Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

99 -- Photographic Preservation at NARA Rocky Mountain Facility

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-03-Q-0019
 
Response Due
7/24/2003
 
Archive Date
8/8/2003
 
Point of Contact
Marty Cruz, Contract Specilaist, Phone 301-837-1633, Fax 301-837-3227,
 
E-Mail Address
narciso.cruz@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-03-Q-0019 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 effective June 23, 2003. This is a 100% small business set-aside under NAICS 519120 with a size standard of $6 million. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Award will be based on a best value determination, price and other factors considered. Other factors for award include past performance and a responsible offeror?s ability to meet the salient functional and technical requirements as listed below for the preservation of photographic holdings of the National Archive and Records Administration (NARA), Rocky Mountain Region. BACKGROUND: NARA ? Rocky Mountain Region is responsible for the identification and preservation of records in archival holdings in the region. A typical series may include photographic prints, negatives, and slides, and textual materials consisting of photographic record sheets relating to the images. Prints/negatives range in size from 2 x 2? to 10? wide panoramic images, which are currently rolled. Almost all the images are enclosed in highly acidic paper sleeves on which are printed basic captions listing date, location, project number, name of photographer, and road number. The sleeves are in poor to terrible condition: extremely brittle, crumbling away with each handling, leaving the prints unprotected. They are housed for the most part in acidic, gritty, FRC-style boxes not suitable for archival storage. Although some items are currently considered low-use, most series are of uniquely high potential research value and may be become more frequently used once processing (including preparation of an item list) is completed. The photographs provide valuable images of the West, including early highway routes, conditions, and construction techniques, and documentation of surrounding environments such as forests, national parks, and historic shots of structures and communities. Records for the initial contract consist of approximately 31 cubic feet of photographs stored in approximately 26 FRC boxes, 6 archival hollinger boxes, and two ? size boxes. There are approximately 38,000 photographs and images. REQUIREMENTS: The Contractor will be required to perform the following services: remove photographs from current boxes; remove each photograph, negative, and/or slide from its current sleeve or mounting if they are determined to be of sub-archival quality (mounted photographs will be left on their backing sheets unless removal can be effected without damaging the print); place each item into an appropriately sized archival photograph envelope or mylar sleeve; place panorama photos and other oversize prints in mylar sleeves and in acid-free boxes of appropriate size, placing a cross-reference sheet in original position to indicate removal of item; in cases in which caption information was printed on the old sleeve, either transcribe the photograph number/caption onto the new enclosure, or photocopy the caption onto archival bond paper and attach it to or place it in the new sleeve; examine photographs/negatives/slides for signs of deterioration; for example, fading, breaking, or cracked emulsion (keep a listing of the location of these damaged photographs); place the properly enclosed photographs into archival-quality boxes of the appropriate size. The photographs may be stored in an upright position if they are packed firmly enough to prevent them from curling or slumping in the box; or they may be stored horizontally in order to allow them to flatten; place any textual materials in appropriately sized acid-free folders and archival containers; create new box label containing the following information: record group number (same on all boxes), record group title (same on all boxes), originating office (may vary with each series), series title (may vary with each series), box contents (varies on each box), attach the label to the box. (Labels are pre-pasted but not pressure sensitive--they require moistening.), annotate existing paperwork to indicate new box number of photographs. Key personnel must demonstrate related experience with similar preservation projects. Offerors must submit a brief description of relevant experience, duties, and responsibilities. Work must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. NARA ? Rocky Mountain Region will provide workspace and all materials. Work will be performed at the following location: Rocky Mountain Region; Building 48, Denver Federal Center; West 6th Avenue and Kipling Street; Denver, Colorado 80225. Original arrangement scheme and order of the photographs must be maintained. All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than September 30, 2004. No transportation or travel expenses will be paid. Vendor must accept credit card or direct deposit for payment via electronic funds transfer. Offeror?s price proposal shall be based on the cost to perform the requirement, in its entirety, during the 12 month period beginning October 1, 2003 and ending September 30, 2004 utilizing the following structure: CLIN 0001 (Archival Activity for FY ?04). 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 (Oct 2000); each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications?Commercial Items (June 2003), with the quotation. A copy of the provisions can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions?Commercial Terms (February 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (June 2003). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.232-34 Payment by Electronic Funds Transfer?Other Than Central Contractor Registration, 52.232-36 Payment by Third Party, and 52.233-3 Protest After Award. Two copies of each proposal must be mailed to National Archives and Records Administration (NARA), Attention: Narciso Cruz, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001, by 3:00 PM MT on July 24, 2003. Additionally, the detailed price proposal may also be e-mailed to: narciso.cruz@nara.gov. Telephonic responses will not be processed.
 
Place of Performance
Address: Rocky Mountain Region, Building 48, Denver Federal Center, West 6th Avenue and Kipling Street, Denver, CO
Zip Code: 80225
Country: U.S.A.
 
Record
SN00368919-W 20030712/030710214101 (fbodaily.com)
 
Source
FedBizOpps.gov 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.