Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOURCES SOUGHT

R -- Request for Information for Emergency Recovery and Restoration Services

Notice Date
4/9/2007
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NARA-07-I-00001
 
Response Due
5/10/2007
 
Archive Date
5/25/2007
 
Description
R -- Request for Information for Emergency Recovery and Restoration Services General Information Document Type: Sources Sought Notice Solicitation Number: Reference-Number Posted Date: April 9, 2007 Original Response Date: May 10, 2007 Original Archive Date: Current Archive Date: Classification Code: R ? Professional, administrative, and management support services Contracting Office Address National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, MD, 20740-6001 Background The National Archives and Records Administration (NARA) ensures ready access to essential evidence that documents the rights of citizens, the actions of Federal officials, and the national experience. NARA supports lifecycle management of records for all three branches of the Federal Government and provides sustained access to historically valuable records in the National Archives and the Presidential Libraries. NARA administers a nationwide network of facilities preserving unique and irreplaceable Federal records. The record types to be recovered include but are not limited to the following: paper-based records such as manuscripts, documents, correspondence, memoranda, maps, drawings, print materials, photographic prints; and photographic film-based records, such as microfilm and motion picture films; as well as dynamic media, including audio and video magnetic tape, sound recordings on phonographic discs; and electronic/digital records, such as computer files on/in various media and formats; playback equipment for dynamic media; and artifacts of a wide-variety of materials. These record types may be stored in a variety of boxes, containers, enclosures (housings) and storage furniture, including stacks up to 16 feet high as well as map files, museum cabinets, and roller drawers associated with fixed or mobile shelving. NARA is interested in procuring emergency response and recovery services for large quantity recovery projects in the event that records/holdings and/or facilities are damaged by water and/or fire or become contaminated by water, mold, insects, or waste; alone or in combination. Response time is a critical factor in limiting loss. The response must start within a specified time and continue until the recovery requirements have been met. For additional information visit the NARA website: http://www.archives.gov Description The National Archives and Records Administration (NARA) is conducting a MARKET SURVEY to determine the availability of Contractors capable of performing Emergency Recovery and Restoration Services at all (preferably all) or any NARA facilities. All work will be performed as required for any of the following NARA facilities or affiliated archives: Alaska ? Anchorage - NARA's Pacific Alaska Region (Anchorage) Arkansas ? Little Rock - William J. Clinton Presidential Library and Museum California ? Laguna Niguel - NARA's Pacific Region (Laguna Niguel) ? Riverside - NARA's Pacific Region (Riverside, CA) ? San Francisco (San Bruno) - NARA's Pacific Region (San Francisco) ? Simi Valley - Ronald Reagan Library Colorado ? Denver - NARA's Rocky Mountain Region District of Columbia (See also Maryland) ? National Archives Building (Archives I) ? The Federal Register ? HABS/HAER Division, National Park Service ? Library of Congress Prints & Photographs Division (NARA holdings) Georgia ? Atlanta - NARA's Southeast Region ? Atlanta - Jimmy Carter Library and Museum Illinois ? Chicago - NARA's Great Lakes Region (Chicago) Iowa ? West Branch - Herbert Hoover Library Kansas ? Abilene - Dwight D. Eisenhower Library Maryland (See also District of Columbia) ? Annapolis - William W. Jeffries Memorial Archives, U.S. Naval Academy ? College Park - National Archives at College Park (Archives II) ? Suitland - Washington National Records Center Massachusetts ? Boston - John Fitzgerald Kennedy Library ? Pittsfield - NARA's Northeast Region (Pittsfield) ? Waltham - NARA's Northeast Region (Boston) Michigan ? Ann Arbor - Gerald R. Ford Library ? Grand Rapids - Gerald R. Ford Museum Missouri ? Independence - Harry S. Truman Library ? Kansas City - NARA's Central Plains Region (Kansas City) ? Lee's Summit - NARA's Central Plains Region (Lee's Summit) ? St. Louis - National Personnel Records Center New Mexico ? Santa Fe, NM - State Records Center & Archives New York ? Hyde Park - Franklin D. Roosevelt Library ? New York - NARA's Northeast Region (New York City) ? West Point, NY - U.S. Military Academy Archives Ohio ? Dayton - NARA's Great Lakes Region (Dayton) Oklahoma ? Oklahoma City, OK - Oklahoma Historical Society Pennsylvania ? Harrisburg - Pennsylvania State Archives, Bureau of Archives & History ? Philadelphia - NARA's Mid Atlantic Region (Center City Philadelphia) ? Philadelphia - NARA's Mid Atlantic Region (Northeast Philadelphia) Texas ? Austin - Lyndon Baines Johnson Library ? College Station - George Bush Library ? Fort Worth - NARA's Southwest Region Washington (State) ? Seattle - NARA's Pacific Alaska Region (Seattle) Wyoming ? Yellowstone National Park Archives DESCRIPTION OF THE REQUIREMENT: The vendor will provide all labor, material, and equipment for emergency clean up of NARA facilities in response to emergency calls at the aforementioned NARA facilities and records recovery for unique, primary records. Services include water extraction, carpet cleaning, general cleaning, moving of equipment, furnishings and records and temporary storage, demolition of damaged finishes, mold remediation, smoke damage remediation, repair and replacement of damaged interior finishes, and other remedial services as required by specific incidents. The vendor would provide timely response to emergency calls at all hours from NARA Facilities Operations staff in response to building flooding and other potential emergency situations and restore affected areas to a safe, sanitary, and functional condition as soon as possible following flooding or other unforeseen incident. Work may range from minor localized water damage due to equipment leaks, to major flooding of multiple floors. Work areas would include administrative, laboratory and specialized work environments. The Vendor would provide services, security, technical assistance, and expertise in the areas of mold remediation, document drying, recovery and reformatting , and building restoration. All work will be carried out in a highly secured environment. The vendor should be equipped to provide specialized cleaning services as required to manage mold remediation, smoke and soot removal, and deodorization. The following is a list of potential tasks: 1. Facility Stabilization for Preservation of Records; 2. Re-housing Records into New Containers; 3. Transporting Damaged Records; 4. Retrieval and Packing of Water-Damaged Records; 4.1 Recovery of Bound Volumes; 4.2 Oversized Records (e.g. Maps/Cartographic); 5. Freezing Water-Damaged Records; ] 5.1 Storage of frozen, damaged records prior to recovery 6. Vacuum Freeze-Drying Water-Damaged Records; 7. Desiccant or Air-Drying Records; 8. Sanitization and/or Decontamination of Records; 9. Cleaning of Records; 10. Recovery of Flat Photographic Records (printed on paper, film and/or other supports e.g. metal, glass, etc.); 11. Recovery of Microfilm Rolls; 12. Recovery of Motion Picture Film; 13. Recovery of magnetic media (audiotape, videotape, etc.); 14. Recovery of phonographic discs; 15. Recovery of Data (Electronic Records, Computer Data and Hard Drive, etc.); 16. Recovery of digital recordings (CD, DVD, Optical Disc, etc.); 17. Recovery of Playback Equipment for Sound, Moving Images, etc.; 18. Recovery of Artifacts/Objects (including any records containing parchment); 19. Reformatting of Records after Recovery ? Paper-based; 20. Reformatting of Records after Recovery ? Film-based and Dynamic Media; 20.1 Microfilm Records; 20.2 Motion Picture Film; 20.3 Magnetic Motion Picture Tracks; 20.4Audio recording; and 20.5Video recordings. POTENTIAL SOURCES ARE REQUESTED TO PROVIDE THE FOLLOWING INFORMATION IN ITS RESPONSE: 1. Company name, address, phone number, primary contact(s), email address, and small business status. 2. List experience in work performed of similar type and scope to include projects in progress and completed projects within the past 5 years, completion dates, contract numbers, project titles, short project descriptions, dollar amounts, and points of contact with their current phone numbers. Please indicate if you were a prime Contractor or subcontractor. 3. Please include specialized experience and technical competence of firm; identify specific experience and qualifications of personnel and record of working together as a team 4. Provide Statement of Capability. A potential source?s experience should demonstrate the following in the capability statements: a) an existing emergency call network established for processing emergency requests at all hours, year round; b) the ability to mobilize and be on site and ready to work within 2 hours of receipt of emergency request, 24hrs/day, 7 days/week, and 365 days/year; c) the ability to provide all necessary labor and equipment to respond immediately to a variety of large quantity recovery project needs, including water extraction, comprehensive building drying and dehumidification, mold and smoke abatement and remediation, and minor demolition and repair; d) existing staff and the ability to maintain staff certifications in areas of mold remediation, general restoration; e) additional technical and security requirements to include testing and monitoring of moisture level. A potential source is requested to provide a list of the NARA facilities that it can service. Also, copies of its commercial price list including labor categories, equipment, materials, as well as its GSA Schedule (if under schedule) are requested. 5. Provide any relevant industry perspective that might assist the Government with acquisition and management of these services including contract type, pricing methodologies, etc. Response Instructions Vendors are requested to submit responses electronically if at all possible. Please limit responses to a total of 25 pages, and utilize Microsoft Word format. Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. Provide points of contact, including name, address, phone/fax number, and email. Supplemental product brochures, price lists, GSA Schedule, or marketing materials outlining specifications and capabilities may also be submitted. Contact Information Please submit responses via email not later than 4:00 PM on May 10, 2007 to ann.harrison@nara.gov. The subject of the email should be "Emergency Recovery and Restoration Services RFI Response". Please submit 3 copies each of any supplemental hardcopy materials or electronic materials on hard media (CD, diskette), to: Ann Harrison (NAA--Room 3340); National Archives at College Park, 8601 Adelphi Road College Park, MD 20740-6001 The Government will not request additional information or discuss submissions received in response to this RFI with individual responders. Disclaimer This RFI is issued for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Original Point of Contact Ann Harrison, Contract Specialist, Phone (301) 837-0772, Fax (301) 837-3227, Email ann.harrison@nara.gov
 
Place of Performance
Address: Various sites as stated within Request for Information
Zip Code: 20740
Country: UNITED STATES
 
Record
SN01269594-W 20070411/070409222000 (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.