Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
MODIFICATION

72 -- Framed Artwork for Various Locations

Notice Date
9/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
453920 — Art Dealers
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-G-1005
 
Response Due
9/23/2011
 
Archive Date
11/22/2011
 
Point of Contact
Brandalyn Fox, 256-895-1188
 
E-Mail Address
USACE HNC, Huntsville
(brandalyn.l.fox@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W912DY-11-G-1005 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a total small business set aside. The associated NAICS code is 453920. The Small Business Size Standard is $7 million. The Contractor shall provide and install artwork products as listed in the attached Artwork Product Listings. The product list for each PN identifies all framed and installed artwork pieces required under this delivery order. The product list indicates artist and title of image used, location within the facility, and size. This delivery order shall include all framed artwork listed in the product list, security hardware, delivery and installation. Required Delivery: All products shall be shipped FOB destination and shall be delivered to the project location as described in the PWS. FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. Quoters shall complete the "CLINS" tab in the file "Price Quote Info" to show quoted total prices for each CLIN anticipated in the delivery order. Quoters shall complete the "Products" tabs for each project number in the file "Price Quote Info" to show list and discounted prices for each piece of artwork listed in the Artwork Product Listing for each project number provided with this RFQ. Unit prices shall be the prices for one each of the identified item numbers listed. Extended prices shall be the unit prices multiplied by the quantity required. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The fill-in information at FAR 52.212-2(a) is as follows: Evaluation Criteria: Factor 1, Schedule, Factor 2, Technical Capability, and Factor 3, Price. Factors 1, and 2, are equal in importance and Factor 3 is significantly less important than Factors 1 and 2. The non-price factors when combined are significantly more important than price. Evaluation Factors: Factor 1 - Schedule There is a 2 page limitation. In order to be considered for an award Offerors shall include a schedule and the schedule at a minimum, must comply with the milestones listed in the PWS. Offerors schedules who do not conform or better the schedule defined in the attached PWS will not be considered for award. Quotes with earlier completion dates may be rated higher. Earlier dates must be explained as realistic to be given credit, and an unrealistic schedule will be downgraded accordingly. The Government will incorporate the selected contractor's schedule into the delivery order. Factor 2 - Technical Capabilities Quoters must demonstrate technical capability and proficiency in satisfying the supplies and services requirements as defined in the Performance Work Statement (PWS). The technical information shall not make reference to price data. Factor 3 - Price There is no page limitation for price information. Price information shall be provided by completing the file, "Various Artwork Projects_PriceQuoteInfo.xlsx" provided with the RFQ, plus providing additional information as defined below. Quoters shall complete the "CLINS" tab in the file "Various Artwork Projects_PriceQuoteInfo.xlsx" to show quoted total prices for each CLIN anticipated in the delivery order. For services, provide labor rates and number of hours required for each rate to provide the services, for each labor category. The exact list of CLINs in the "CLINS" tab may be altered as needed to show the CLIN structure for all products and services required for this order. Quoters shall complete the "Products" tabs for each project number in the file "Various Artwork Projects _PriceQuoteInfo.xlsx" to show list and discounted prices for each piece of artwork listed in Attachment 1 Artwork Product Listing for each project number provided with this RFQ. Unit prices shall be the prices for one each of the identified item numbers (artwork, workstations, storage components, seating, etc) listed. Extended prices shall be the unit prices multiplied by the quantity required. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. In conjunction with FAR 52.212-5, the following FAR clauses apply to this acquisition: 52.203-6, "Restrictions on Subcontractor Sales to the Government"; 52.219-8, "Utilization of Small Business Concerns"; 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity"; 52.225-1, "Buy American Act Supplies"; 52.225-13, "Restrictions on Certain Foreign Purchases"; 52.232-33, "Payment by Electronic Funds Transfer-Central Contractor Registration"' 52.222.41, "Service Contract Act of 1965, as Amended"; 52.222-43, "Statement of Equivalent Rates for Federal Hires"; Additionally, the following DFARS clauses apply: DFARS 252.227-7001, "Buy American Act and Balance of Payment Program", DFARS 252.225-7012, "Preference for Certain Domestic Commodities"; DFARS 252.225-7036, "Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (ALT I)" 252.243-7002, "Certification of Requests For Equitable Adjustment". In accordance with 52.215-1(f)(6), The Government reserves the right to make multiple Awards, if after considering the additional administrative cost, it is in the Governments best interest to do so. CCR Requirement - Offeror must be registered in Central Contractor Registration (CCR) and provide a DUNS number before an award can be made. If not registered in CCR, offeror may do so by going to the CCR website at http://www.ccr.gov. A DUNS number can be obtained through information at the following Internet site: www.dnb.com, or by calling 800-234-3867. Quotes are required to be received in the contracting office no later than 5:00 P.M. Central Time on 23 September 2011. All quotes must be emailed to the attention of Brandalyn Fox. The email address is Brandalyn.l.fox@usace.army.mil. Any questions regarding this solicitation should be directed to Brandalyn Fox, via email, at Brandalyn.l.fox@usace.army. Questions and Answers 20 September 2011 Do you know where the artwork selections were made from? Images are selected from the portfolios of photographers listed in the product listing by project. Are image substitutions acceptable? No, Image substitutions will not be accepted. Also, Do you have any flexibility on the bid due date? No, due to the end of the fiscal year, we are unable to extend. Questions and Answers 21 September 2011 We have a question about the frames specified. The rabbit depth is 1/2". In that space, you want to fit 3/16" plexiglas, 1/4" of space to float artwork on a 1/16" mat and 3/16' backer board. That leaves no room for the piece to fit over the base frame using the Franklyn system. The base frame needs a depth of 3/4" to allow installers to screw the artwork to it. Can the frame be substituted to one that has a rabbit depth sufficient to mount the piece on the base frame so it is flush to the wall? Additionally, Framerica does not manufacture frames with a rabbit deep enough to meet your specifications. Answer: Please reference Section 4.1.2 of the PWS. The frame requirement listed is for PN 09SILL005-C Primary Carre (Renew Family Practice) at Ft. Sill, OK. For this facility, the Franklyn System is not a requirement. For PN 11BHC01 Behavioral Health Clinic at Ft. Polk, LA and PN 69295F Behavioral Health Clinic at Ft. Carson, bidders should specify a frame of an appropriate rabbet depth to provide a flush, to the wall, secure framing system for these two facilities, providing a similar finish as specified. Bidder shall provide framing as specified or equal to the requirements for PN 69295C Soldier Family Care Clinic (SFCC) at Ft. Carson, CO as noted in Section 4.1.2. Additional Questions and Answers 21 September 2011 1) Is it possible to have paragraph 4.1.2. written with just the wording below? Frames for all art shall be as listed below: Each of the buildings / clinics then lists the information correctly for the requested framing. Answer: Please see final clarifications below to address framing materials PWS Section 4.1.2 for each project number.... PN 11BHC01 Behavioral Health Clinic - Ft. Polk, LA Artwork for this facility shall include the Franklyn System or equal Security Framing System for each piece. The framing system shall consist of a two part flush mount security frame system which prevents lifting the artwork away from the wall. Finish frame shall be similar in style and finish to Framerica FBW74069 Honey Pecan wood frame or equal, having a similar 2" face width. Overall finished depth of proposed finish frame shall be approximately 1-3/4" in order to provide a flush to the wall installation in conjunction with the required security system. Final frame finish to be selected during the final design process. PN 69295F Behavioral Health Clinic - Ft. Carson, CO Artwork for this facility shall include the Franklyn System or equal Security Framing System for each piece. The framing system shall consist of a two part flush mount security frame system which prevents lifting the artwork away from the wall. Finish frame shall be similar in style and finish to Framerica FBW74069 Honey Pecan wood frame or equal, having a similar 2" face width. Overall finished depth of proposed finish frame shall be approximately 1-3/4" in order to provide a flush to the wall installation in conjunction with the required security system. Final frame finish to be selected during the final design process. PN 69295C Soldier Family Care Clinic (SCFF) - Ft. Carson, CO Artwork for general office areas of the facility totaling 83 pieces shall include a 2-1/2" Ebony Walnut Wood #74061 or equal frame selected to match Nevamar Kona Blend. Artwork for the Command Suite Offices, Corridors and Conference Room areas of the facility totaling 29 pieces shall include an a 2-1/2" Ebony and Gold Fleck frame with a black edge detail selected to match Nevamar Kona Blend. For these pieces, framing shall include a 3/8" black fillet and 2-1/2" neutral linen mat. Artwork for the Command Suite Offices 235, 240, 248, 249, 250, and 251 areas of the facility totaling 6 pieces shall include an a 2-1/2" Espresso Walnut frame with a black edge detail selected to match Nevamar Kona Blend. For these pieces, framing shall include a 3/8" black fillet and 2-1/2" neutral linen mat. PN 09SILL005-C, Primary Care (Renew Family Practice) Ft. Sill, OK 2) Also, would it be possible to remove the Framerica FBW74069 reference in the paragraphs for Ft. Polk Behavioral Health and Ft. Carson Behavioral Health? The Franklyn description would be - Finish frame shall be stained solid wood frame with a 2" face and 1 3/4" depth or equal, available in a variety of Cherry finishes to be selected during the final design process. Answer: Artwork for this facility will be framed using Framerica FBW74069 or equal, Honey Pecan finish and shall have a 2" face, " height and " rabbet.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-G-1005/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02585990-W 20110923/110921235640-cdb98e9731369c98af87e642dd669acb (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.