Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

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

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
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-0032
 
Response Due
6/19/2007
 
Archive Date
7/4/2007
 
Description
May 25, 2007 Dear Offeror:The National Archives and Records Administration (NARA), Pacific Region, 1000 Commodore Dr., San Bruno, CA 94066, as specified in this Performance Work Statement (PWS)is planning to issue a firm fixed price indefinite delivery indefinite quantity contract with a twelve month base period for acquisition of Contractor services to provide all management, supervision, and personnel necessary to perform archival preservation of non-textual holdings in the Laguna Niguel, California office. You are invited to submit a quotation utilizing Enclosure 1, Schedule of Prices for the Services specified in Enclosure 2, Performance Work Statement (PWS), under Request for Quotation (RFQ) NAMA-07-Q-0032. The quotation will be submitted in the form of a written quotation in accordance with the procedures outlined in Enclosure 3, Quotation Submission Instructions. You should submit the quote not later than 3:00 PM June 19, 2007: To aid you in your planning and quotation development, the following information is provided as enclosures to this RFQ:Enclosure 1 Schedule of Prices Enclosure 2 Performance Work Statement Enclosure 3 Quotation Submission Instructions Enclosure 4 Contract Administration (provides contract administration information and requests that certain data be provided by your firm).Enclosure 5 Terms and Conditions (provided additional clauses that will be included as part of the delivery order when it is issued). Enclosure 6 Relevant Past Performance Questionnaire, Enclosure 7 Label Sample Enclosure 8 Department of Labor Wage Determination This request does not commit the Government to pay for any costs incurred in the preparation of this quotation or to contract for the supplies or service. All written information identified above must be submitted to the Contract Specialist (CS) at the following address: Mr. Jon McIver, National Archives and Records Administration Acquisition Services Division (NAA), 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 Additionally, any questions regarding this RFQ and any terms and conditions should be submitted in writing to Mr. McIver not later than five working days before the deadline for receipt of quotations. Mr. McIver may be reached on telephone number 301-837-0286, fax number 301-837-3227, or e-mail at Jon.mciver@nara.gov. If you do not wish to submit a quotation for this effort, you are requested to notify Mr. McIver as soon as possible by e-mail or fax.LaVerne Fields,Contracting Officer ENCLOSURE 1 NOTE: For evaluation purposes, the NTE Price will be determined by multiplying the Quantity (Qty.) by the Unit Price. The Task Order Price will be determined by summing the individual CLIN prices. CLIN = Contract Line Item Number; PWS = Performance Work Statement; NTE = Not to Exceed; NSP = Not Separately Priced. 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 300 hours of work per year. 1.1 Pricing Table 1. (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 Technician $________ 2.2 Pricing Table 2 (Computing LOT Price) CLINs from Schedule of Prices in 2.0 Above, Base Year CLIN 00001. Hourly Rate is $_______, @1000 Hr/year multiplier (Max allowable but not guaranteed), Lot Price to be inserted in 3.0 Schedule of Prices below. $___________ 3.0 SCHEDULE OF PRICES NOTE: Insert unit prices proposed for each CLIN for each year (use computed LOT price from Table 2). The Total Contract Maximum Price will be determined by adding the CLIN prices for each year. CLIN = Contract Line Item Number; PWS = Performance Work Statement. CLIN 0001 for Base Year (07/01/07 thru 6/30/08) Qty = 1, Unit = LOT, Price = $______ ENCLOSURE 2 PERFORMANCE WORK STATEMENT FOR NON-TEXTUAL PRESERVATION AND STORAGE AT NARA, PACIFIC REGION (LAGUNA NIGUEL) 1.0 INTRODUCTION The objective of this Performance Work Statement (PWS) is to obtain all management, supervision, and personnel necessary to perform archival preservation digitization of non-textual Federal records holdings of the National Archives and Records Administration (NARA), Pacific Region, 24000 Avila Road, 1st Floor East Entrance, Laguna Niguel, CA 92677, 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. The 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 records concerned are approximately 2700 photographic images produced by the U.S. Geological Survey?s Branch of Astrogeology in Flagstaff, Arizona. They are contained in National Archives Record Group 57, Records of the United States Geological Survey, Records of the Mission Files of the Chief Scientists at the Branch of Astrogeology. These photographs document the astronaut training program in geology and the use of rovers and other specialized equipment for the Apollo missions. The photographs document not only the technology, but the astronauts as well. The majority of the photographs are 8x10 black and white images in good condition. The series has been arranged and the images will be reformatted into digital images by the Contractor in accordance with guidelines set forth by NARA ? Pacific Region and information about the images will be captured in a database to aid in image retrieval. As each photograph is scanned, it will be placed into preservation housing by the Contractor and placed in the original order into new boxes. 2.0 BASIC REQUIREMENTS The Contractor must provide The Contractor will be required to perform the following services: 2.1 Reformat each photograph into a digital file abiding by the technical guidelines set out by NARA ? Pacific Region (Laguna Niguel). 2.2 Place each photograph into a polypropylene sleeve and then into an archival box. 2.3 Enter identifying item information into an MS Access database. An award will be based on a best value determination, price and other factors considered. Other factors for award include but are not limited to past performance and an Offeror's ability to meet the functional and technical requirements listed below. The Offeror must meet these requirements in part based on past performance. The Contractor must have a good knowledge of Adobe Photoshop and digitization best practices including experience with a variety of scanners and in compiling metadata. In addition, the Contractor must have knowledge and experience in the handling and care of historic photographs. The Offeror must provide a detailed price proposal, in accordance with the requirements listed below, along with descriptive literature or brochures on its proposed Business Analysis Training Class indicating compliance with the requirements listed 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 24000 Avila Road, 1st Floor East Entrance Laguna Niguel, CA 92677 4.0 PERIOD OF PERFORMANCE The period will be for a base year from July 1, 2007 through June 30, 2008 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. 6.0 TASKS AND DELIVERABLES The deliverables for this requirement are the digital image files and complete information entered into the NARA Pacific Region (Laguna Niguel) image database. 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. ENCLOSURE 3 QUOTATION SUBMISSION INSTRUCTIONS The National Archives and Records Administration (NARA) requires Offerors to provide a written quotation, which is limited to 20 pages with a type font of no less than 10pt. to NARA officials for the purposes of assuring that the prospective Contractor fully understands the scope of this GSA Schedule procurement and has the capability to complete all PWS requirements. NARA will incorporate the written quotation into the contract. Pricing information is excluded from the 10 page limit. a.1. Content of the Technical Quotation. The Offeror's technical quotation to the Government must demonstrate the Offeror's technical approach; personnel; and related experience and past performance. The purpose of the technical quotation is to enable the Government to assess and determine the soundness of each Offeror's: demonstrated relevant knowledge and competence with regard to the Government's requirements and program objectives; relevant capability to perform; understanding of, and approach to the work that the Offeror would have to perform under the prospective order; and the relevant challenges and risks. The technical quotation must not include any price or cost information. However, resource information such as data concerning labor hours, categories, material, and subcontracts must be contained in the presentation so that the Offeror?s understanding of the PWS can be evaluated. 2. Relevant Past Performance Information. NOTE: Enclosure 6 Past Performance Questionnaire is to be requested from Jon McIver and then to, completed by your references, and returned by your references to the Contract Specialist by [June 19, 2007]. It is the Offeror?s responsibility to ensure that the references submit the completed questionnaires in a timely manner. The Offeror must also submit, in writing, as part of its quotation, the relevant past performance information (limited to 5 contracts) describing its directly-related or similar Federal, State and Local Government, and private contracts and subcontracts it has held within the last 5 years including contracts and subcontracts currently in progress which are of similar scope, magnitude and complexity to that which is detailed in the RFQ. (The information must be clear whether the work by the Offeror was done as a prime Contractor or a subcontractor). Offerors who describe similar contracts and subcontracts must provide a detailed explanation demonstrating the similarity of the contracts to the requirements of the RFQ. If the prime Contractor or its subcontractors have no relevant past performance history in the requisite contract amount, the Offeror may submit information on relevant past performance at lower dollar levels, providing that the Offeror adheres to the above limitation of 5 contracts. The Offeror's quotation must include the following: a.Contract Number(s); type of contract; period of performance; total original, present, or final contract dollar value; and specify whether the Offeror was the prime Contractor or the subcontractor. b.Company or Agency's name, address, telephone and fax numbers (both contractual and technical personnel) at the Federal, State, Local Government, or Commercial entity for which the contract was performed. c.Detailed description of the work performed. d.Clear statements describing whether the contract services and schedules were completed on time, with a quality product conforming to the contract, without any degradation in performance or customer satisfaction. Discuss any cost growth if the contract was not completed for the original contract amount. e.The number; type; frequency; duration and impact of any quality, delivery or cost problems in performing the contract; the corrective action taken, if any; and the effectiveness of the corrective action. f.Offerors must submit similar relevant past performance information on proposed significant or critical subcontractors. Subcontractor relevant past performance must be relevant to that required under this RFQ and to the work to be subcontracted. The quotation must describe the amount of work and criticality of the work to be subcontracted. Such subcontractor work must clearly indicate the extent of involvement of the subcontractors in the proposed effort (such as 40% of the total labor hours) and why such subcontractor experience is relevant considering the subcontractor effort proposed. g.Offerors must either provide the above information or affirmatively state in writing that it possesses no relevant directly related or similar relevant past performance. Failure to submit the required Relevant Past Performance information by the due date may result in rejection of the quotation unless the Offeror has certified that it has no relevant, directly related or similar relevant past performance experiences. 3. Price Quotation. Price will be evaluated in accordance with the following FAR Cite 52.212-2 -- Evaluation -- Commercial Items a.The period of performance will begin from date of award and go for one year, with the possibility of exercising four (4) option years. For pricing purposes, the Offeror must use a start date of July 1, 2007. b.The Offeror must provide the following information on the first page of the pricing quotation: (1) RFQ Number; (2) Name and address of Offeror; (3) Name and telephone number of point of contact; (4) Name of contract administration office (if available); (5) Type of order; and (6) Proposed prices per the Schedule of Prices - best prices offered to the government (See Enclosure1). c. The Offeror must provide a copy of its GSA contract. d.All other direct costs (ODCS) items must be separately identified and explained. ENCLOSURE 4 CONTRACT ADMINISTRATION, 1.CONTRACTOR RESPONSIBILITY The Contractor is responsible for the day-to-day inspection and monitoring of the Contractor work performed to ensure compliance with requirements. The results of all Contractor quality control inspections conducted must be documented on inspection checklists and be made available to the Government during the term of the task order. 2.GOVERNMENT CONTRACT ADMINISTRATION: (a) This task order will be administered by: National Archives and Records Administration Acquisition Services Division, Code NAA, Room 3340, 8601 Adelphi Road College Park, MD 20740-6001. (b) Contract Specialist (CS): Mr. Jon McIver, Contract Specialist (CS), Telephone: (301) 837-0286, The Contracting Officer (CO), has the overall responsibility for the administration of this task order. Written communication to the CS must make reference to the task order number and must be mailed, postage prepaid, to the above address. (c)Contracting Officer (CO, LaVerne Fields (CO), Telephone: (301) 837-3100 3.DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR) COR Name: Lynn R. Blackmer, Contracting Officer's Representative (COR), Pacific Region NRHP, National Archives and Records Administration,Address: Caller Service 8305, Perris, CA 92572 Office Phone (office)/951-956-2012 (fax)951-956-2009 Lynn.Blackmer@nara.gov. (i) The individual named above is designated as the Contracting Officer's Representative (COR) to assist the CO in the discharge of the CO's responsibilities. FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov. FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) NARA CLINS included by reference only, request copy from Jon McIver 1. NARA STANDARDS OF CONDUCT (NARA 8.4PERMITS AND LICENSES SEP 1998 NARA 8.8SIGN IN / SIGN OUT LOG SEP 1998 NARA 8.9 INSURANCE REQUIREMENTS SEP 1998 NARA 8.10 OVERTIME SEP 1998 NARA 8.11 COOPERATION WITH OTHER ON-SITE CONTRACTORS SEP 1998 NARA PHYSICAL ACCESS SECURITY MAY 2006 4. OTHER TERMS AND CONDITIONS (a) The Offeror must provide the Contractor Identification Number - Data Universal Numbering System (DUNS) FAR 52.204-6 (JUN 1999). (b) The Offeror must provide the Taxpayer dentification Number in accordance with FAR 52.204-3 (OCT 1998). (c) Exceptions Taken to any Terms and Conditions Stated in the RFQ. Complete rationale, justification, and cost impact must be included. The Government advises Offerors that it intends to evaluate quotations and award an order without discussions. Questions regarding terms and conditions should be submitted in writing to the Contract Administrator not later than five (5) working days before the deadline for receipt of quotations. 52.216-1 TYPE OF CONTRACT APR 1984 (IAW FAR 16.105) The Government contemplates award of a Fixed Price Indefinite Delivery Indefinite Quantity contract resulting from this solicitation. 52.217-5 EVALUATION OF OPTIONS JUL 1990 (IAW FAR 17.208(c)(1)) 52.233-2 SERVICE OF PROTEST SEP 2006 (IAW FAR 33.106(a)) Service of Protest (Sep 2006) CLAUSES 52.212-2 IAW FAR 12.301 ( c ) Evaluation Commercial Items (January 1999) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. As prescribed in 12.301(b)(2), insert the following provision:Offeror Representations and Certifications -- Commercial Items (Nov 2006) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2007) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FEB 1998 (IAW FAR 52.107(a)) The full text of a solicitation provision may be accessed electronically at these addresses: http://farsite.hill.af.mil/vffara.htm ENCLOSURE 6 RELEVANT PAST PERFORMANCE QUESTIONNAIRE, (Request copy via e-mail from Jon McIver) ENCLOSURE 7 LABEL SAMPLE (Request copy via e-mail from Jon McIver) ENCLOSURE 8 (Exerpt. For Complete Copy Request one from from Jon McIver DOL Wage Determination 05-2047 CA,LOS ANGELES/SANTA ANA WAGE DETERMINATION NO: 05-2047 REV (02) AREA: CA,LOS ANGELES/SANTA ANA HEALTH AND WELFARE LEVEL - INSURANCE ONLY **OTHER WELFARE LEVEL WD:05-2048 REGISTER OF WAGE DETERMINATIONS UNDER|U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT |EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION WASHINGTON D.C. 20210 Wage Determination No.: 2005-2047 William W.Gross Division of Revision No.: 2 Director Wage Determinations| Date Of Revision: 11/29/2006 State: California Area: California Counties of Los Angeles, Orange OCCUPATION NOTES: Librarian 27.91 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.01 per hour or $120.40 per week or $521.73 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)
 
Place of Performance
Address: National Archives and Records Adminikstration(NARA)PACIFIC REGION, 24000 Avila Road, 1st Floor East Entrance,, Laguna Niguel, California
Zip Code: 92677
Country: UNITED STATES
 
Record
SN01303818-W 20070527/070525222004 (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.