Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

T -- McLoughlin House Historic Furnishings Report for Fort Vancouver National Historic Site

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1142090033
 
Response Due
9/11/2009
 
Archive Date
8/25/2010
 
Point of Contact
William B. Blake Contract Specialist 3045356484 bill_blake@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Solicitation Number Q1142090033 constitutes the entire solicitation. Proposals and price quotations with detailed breakdown are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is a total small business set-aside. Responses are due on or before September 11, 2009. The North American Industry Classification System (NAICS) code is 541720 and the related small business size standard is $7,000,000 in average annual receipts or less. The National Park Service requires all labor, supplies, materials, and travel (except as provided herein), to prepare a Research Plan for a Historic Furnishings Report for the McLoughlin House at Fort Vancouver National Historical Site, Oregon City, Oregon. Options to provide research services and preparation of a Historic Furnishings Report are contingent upon obtaining fiscal year 2010 funding. Due to space limitations, the complete commercial item specifications are contained in Solicitation Number Q1142090033. Interested Contractors should download this document. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. Delivery of Phase I work must be completed on or before October 30, 2009. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items Alternates I and II, 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.227-16 Additional Data Requirements, 52.227-17 Rights in Data -- Special Works, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, and 52.245-1 Government Property. Offerors shall submit the following as part of the technical proposal: 1. Proposed start date and completion schedule, including optional work;2. Three references for contracts that are similar in size, complexity and nature to this work that you have completed within the past five years;3. Samples of similar work by key personnel proposed;4. Proposed key personnel, including resumes. Include sub-contractors if applicable; and5. Level of Effort / person hours by applicable labor category without pricing. Level of effort should be broken down by deliverable so that each proposed payment correlates to a proposed level of effort. Include optional work. Offerors shall separately submit the following as part of the business proposal: 1. Total firm fixed price for each phase of work, including level of effort and optional phases; 2. Travel, equipment, material, postage, and shipping costs; and3. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluations of options shall not obligate the Government to exercise the options. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1. Past performance with similar work, if any;2. Key personnel;3. Level of effort; and 4. Samples of Work. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. All proposal information and quotation shall be submitted in an original and one copy for receipt no later than 4:30 p.m., EST, September 11, 2009, and be clearly marked with Request for Quotation Number Q1142090033. This due date is firm. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers should be sent by regular U.S. Postal Service to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: William Blake, Contract Specialist; Solicitation Number Q1142090033; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. The overnight or courier address is National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: William Blake, Contract Specialist; Solicitation Number Q1142090033; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Offers by telephone, transmitted facsimile (fax) will not be accepted. The Point of Contact for this requirement is William Blake, Contract Specialist, at (304) 535-6484, email bill_blake@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1142090033/listing.html)
 
Place of Performance
Address: Oregon City, Oregon
Zip Code: 97045
 
Record
SN01925987-W 20090827/090826001225-ad28c7e6e0b125380dc580951f782600 (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.