Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
MODIFICATION

99 -- Archival Preservation of Non-Textual Fed. Records

Notice Date
5/18/2007
 
Notice Type
Modification
 
NAICS
519120 — Libraries and Archives
 
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
NAMA-07-Q-0037
 
Response Due
6/11/2007
 
Archive Date
6/26/2007
 
Description
This amendment changes the government's guarantee mimimum from 300 hours to 250 hours. This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-07-Q-0037. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 effective August 4, 2006. This acquisition is set aside for small business. The Offerors must state in their quote their size standard for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. The period of performance is: July 1, 2007 through June 30, 2008 and four (4) one (1) year option periods. This will be a firm-fixed price contract. The purpose of this contract is to obtain all management, supervision, and personnel necessary to perform archival preservation of non-textual Federal records holdings of the National Archives and Records Administration (NARA), Pacific Region, 1000 Commodore Dr., San Bruno, CA 94066, as specified in this Performance Work Statement (PWS). 1.1 Pricing Table 1. NOTE: This is IDIQ Work. The hourly rates in the Table 1 below must include the composite hourly rate that will be used in pricing the labor associated with the orders under this contract. The composite hourly burdened labor rate must include all labor costs, direct and indirect, including labor, labor overhead, G&A, and profit, to provide one hour of labor. The composite rate must not include escalation for non-exempt service employees in accordance with the Service Contract Act. However, any exempt service escalation should be included. Table 2 assists in computing the LOT price for each CLIN in the Schedule of Prices. The Offeror must multiply the composite hourly rate from the table below by 1000 hours. The Government does not guarantee 1000 Hours of work in a given year; this is merely the maximum allowable per year in this IDIQ Contract. The Government does, however, guarantee ordering a minimum of 250 hours of work per year. (A) The following table is for pricing IDIQ delivery orders and for pricing deductions for all CLINs and work. Table 1 must be used as the composite hourly rate to price all labor for: (1) All Service delivery orders regardless of price; (2) May be used for deductions, if necessary, in accordance with FAR 52.246-4 Inspection of Services ? Fixed Price (Aug 1996). TABLE 1 COMPOSITE HOURLY RATE Firm Fixed Hour Price Base Year 07/1/07 thru 6/30/08 Nontextual Preservation_________ Firm Fixed Hour Price Option Year 1 07/1/08 thru 6/30/09 Nontextual Preservation Technician $_________ Firm Fixed Hour Price Option Year 2 07/1/09 thru 6/30/10 Nontextual Preservation Technician $_________ Firm Fixed Hour Price Option Year 3 07/1/10 thru 6/30/11 Nontextual Preservation Technician $_________ Firm Fixed Hour Price Option Year 4 07/1/11 thru 6/30/12 Nontextual Preservation Technician $_________ 2.2 Pricing Table 2 (Computing LOT Price) CLINs from Schedule of Prices in 2.0 above for CLIN 0001 Base Year _____ for CLIN 0101 Option Year 1 _____ for CLIN 0201 Option Year 2 _____ for CLIN 0301 Option Year 3____ and for CLIN 0401 Option Year 4 ____. Pertinent Composite Hourly Rate from Table1 above for CLIN 0001 Base Year _____ for CLIN 0101 Option Year 1 _____ for CLIN 0201 Option Year 2 _____ for CLIN 0301 Option Year 3____ and for CLIN 0401 Option Year 4 ____. 100 hr/year multiplier (max allowable but not guaranteed for CLIN 0001 Base Year _____ for CLIN 0101 Option Year 1 _____ for CLIN 0201 Option Year 2 _____ for CLIN 0301 Option Year 3____ and for CLIN 0401 Option Year 4 ____. LOT Price to be inserted in 3.0 Schedule of Prices Below for CLIN 0001 Base Year _____ for CLIN 0101 Option Year 1 _____ for CLIN 0201 Option Year 2 _____ for CLIN 0301 Option Year 3____ and for CLIN 0401 Option Year 4 ____. During the base year, contract line item (CLIN) 0001 is for the period of performance July 1, 2007 through June 30, 2008. Option periods may be exercised as provided for in FAR 52.217-9, Option to Extend the Term of the Contract (March 2000). Exercise of options is contingent upon availability of funds for the option period of performance (FAR 52.232-18, Availability of Funds) (Apr. 1984). The Offeror must price each CLIN as a monthly price and extended amount for maintenance of the entire CLIN quantity for the base and each option year. Provide Pricing for the following: CLIN 0001(Base Year): Nontextual Technician to perform the requirements of the PWS; 1 LOT. ______________ CLIN 0002 (Option Year I): Nontextual Technician to perform the requirements of the PWS; 1 LOT. _______________ CLIN 0003 (Option Year II) Nontextual Technician to perform the requirements of the PWS; 1 LOT. ______________ CLIN 0004 (Option Year III): Nontextual Technician to perform the requirements of the PWS; 1 LOT. ______________ CLIN 0005 (Option Year IV): Nontextual Technician to perform the requirements of the PWS; 1 LOT. ______________ SCOPE: The objective of this Performance Work Statement (PWS) is to obtain all management, supervision, and personnel necessary to perform archival preservation of non-textual Federal records holdings of the National Archives and Records Administration (NARA), Pacific Region, 1000 Commodore Dr., San Bruno, CA 94066, as specified in this Performance Work Statement (PWS). NARA Pacific Region is responsible for the identification and preservation of records in archival holdings in the region. A typical series covered by this PWS may include such nontextual records as photographic prints, negatives, and slides; and/or architectural drawings, maps, and charts; oversize records, and/or other non-textual items. The series concerned in the initial period are black and white photographic prints created by the Forest Service Pacific Southwest Experimental Forest and Range Experiment Station between 1896 and 1959, and processed under National Archives Record Group 95, records of the US Forest Service. These photographs document the operations, building structures and work activity performed in the experimental forests in California. The records are generally arranged according to the Forest Service?s alphabetic filing code and a locally devised numbering system. A database has been constructed and some photographs have been processed. During processing, the overall number of boxes will be expanded, and a modified, more user-friendly finding aid will be created by the Contractor. Within the containers, the 3.5 in. x 5.5 in. photographs are stored in varying conditions. Most items are mounted onto 5 in. x 8 in. envelopes via corner mounts, not glued down. The envelopes bear detailed, typed captions for each photograph, and contain several duplicate copies of each print. In their current condition, these items are stored in acidic containers, which are potentially damaging to the images over time. The items range in size from 2 x 2 in. to 8 x 10 in. Records for the initial period consist of approximately 24 cubic feet of photographs stored in approximately 48 non-standard cartons measuring 5.25 in x 9.75 in x 14.75 in. There are approximately 12,000 photographs and images. Records for the option periods of the contract will include preservation on similar photograph and non-textual records from RG 95, but may also include non-textual records from other Federal agencies and National Record Groups such as RG 77, U.S. Army Corps of Engineers. 2.0 BASIC REQUIREMENTS The Contractor will be required to perform the following processing and preservation services: 2.1 Remove non-textual items from current boxes. 2.2 Determine whether item can be removed from existing housing, if they are of sub-archival quality. Most mounted items will be left on their backing sheets unless removal can be effected without damaging the item. 2.3 Place each item into appropriate archival housing (e.g., mylar sleeve, folders, etc.). 2.4 Develop basic structure and enter identifying item information into an Access database. 2.5 In cases in which caption information was printed on the old housing, either transcribe the information onto the new enclosure, or photocopy the caption onto archival bond paper and attach it to or place it in the new sleeve. This information will also be entered into a database. 2.6 Examine items for signs of deterioration; for example, fading, breaking, or cracked emulsion. Make a notation in the database about these damaged items. 2.7 Place the properly housed items into archival-quality boxes of the appropriate size. Arrangement within the box will depend on appropriate archival housing to prevent further damage (e.g., curling or slumping in box, etc.). 2.8 Place any textual materials in appropriately sized acid-free folders and archival containers, retaining/documenting their relationship to the non-textual records. 2.9 Create new box labels containing the following information (Label Sample): 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) Archival accession number (same on all boxes) Box numbers (old box and new box numbers) LABEL SAMPLE (Contact Jon McIver via e-mail, See CONTRACTOR NOTE below) 2.10 Attach the label to the box and update the database with the box number information. The Offeror must meet the RFQ tasks to meet these requirements in part based on past performance. The Offeror must provide a detailed price proposal, in accordance with the requirements listed below, along with descriptive literature on its capabilities to perform the listed requirements below. Proposals that fail to fully meet the content requirements listed below for Photo Preservation shall deem as non-responsive. 3.0 PLACE OF PERFORMANCE Work will be performed at the following location: National Archives and Records Administration Pacific Region 1000 Commodore Dr. San Bruno, CA 94066 4.0 PERIOD OF PERFORMANCE The period will be for a base year and four one (1) year options starting from date of award. 5.0 HOURS OF OPERATION Work must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. Normal Hours of Operation: Monday through Friday, 7:30 A.M. to 4:00 P.M. Wednesday, 4 P.M. to 5:30 P.M. (Microfilm research only) Closed weekends and Federal Holidays. 6.0 TASKS AND DELIVERABLES The deliverables for this requirement are the new box labels and the updated paperwork indicating new box numbering. Performance Specifications/Additional Requirements: MISCELLANEOUS REQUIREMENTS 6.1 Original or other appropriate archival arrangement scheme and order of non-textual items, as established by NARA Pacific Region for the project, must be maintained. 6.2 All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than one year from contract award date in base year or applicable option year. 6.3 No transportation or travel expenses will be paid. 6.4 Vendor must accept credit card or direct deposit for payment. (If Direct Deposit, then vendor must be registered with the CCR registry.) Government-furnished materials: NARA Pacific Region will provide workspace and all materials. Subcontractors: In the event that subcontractors are needed for portions of this project, they shall be required to fully comply with all relevant portions of this performance work statement and the final contract between the Government and the prime Contractor. PERFORMANCE MEASURES: NARA reserves the right, during working hours and without notice, to inspect the Contractor?s processes, procedures, deliverables, etc., during the performance of this work. PERSONNEL: The Contracting Officer/COR may request the Contractor to immediately prevent any employee(s) from performing work under this contract should it be determined that individuals performing services are disqualified for either suitability or security reasons, are found to be unfit to perform their duties, or pose an unacceptable risk to Government equipment. SECURITY: The Contractor must provide a list of the names of all employees having access to the San Bruno location and must provide the names of all employees who have a completed background/criminal check. This will be required for any additional personnel and replacement vacancies. While on duty, contract workers must wear identification badges provided by the Records Center. NARA 8.9INSURANCE REQUIREMENTS SEP 1998 a. In accordance with the clause of this contract entitled ?INSURANCE--WORK ON A GOVERNMENT INSTALLATION? (FAR 52.228-5), the Contractor shall acquire and maintain during the entire performance period of this contract insurance of at least the following kinds and minimum amounts set forth below. TYPES OF INSURANCE MINIMUM AMOUNT Workmen's Compensation and all $100,000, except as provided occupational disease for in FAR 28.307(a) Employee's Liability Insurance and all $100,000 per accident occupational disease when not covered by Workmen's Compensation above General Liability Insurance Comprehensive) Bodily Injury per occurrence$500,000 Property Damage per occurrence $100,000 Vehicle Liability Insurance (Comprehensive) Bodily Injury per person $200,000 Bodily Injury per accident$500,000 Property Damage per accident $100,000 b.The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of Clause) CLAUSES AND PROVISIONS: 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 (Jan 2006); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the offeror that submits the lowest price technically acceptable offer; each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006), with the quotation. A copy of the provision can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Mar 2007). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (Jun 2003), 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 By American Act-Supplies, 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration, and 52.233-2 Service of Protest (Sep 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Jon McIver. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. CONTRACTOR NOTE: Offerors are requested to transmit inquiries via both facsimile (301) 837-3227), Attn: Jon McIver and Email ;(jon.mciver@nara.gov). Quotations may be submitted (one copy) via mailed, faxed (301) 837-3227, or Email (jon.mciver@nara.gov) to: Mr. Jon McIver, National Archives and Records Administration, Acquisition Services Division (NAA), Suite 3340, 8601 Adelphi Road, College Park MD 20740-6001, no later than June 11 2007, by 3:30 PM EDT. Quotations must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any).
 
Place of Performance
Address: National Archives and Records Administration(NARA), Pacific Region, 10000, Commodore Dr., San Bruno, California
Zip Code: 94066
Country: UNITED STATES
 
Record
SN01298516-W 20070520/070518221903 (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.