, deliver, and install at delivery location, to be completed no later than September 20, 2011. Vendor shall quote estimated price for shipping as part of quote. FOB destination. Offerors are required to complete the Attachment 1 Certification. Failure may result in rejection of the quote. Provide Pricing per the table below. Wage Determination applies to this order and will be incorporated in the final order. DOL Wages WD 05-2309 Rev 11/attached applies to this order. Price Table Vendor Name_____________________________________________________________ 0001 Exhibit - Charters $__________ Total Cost Quoted $_______ PERFORMANCE WORK STATEMENT Exhibit Fabrication Services -Lobby Charters BACKGROUND: The National Personnel Records Center is moving to a new location in Saint Louis along with the National Archives at Saint Louis. In this new facility, semi-permanent displays will be featured in the lobby. For the official opening of the new building on September 24, 2011, one (1) display for the "Charters of Freedom" will be installed in the lobby. The "Charters of Freedom" is a freestanding display cabinet with three (3) facsimiles matted, framed and installed as well as two (2) text panels. I. PROJECT MANAGEMENT I.1.1 WORK INCLUDED: Work includes the scheduling and tracking of projects insuring quality control and acting as NARA contact person. I.1.2 CONTACTS: The Project Manager shall be the primary point of contact between the Contractor and the COR (Contracting Officer's Representative). II. EXHIBIT FABRICATION II.1.1 WORK INCLUDED: Work under this Contract consists of all materials and labor to provide exhibit fabrication/production services for one (1) lobby display as well as shipping, delivery, and installation at the National Archives at Saint Louis. II.1.2 FABRICATION MEETINGS a. Post Award Conference and Site Visit: Before start of production/fabrication, the Contractor shall meet on site with COR and review design, production ready files and project schedule. The Contractor must confirm all measurements at site inspection. b. Progress Meetings/Inspections: As needed the COR will schedule progress meetings to coincide with project work inspections at the Contractor's facility to review work in progress. II.1.3 FABRICATION DRAWINGS: The Contractor will provide shop drawings and specifications for all exhibit components. II.1.4 FABRICATION: All materials and labor to purchase, fabricate, finish, and install the exhibit components II.1.4.1 EXECUTION: The Contractor must only use specified materials that are free of defects that could impair the quality of workmanship. The Contractor is responsible for the rigidity and stability of exhibit/display. Discolored, damaged, or unfinished surfaces exposed shall be replaced or finished in order to make contiguous work visually uniform and harmonious. II.1.4.2 FABRICATION METHODS: The Contractor shall verify all dimensions in each component to insure proper fit and shall provide actual sizes as required. All work must be plumb, level, and straight. Scribe and cut work to insure tight fit to adjoining member. All seams must be tight so as not to require cosmetic touch-ups or unnecessary caulking. II.1.4.3 "CHARTERS OF FREEDOM" DISPLAY [see Attachment A: Design for Charters of Freedom.Revised]: II.1.4.3.1 DISPLAY CABINET: The Contractor shall fabricate the display cabinet as noted in the design. The cabinet must be freestanding, weighted and stable, and cannot be attached to the floor or the walls. II.1.4.3.2 MATTED AND FRAMED FACSIMILES: The Contractor shall fabricate and install three (3) matted and frames facsimiles. The facsimiles will be Government-furnished. The Contractor shall site measure and review all NARA facsimiles with NARA staff for face mat and mounting requirements. Three frame and mat samples shall be submitted for approval in style as noted on drawings and comparable. Mats shall be cut centered in the face mat. The Contractor shall install the frames with security "T" bolts to the gallery walls. Exact placement of all framed items will be determined on-site by NARA staff. II.1.4.3.3 TEXT PANELS: The Contractor shall fabricate and install two (2) text panels II.1.4.4: GRAPHICS: Deleted II.1.4.5: ANGLED CASE INSERTS: Deleted III. SHIPPING, DELIVERY AND INSTALLATION: The Contractor shall ship, deliver, and install all exhibit materials at the National Archives at Saint Louis at 1 Archives Way, Saint Louis, Missouri. Access to loading dock is from 7:30am to 3:30pm. Attachment A: Design for Charters of Freedom (dated 6/29/2011) CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the best value offeror that submits the lowest price technically acceptable offer. Technically acceptability will be based upon the lowest priced technically acceptable offeror, with technical acceptability based on documentation of verifiable past performance and proof of being a Cannon Warranty maintenance dealer. Each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011), with the quotation or proof of ORCA certification and DUNS. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAY 2011). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (JUN 2003), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-1 By American Act-Supplies (FEB 2009), 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (MAY 1999), 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.223-1 -- Biobased Product Certification (Dec 2007), FAR 52.223 2 Affirmative Procurement of Biobased Products Under Service Awards. (Dec 2007), 52.223-4 -- Recovered Material Certification (May 2008), FAR 52.223 17, Affirmative Procurement of EPA Designated Items in Service Awards (May 2008).and 52.233-2 Service of Protest (SEP 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Kevin Schumacher. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. CONTRACTOR NOTE: Offerors are requested to transmit inquiries via email to Kevin Schumacher, Contract Specialist at: Kevin.Schumacher@NARA.gov. Quotations may be submitted (one copy) via mail or Email to Kevin.Schumacher@NARA.gov or to: Mr. Kevin Schumacher, National Archives and Records Administration, National Personnel Records Center, 1 Archive Drive, St Louis, MO 63138 no later than July 25, 2011, by 4:00 PM CDT. Quotations must include the solicitation number, payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-Q-11-0062/listing.html)
 
Place of Performance
Address: National Personnel Records Center, 1 Archives Drive, Saint Louis, Missouri, 63138, United States
Zip Code: 63138
 
Record
SN02503529-W 20110721/110720001753-f2c4d708cfc438632fb53f2262cfdd5d (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.