Federal Bid

Last Updated on 15 Dec 2010 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Exhibition Fabrication Services

Solicitation ID RFQ-NLM-11-011-UHP
Posted Date 10 Nov 2010 at 10 PM
Archive Date 15 Dec 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Library Of Medicine
Agency Department Of Health And Human Services
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information contained in this notice. The procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. This announcement constitutes the formal Request for Quotation (RFQ) NLM-11-011-UHP and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through October 2010 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-46. This acquisition is a 100% small business set-aside and the NAICS code is 339999.

It is the intent of the National Library of Medicine (NLM) to procure professional support services over a period of five (5) years for the Exhibition Program at the National Library of Medicine for production of museum quality, moderate sized exhibitions, refurbishing and adding to existing exhibitions, traveling and managing exhibitions, and transportation and storage of exhibition structures and elements. Design is not part of this contract. The NLM has scheduled a site visit to review the performance site. The site visit is on November 17, 2010 from 3:30 PM to 5:00 PM Eastern Standard Time. All participants MUST meet the contract personnel, Uyen Phuong, at 8600 Rockville Pike, the Lobby of Building 38, Bethesda, MD 20894. If you have any additional questions, please contact Uyen Phuong at 301-496-6127.

EVALUATION FACTORS FOR AWARD

After satisfaction of the Initial Task Order requirements for deinstallation of the Against the Odds exhibition to be installed, the evaluation will be based, in addition to price, on the demonstrated capabilities of the prospective vendors to the meet the needs of the project as set forth in the Statement of Work. Prospective vendors must submit information sufficient to allow NLM to evaluate based on the following criteria.

Technical factors are of paramount consideration; however, cost is also important to the overall award decision. All evaluation factors other than cost, when combined, are significantly more important than cost. The Government can make tradeoffs among cost and technical factors in determining which Offeror(s) provide the best value by awarding to other than the lowest cost Offeror(s) or other than the highest technically rated Offeror(s). Offeror(s) are advised that award will be made to that Offeror(s) whose quote provides the best overall value to the Government.

In determining which quote represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs, the Government shall evaluate quotes using the following technical evaluation criteria, which are listed in the order of relative importance with weights assigned for evaluation purposes:

Requirements/Maximum Points

Criterion A: 45 points
Past performance: Identify 3 projects in the last 5 years that demonstrate similar scope and nature to the requirements of the Statement of Work and the Library's past exhibition projects and emphasizing the contractor's record of meeting estimated budgets and schedules. For each project provide the following information:

• Name of Museum or Library client
• Client Project Officer and contact information
• Project title/description
• Square footage
• Budget and final cost
• Project duration
• Contractor's Responsibilities: provide a narrative addressing the contractor's responsibilities as part of a project team and how they relate to the requirements of this statement of work
• Challenge/response: provide a narrative addressing an example of a challenge presented by the project and an effective response demonstrating problem solving abilities such as value engineering, unique use of materials, administration, resource allocation or other solution
• Illustrations: For each illustration provide a brief narrative/caption addressing the reason why these samples were submitted (i.e. demonstration of scope, attention to detail, craftsmanship, use of materials or other relevant element of the project.)
• Sample shop drawings: For each drawing provide a brief narrative/caption addressing the reason why these samples were submitted (i.e.: technical solution, computer capabilities, sophistication of drawing, collaboration with designer and client, demonstration of successful value engineering that maintains design integrity, etc.)

Criterion B: 20 points

Proposed work plan for the initial Task Order: The proposal must describe an approach that:

• demonstrates the ability to achieve timely, cost efficient, and acceptable performance
• identifies the roles and responsibilities of the contractor
• identifies individual tasks to be performed and the relative scheduling of those tasks
• identifies a methodology for addressing typical management issues inherent in the business

Criterion C: 20 points

Capabilities Statement: In relation to the requirements of the full Statement of Work, provide a narrative statement including:

• a brief overview description of the contractors experience, ability and availability to efficiently and cost effectively meet the requirements and specifications of the statement of work for the term of the purchase order.
• administrative tools and processes used to support the timely and efficient completion of projects and which demonstrate an understanding and a methodology for addressing typical management issues inherent in the business (eg: timely and accurate estimates, successful value engineering suggestions that maintain design integrity, timely ordering of materials, timely communication between management and shop especially regarding updated drawings, ability to manage, coordinate, and schedule subcontractors, ability to adhere to production and installation schedules, managing multiple projects simultaneously.
• specific identification of in house fabrication capabilities and those services that would be outsourced including a list of subcontractors and their qualifications if necessary.

Criterion D: 15 points

Key Personnel: Identify and provide brief resumes for personnel to be directly involved in the execution of tasks under this purchase order, including contractor staff and subcontractors. Requirements may be found in the Personnel section of the Statement of Work.

Total Possible Points: 100 points

It is anticipated that up to TWO AWARD(S) will be made from this solicitation. This requirement is for a base year with options for four (4) successive one-year periods. The period of performance is on or about December 27, 2010. The offeror shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its proposal. ** The Statement of Work (SOW) of this requirement is attached to this solicitation. **

All proposals received by November 30 2010, 4:30 P.M. (Eastern Standard Time) will be considered by NLM. Responses must be in writing, and must include pricing information and meet the criteria requirement. All responses from responsible sources will be considered. Inquires regarding this procurement may be made to the National Library of Medicine, Office of Acquisitions, 6707 Democracy Boulevard, Suite 105, Bethesda, Maryland 20894-5488 (20817 for courier services), Attention: Uyen H. Phuong, Contracting Officer, on (301) 496-6127.

Please submit ONE (1) signed original and FOUR (4) copies of the proposals on or before 4:30 PM EST, November 30, 2010 to:

Uyen H. Phuong
Contracting Officer
National Library of Medicine, NIH
Office of Acquisitions
6707 Democracy Blvd., Suite 105 MSC 5488
Bethesda, MD 20892-5488 (20817 for courier services)

The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212 1, Instructions to Offerors Commercial Items (June 2008). FAR 52.212-2, Evaluation - Commercial Items (January 1999). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212 3, Offeror Representations and Certifications Commercial Items (October 2010)-With DUNS Number Addendum [52.204-6 (April 2008)]. The following FAR clauses apply to this acquisition: FAR 52.212 4, Contract Terms and Conditions Commercial Items (June 2010) and Addendum to Clause for Year 2000 Compliance (July 1997); FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2010); and NLM(RC)-RIGHTS IN DATA - SPECIAL WORKS (11-30-88).


 

Bid Protests Not Available

Similar Past Bids

Pike New hampshire 19 Aug 2008 at 4 PM
Location Unknown 14 Aug 2008 at 3 PM
Bethesda Maryland 18 May 2005 at 5 AM
Location Unknown 02 Sep 2003 at 5 AM

Similar Opportunities