Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

B -- Great Lakes Navigation and Navigational Aids Historic Context S

Notice Date
7/3/2014
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
NPS, MWR - MWRO MABO601 Riverfront DriveOmahaNE68102US
 
ZIP Code
00000
 
Solicitation Number
P14PS01610
 
Point of Contact
JAMES BISSAILLON
 
E-Mail Address
james_bissaillon@nps.gov
(james_bissaillon@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
On or about July 14, 2014, the National Park Service (NPS), Midwest Regional Office Major Acquisition Buying Office (MWRO - MABO), intends to issue a Request for Proposal (RFP) to award a single, firm-fixed price contract for the preparation of a Great Lakes Navigation and Navigational Aids Historic Context within the boundaries of the United States, and the subsequent recommendation of one or more National Historic Landmark (NHL) nominations for properties that are nationally significant examples. The solicitation closing date will be on or about August 11, 2014. Actual dates and times will be identified in the solicitation. THIS POSTING IS NOT A SOLICITATION. NO RESPONSE IS NECESSARY. Additional details can be found in the solicitation when it is posted. The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at www.fedbizopps.gov. PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED. Amendments, if/when issued, will be posted to www.fedbizopps.gov for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. In accordance with FAR 19.502-2 and agency supplements, this project will be set- aside for small business concerns only. The North American Industry Classification System code for this project will be 541720 with a size standard of $19M. Scope of Work The objective of the Great Lakes Navigation and Navigational Aids Historic Context Study is to develop the historic context of navigation on the Great Lakes and to identify navigational aids on the five Great Lakes (Superior, Michigan, Erie, Huron, and Ontario) for their eligibility for NHL designation. The scope of work will include: secondary and primary research, combined with some field survey work to provide a contextual narrative of the history of Great Lakes navigation and navigational aids, the development of a map to identify the location of navigational aids and clusters of navigational aids throughout the Great Lakes, and maps by state for those adjacent to the Great Lakes showing the location of all navigational aids in more detail. The Historic Context will discuss the development of locks, major sea lanes, the volume of traffic, and the development of navigational aids to facilitate the traffic. In addition, the study will develop NHL requirements and establish a rationale whereby qualifications for NHL eligibility will be identified. It will apply the NHL criteria as defined in the National Register of Historic Places Bulletin: How to Prepare National Historic Landmark Nominations, and will include evaluations of integrity based on site visits to those properties determined most likely to be eligible for NHL designation. The Historic Context Study will present an argument for the national significance of lighthouse clusters or complexes within the context of applicable NHL themes and topics established in the NPS Thematic Framework. The recommendation for NHL nomination(s) will provide an assessment of integrity of the property(s) in general and specifically by a descriptive inventory of nationally-significant buildings, structures, features, objects, sites and landscapes. The government will review the progress of the report development through required drafts and provide comments as necessary. It is anticipated that the final draft shall be completed, including all reviews, within twenty four (24) months of contract award. Contract award is anticipated to occur by September 01, 2014. THIS WILL NOT BE A SEALED BID OR LOW BID PROCUREMENT. A best value trade-off selection process will be conducted in accordance with FAR part 13. At the discretion of the Contracting Officer, portions of FAR parts 12 and 15 may be utilized. This best value approach will use factors such as technical, price, and past performance. It is anticipated the aforementioned factors will be listed in descending order of importance and that all non-price related factors, when combined, will be significantly more important than cost/price. Failure to submit all requested information in the solicitation may result in the entire proposal being disqualified from further competition. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. REGISTRATIONS: Offerors must have and maintain an active registration with the System for Award Management (SAM) website to be eligible for a Government contract award and receive payment. In order to receive any contract award, a vendor must be registered in the System for Award Management (SAM). To register a firm in the SAM system, visit http://www.sam.gov/. All questions must be emailed to james_bissaillon@nps.gov. Telephone requests will not be accepted. THE ONLY POINT OF CONTACT FOR THIS PROCUREMENT IS THE CONTRACT SPECIALIST as listed in this announcement. Contracting Office Address: MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01610/listing.html)
 
Record
SN03414594-W 20140705/140703235559-878aa3336f414f1c0b6451097e38eb13 (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.