Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

Z -- Oriental Rug Conservation Services - CLIN breakdown - Terms and Conditions - Statement of Work SOW

Notice Date
11/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561740 — Carpet and Upholstery Cleaning Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13R0022
 
Archive Date
11/28/2012
 
Point of Contact
Patrick T. Dermidoff, Phone: 703-875-4679
 
E-Mail Address
dermidoffpt@state.gov
(dermidoffpt@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Terms and Conditions Oriental Rug CLIN Breakdown Oriental Rug FBO Combined Synopsis/Solicitation Language 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The Department of State, Office of Fine Arts (M/FA) intends to solicit and award a Blanket Purchase Agreement for Oriental Rug Conservation as described in further detail below for the Diplomatic Reception Rooms at the Harry S Truman Building in Washington D.C. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). The North American Industry Classification System (NAICS) code for this acquisition is 561740, with a small business size standard of $4,500,000 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business Set Aside. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any BPA and does not guarantee any order placements. Any resultant BPA(s) will be five (5) years in duration; however, either party may terminate the resulting BPA with 30 calendar days notice. The Government seeks to establish a BPA for conservation of oriental rugs and carpets in the Diplomatic Reception Rooms. The Contractor will provide information including but is not limited to identifying the country of origin (and whether the rug may be attributable to nomadic, village or workshop); pattern and design; construction and weave (including knot types and knot density); colors and dyestuffs (natural, aniline, or synthetic among others); approximate age and condition. The Contractor will perform onsite textile conservation in a manner consistent with American Institute for Conservation (AIC) and American Association of Museums (AAM), with treatment reports including scaled drawings. The Government reserves the right to inspect the Contractor’s work to verify performance and ensure compliance with these standards. The Contractor will provide valuations (including fair market and insurance/replacement values) of the collections. The Contractor must be an accredited or certified member of a recognized appraisal organization: International Society of Appraisers (ISA), American Association of Appraisers (AAA), American Society of Appraisers (ASA), and/or Oriental Rug Retailers of America (ORRA). The Contractor will maintain a climate and temperature controlled warehouse with appropriate alarm systems for long-term storage. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) the Government may award one or more BPAs resulting from this notice to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Understanding the Requirement -Does the Contractor perform the stated duties as a regular function of its business? Does the Contractor demonstrate expertise in following areas: -Consultation-Identifying rugs in the collection -Rug Conservation -Rug Storage -Rug appraisal Technical Capacity -Do the proposed personnel have preferred training and experience? (Certifications: AAA, ASA, ISA, or ORRA). Certified Appraisal -Is the Contractor an accredited or certified member of recognized appraisal organization? -Does the Contractor specialize in rug appraisals? -Are appraisals subcontracted to non-full time employees? Corporate Stability -Have you ever filed for bankruptcy or posted a public announcement of business closing? Facilities -Does the Contractor have temperature and climate controlled storage? Emergency Response -What are the rapid response estimates provided by Contractor? Price The individual call limitation will be up to $150,000.00 per call; however, the Contracting Officer will establish call limitations in writing for individuals who are authorized to place calls. The call limit for each individual may vary. The Government will notify the offeror of the names of individuals who will be authorized to place calls against any resulting BPA. The BPA will identify the names of the individuals authorized to schedule deliveries under the Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. **All vendor questions due by 10AM EST on Thursday, November 8th, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13R0022/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02922958-W 20121103/121101234615-79c77c17769a1a0982040360ab97a320 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.