Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

T -- Archival Preservation of 1,075 Cellulose Nitrate Photo Negatives

Notice Date
8/24/2007
 
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-0084
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Description
August,24,2007 Dear Offeror: The National Archives and Records Administration (NARA),Pacific Region (NRHS), located at 1000 Commodore Dr., San Bruno, CA 94066, is planning to issue a firm fixed price order to procure services in still photograph archival preservation as specified in this Performance Work Statement (PWS). The award will be made to the Lowest Price Technically Acceptable Source in accordance with FAR Subpart 13.106 2. 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 0084. 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 September 7, 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). (send e mail to jon.mciver@nara.gov for a complete Word Version of the RFQ) 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. 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. The CLIN descriptions are generic and provided for guidance only, including Government and Client site designations. Offerors should provide CLIN descriptions that are commensurate with their individual schedule descriptions and the nature of work to be performed. Furthermore, should Offerors deem it necessary to add additional CLINs in a particular Task Order period, simply enumerate accordingly. This is a quotation and the Government is interested in the sound business perspective and judgment of the Offerors. The Government does not guarantee that it will place an order for each CLIN in a given period. NOTE: This is a firm fixed price order. Offerors must provide a schedule in the price quotation that clearly details the breakdown of the proposed monthly prices by labor category, labor hours, labor rates, materials, equipment, supplies, etc. All other direct cost (ODC) items other than those provided in the schedule by the Government must be separately priced, identified, and explained. The Offeror must clearly identify other ODCs as exceptions to the Schedule of Prices. Any ODCs accepted by the Government will be clearly identified in the ODC line item text at award. Those not included in the text at award have been excluded by omission. 3.0 SCHEDULE OF PRICES NOTE: Insert unit prices proposed for each CLIN. 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. Section A. Base from date of award through completion of installation, testing and training. NSP=Not separately priced. Cost is part of priced CLIN. CLIN 0001: 1,075 cellulose nitrate photographic negatives to be duplicated by producing a full size archival, film positive, i.e., an interpositive, with storage enclosures in accordance with the Statement of Work. 1 Lot, Cost $______. CLIN 0002 Document all quality control procedures and issue reports (not separately priced) $NSP. CLIN 0003: Data delivery (not separately priced). $NSP. CLIN 0004: Shipping to National Archives (via Fedex appropriately labeled). 1 Lot, Cost $______. ENCLOSURE 2 : PERFORMANCE WORK STATEMENT FOR ARCHIVAL PRESERVATION OF NONTEXTUAL FEDERAL RECORDS 1.0 INTRODUCTION The National Archives and Records Administration (NARA, Pacific Region (San Francisco) is seeking the services of a vendor experienced in still photograph archival preservation, duplication, and reformatting, to complete work described below. 2.0 BASIC REQUIREMENTS 2.1 Receipt and Shipment of Work The contracting institution will package the original negatives and will ship them to the contractor via Federal Express in containers appropriately labeled and configured for cellulose nitrate negatives. Contracting institution will notify contractor by phone or email when shipment has been made, and contractor will likewise confirm receipt immediately. The delivery will be accompanied by an inventory that lists each original negative by item number. Work is to be undertaken at the contractor?s work site. For purposes of this project to facilitate reformatting by the contractor, the contracting institution will arrange the negatives by Record Group, record series, subseries, NARA archives control number, and original negative number. The contractor will prepare, pack and return the original negatives via Federal Express or secure, trackable equivalent in containers appropriately labeled and configured for cellulose nitrate negatives. And the contractor will also prepare, pack and ship the product (full size archival interpositives) to contracting institution via Federal Express or an at least equivalently secure and trackable shipper. Contractor will notify contracting institution by phone or email when the return shipments are underway, and contracting institution will immediately confirm receipt. 2.2 Identification of Records by National Archives Record Group and Quantity per RG: RG 77, Office of the Chief of (US Army) Engineers, Sacramento District, Civil Works Project Photographs, (Dam Projects), c 1938 1941. Total: 1,075 selected Cellulose Nitrate photographic negatives as identified in the MS Access database ?Newly found Nitrates FY07 Nontextual Project.mdb.? (A copy of the relevant portion of this database showing the photographic negatives to be shipped and reformatted will be provided to the contractor). All negatives are in moderately good to good condition except for 2 negatives in fair condition. Each negative is individually sleeved in a four flap negative enclosure, labeled and identified by RG and name of Dam. The envelopes show sequential NARA numbers for tracking and control as well as the alphanumeric designation on the original negatives corresponding to name of dam/of negative number. 2.3 Statement of work: ?The negatives shall be duplicated by producing a full size archival, film positive (i.e., an interpositive) using a continuous tone, black and white, panchromatic film. The interpositives will be produced in accordance with the contracting institution's ?Technical Requirements for the Duplication of Negatives: Shadow Normalization Tone Reproduction? (Attachment A; also available at http://www.archives.gov/preservation/formats/bw copying specs.pdf ). ?All interpositives shall be individually housed, each in its own non abrasive paper enclosure provided by the contractor. The contractor shall label each of these ?product enclosures? with the same information as that on the corresponding original negative enclosure. The contractor shall insert each interpositive produced from an original negative in the designated enclosures. Using archival preservation quality materials and methods which will neither damage the images in the envelopes nor impair/interfere with the archival RG and record information copied over by contractor from the original negative envelopes, the contractor will also label the interpositive product enclosures/ envelopes with ?Official Record Interpositive,? name of vendor, and date of reproduction. ? The contractor shall perform all labor and be responsible for the acquisition or purchase of all necessary equipment and supplies, except those specified in this contract as being provided by the contracting institution. Note: ? Contracting organization will arrange original negatives by RG and series, and negative number for shipping and contractor reformatting project purposes. Contractor will maintain this arrangement and return the originals and reformatted interpositives in this same order. An MS Access 97 database identifying the photographs will be provided to the contractor. ? Work must be completed no longer than 240 calendar days from date of contract award. ? Contractor must accept ?direct deposit? of payment. See paragraph 6.3 below. 3.0 Place of Performance: To be at Contractor?s specified location. 4.0 PERIOD OF PERFORMANCE. The period of performance is projected to be September 28, 2007 through March 31, 2008 (not longer than 240 days after receipt of order). 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. 6.1 Scheduling Delivery. It is the responsibility of the contractor to insure that arrival of shipments at the contracting institution occurs between the hours of 8:30 a.m. and 4:00 p.m., Monday through Friday, excluding State and Federal holidays. MISCELLANEOUS REQUIREMENTS. 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 Vendor must accept direct deposit for payment. (Vendor must be registered with the CCR registry.) Government furnished materials: Please see the above. 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 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 20 page limit and should be submitted separately in CLIN structure from the Technical proposal. 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 categories, material manufacturer, and subcontracts must be contained in the presentation so that the Offeror?s understanding of the PWS can be evaluated. 2. Price Quotation. The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106 2. Award will be made to the offeror that submits the lowest price technically acceptable offer. a. The period of performance will begin from date of award through installation and training completion. 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). If the Offeror is on GSA schedule for similar efforts, provide an electronic link to the GSA contract along with the number. 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) The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the task order terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from task order payments for non performance or unsatisfactory performance; terminate the task order for convenience or default; and issue final decisions regarding task order questions or matters under dispute. However, the CO may delegate certain other responsibilities to authorized representatives. 3. DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR) COR Lynn R.Blackmer Contracting Officer's Representative (COR) National Archives and records Administration Please refer to NARA Directive 272 for more information on contractors employees identification badge and proximity card issuance. 4. INVOICE SUBMISSION REQUIREMENTS A. Invoices should be submitted electronically to the e mail address in the award package: All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award. 5. FAR 52.217 9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days of the expiration of the term; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract must be considered to include this option clause. (c). The total duration of this contract, including the exercise of any options under this clause, must not exceed 12 months 6. 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. Due to space limitations on FEDBIZOPS, a complete copy of all applicable clauses, terms and conditions not included in this advertisement can be received upon e mail request to jon.mciver@nara.gov 6. 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. a.FAR 52.243 1 CHANGES FIXED PRICE (AUG 1987) ENCLOSURE 5:TERMS AND CONDITIONS Due to Fed Biz Ops space Limitations, this section, and a complete Word version of the RFQ should be requested from jon.mciver@nara.gov 1. STANDARDS OF CONDUCT NARA 8.4 PERMITS AND LICENSES SEP 1998 NARA 8.8 SIGN IN / SIGN OUT LOG SEP 1998 NARA 8.9 INSURANCE 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. NARA 8.10 OVERTIME SEP 1998 NARA 8.11 COOPERATION WITH OTHER ON SITE CONTRACTORS SEP 1998 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 Identification 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) 52.212 5 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 For Complete Legible Copy of RFQ send e-mail request to jon.mciver@nara.gov
 
Place of Performance
Address: At Selected Contractors Site
Zip Code: 20740
Country: UNITED STATES
 
Record
SN01384945-W 20070826/070824222933 (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.