Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

99 -- Historic Furnishings Report for Key's Ranch, Joshua Tree National Park

Notice Date
11/5/2009
 
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
Q1106100018
 
Response Due
11/23/2009
 
Archive Date
11/5/2010
 
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 Q1106100018 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 2005-37. This acquisition is a total small business set-aside. Responses are due on or before November 23, 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 Historic Furnishings Report for the Key's Ranch at Joshua Tree National Park, Twentynine Palms, California. Due to space limitations, the complete commercial item specifications are contained in Solicitation Number Q1106100018. 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 the final Historic Furnishings Report must be completed on or before December 3, 2010. 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, 52.219-6 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.Past Performance Information Submit three references for contracts that are similar in size, complexity and nature to this work. Complete Numbers I and II of the Past Performance Questionnaire. To the extent possible the references should correspond to the samples of work submitted and should represent either work that is ongoing or has been completed within the last three years. 2.Proposed time for completion schedule 3.Samples of Work The offeror should provide samples of recent projects that demonstrate the ability of proposed personnel and designated subcontractors to prepare historic furnishings reports or similar technical reports requiring primary source research. To the extent possible, samples should tie back both to the past performance references and to key personnel. Samples of work must demonstrate capabilities of personnel proposed for use under this contract. Identify each sample with the following information: A. Name and location of the project; B. Name of client, contact person, and telephone number; C. Offerors role in the project (i.e., primary contractor or subcontractor); D. Describe the specific work performed by your firm for each project; E. Name and specific job responsibilities of proposed key personnel, including subcontractors, who worked on the sample project (i.e., project manager, installation team leader, or production supervisor); F. Award price and actual completion price; 4.Proposed key personnel. The offeror should identify personnel and subcontractors, if any, proposed for use under the contract. Each person should be Identified by name, title, organization, full or part-time, and either "Key" personnel or not. Also identify if the person is a part of your staff or a subcontractor. Each resume should include: A. Name of person, title, and statement of their primary duties; B. Person's proposed role(s) and responsibilities under the contract; C. Person's list of projects, and description of role (not title) on each project; D. Employment history: E. Related work experience for each employer, identifying: - Each project by name; - Type of project and dates; and - Position, title, and specific duties and responsibilities for each project listed. Exclude information that is not relevant to the person's designated role in the project. 5.Level of Effort The offeror should provide person hours by applicable labor category, without pricing information, and should be broken down by scheduled deliverable. Offerors shall separately submit the following as part of the business proposal: 1.Total firm-fixed-price broken down by scheduled deliverable so that each proposed payment correlates to a proposed level of effort, including level of effort; 2.Travel, equipment, material, postage, and shipping costs; 3.Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items; 4.SF-LLL, Disclosure of Lobbying Activities; and 5.DI-2010, Certifications Regarding Debarment, Suspension and Other Responsibility Matters, Drug-Free Workplace 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. 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 which are weighted as specified: 1.Past Performance; (40%) Evaluation will be performed for existing and prior contracts for work similar in nature and complexity to that required by the solicitation and will include the following: A. Quality of Products and Services. Demonstrated ability to fabricate panels in accordance with required specifications. Conformance to good standards of workmanship and quality control. (0-10) B. Customer Satisfaction. Satisfaction of end users with the completed products and/or services. (0-10) C. Timeliness of Performance. Compliance with required performance time and/or delivery schedules. (0-10) D. Business Relations. Effective management, ability to manage projects involving subcontracts, working relationship with the Contracting Officer and Contracting Officer's Representatives, reasonable/cooperative behavior, flexibility, effective contractor recommended solutions, businesslike concern for government interests, and provides current, accurate, and complete billings. (0-10) If there is no information on past performance available for an offeror, then that offeror will not be evaluated favorably or unfavorably with respect to past performance. In other words, past performance will be treated as neutral. This will be accomplished by deleting the past performance evaluation factor and evaluating the individual offeror on the remaining criteria. 2.Key Personnel, including subcontractors. (30%) Evaluation will be based on the ability of the proposed personnel to perform work similar in nature and complexity to that required by the solicitation and will include the following: A. Knowledge of the material culture of the mid-20th century domestic interiors; B. Experience in researching and writing reports dealing with domestic, farming, and/or ranching structures; C. Experience in conducting primary source work; and D. Knowledge of the history of the settlement of the desert southwest. 3.Samples of Work. (20%) Evaluation will be based on the ability of the offeror, as demonstrated by the provided samples, to prepare historic furnishings reports or similar technical reports requiring primary source research. 4.Proposed level of effort by labor category; (10%) Evaluation will be based on the reasonableness of the time allocated to the phases of work and the project as a whole. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Likewise, award will not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. A thorough examination will be made to determine an offeror's adequate understanding of the Scope of Work related to proposal presentation, price (including materials) and other factors considered. The question to be decided in making the final selection will be whether proposals scoring better are worth the dollar difference (if any).As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and the evaluated cost or price become essentially equal, other factors may become the determining factor.The government will consider other factors, as listed below in descending order of importance, secondary to technical, geographical disbursement, and cost or price; A.HubZone small business concerns;B.Small business concerns which are also minority owned and operated; C.Women-owned firms; andD.Service-disabled veteran-owned small business firms. In addition to the evaluation of technical merit, the cost, or price, and other factors, the standards for determining an offeror's responsibility as set forth in FAR 9.104-1, will be examined and considered. Additional factors which are not specifically set forth in this solicitation, but which are prerequisites for award as implied by law, regulation or public policy will be considered in the determination of an offeror's acceptability. All proposal information and quotation shall be submitted in an original and two copies for receipt no later than 4:30 p.m., EST, November 23, 2009 and be clearly marked with Request for Quotation Number Q1106100018. 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 Q1106100018; 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 Q1106100018; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Offers by telephone, or transmitted via 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/Q1106100018/listing.html)
 
Place of Performance
Address: Twentynine Palms, California
Zip Code: 922773597
 
Record
SN01999096-W 20091107/091106000037-da18530ea4f30a405cc98a432ff79009 (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.