Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

J -- Operations and Maintenance Services for the Gerald R. Ford Presidential Museum - RFQ NAMA-11-Q-0016

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-11-Q-0016
 
Archive Date
3/4/2011
 
Point of Contact
Jean-Claude Amisial, Phone: 301-837-0521, Evelyn Carter, Phone: 301-837-0736
 
E-Mail Address
jean-claude.amisial@nara.gov, evelyn.carter@nara.gov
(jean-claude.amisial@nara.gov, evelyn.carter@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NAMA-11-Q-0016 in its entirety. This is a combined synopsis/solicitation for commercial items prepared in the format outlined at FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm-Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0016 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 effective December 30, 2010. This is a 100% small business set-aside under NAICS 561210, Facility Support Services with a size standard of $35.5 million, issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures at FAR 13.5 in conjunction with Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). A contract will be issued to the Contractor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this contract will be evaluated based on the following evaluation factors: 1. Technical Approach. The Government will assess the Contractor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives, understanding of, and approach to the work that the Contractor would have to perform under the prospective contract. 2. Management and Quality Control. The Government will assess the suitability of the Contractor's management and key personnel who will work with the Government project manager. The Contractor is also required to provide résumés of key personnel. The draft Quality Control Plan that the Contractor is required to submit will be evaluated to determine the quality of the Contractor's methodology for mitigating threats, challenges, and risks to performance. A draft Contract Transition Activities Plan detailing the Contractor's phase-in and phase-out actions, to ensure the continuity of services will also be evaluated for quality and thoroughness as part of this factor. 3. Relevant Past Performance. The Government will assess the demonstrated quality of performance on similar, relevant work (including magnitude of the project and the nature of the work), to include the ability to control the quality and effectiveness at accomplishing the goals on previous similar relevant work. Contractors are requested to submit no more than 5 references for relevant past performance performed during the past 5 years. Submission should include contact information for ordering entity, including a point of contact, dollar value of contract/order, brief description of work performed, and an explanation of how any performance difficulties were addressed and resolved. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. 4. Price. All evaluation factors other than Cost or Price, when combined, are approximately equal to cost or price. Selection of the firm to perform this contract will be based on NARA's assessment of the best overall value to the Government. BACKGROUND: The National Archives and Records Administration (NARA), College Park, MD has a requirement for Operations and Maintenance services for the Gerald R. Ford Presidential Museum. REQUIREMENTS : The Statement of Work (SOW) is included as Enclosure 2, as well as, additional SOW attachments (1-3) and SOW exhibits (A - E). PERIOD OF PERFORMANCE: Base Year (August 1, 2011 through July 31, 2012). Option Year 1 (August 1, 2012 through July 31, 2013). Option Year 2 (August 1, 2013 through July 31, 2014). Option Year 3 (August 1, 2014 through July 31, 2015). Option Year 4 (August 1, 2015 through July 31, 2016). Contractors must submit their pricing in RFQ Enclosure 1, Schedule of Prices. PLACE OF PERFORMANCE: The Gerald R. Ford Presidential Museum located at: 303 Pearl Street, NW, Grand Rapids, MI. SITE VISIT : Contractors are encouraged to attend the Site Visit to tour the Gerald R. Ford Presidential Museum on January 20, 2011 at 9:00 AM Eastern Time. Upon entering the Main Entrance and checking in, contractors will be directed to the Michigan Room. Contractors should be prepared to present a form of photo identification. Contractors are strongly encouraged to register in advance for the Site Visit, by contacting Mr. Jean-Claude Amisial at jean-claude.amisial@nara.gov no later than 4:00 PM Eastern Time on January 17, 2011. The Government will not answer any questions or requests for clarification at the Site Visit. QUESTIONS : Questions regarding this RFQ must be submitted in writing to Mr. Amisial no later than 4:00 PM ET on January 27, 2011 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) -- see Enclosure 4, Terms and Conditions for Addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) - see Enclosure 4, Terms and Conditions for the full text of this clause. See Enclosure 4, Terms and Conditions for additional applicable FAR provisions and clauses. RELEVANT PAST PERFORMANCE SUBMISSIONS (Volume II) : In order to facilitate the processing of Contractors' quotations, NARA requests that Contractors submit Volume II, Relevant Past Performance, inclusive of Relevant Past Performance Questionnaires (sent directly to this office by references) to National Archives and Records Administration (NARA), Attention: Jean-Claude Amisial, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: jean-claude.amisial@nara.gov, no later than 4:00 PM Eastern Time on January 27, 2011. RFQ CLOSE DATE : Four (4) copies of each quotation (Volumes I and III) should be mailed to National Archives and Records Administration (NARA), Attention: Jean-Claude Amisial, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: jean-claude.amisial@nara.gov. Quotations should be received by 4:00 PM ET on February 17, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. RFQ Title Enclosure 1 Schedule of Services & Prices Enclosure 2 Statement of Work Enclosure 3 Wage Determination Enclosure 4 Terms and Conditions - continuation of applicable FAR provisions and clauses and applicable Other Terms & Conditions Enclosure 5 Quotation Submission Instructions Attachment 1 to Enclosure 5 Relevant Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0016/listing.html)
 
Place of Performance
Address: 303 Pearl Street NW, Grand Rapids, Michigan, 49504-5343, United States
Zip Code: 49504-5343
 
Record
SN02355819-W 20110108/110106234441-c7e988f8991ffcaf7a0ab76309f16481 (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.