SOLICITATION NOTICE
R -- Preparation of Scope of Collection Statements NPS
- Notice Date
- 6/13/2025 9:05:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6025Q0045
- Response Due
- 7/8/2025 10:00:00 AM
- Archive Date
- 07/23/2025
- Point of Contact
- Bissaillon, James, Phone: 4028008292
- E-Mail Address
-
James_Bissaillon@nps.gov
(James_Bissaillon@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Preparation of Scope of Collection Statements (SOCS) At Multiple National Park Units and Develop Tool for Museum Property Removal for the National Park Service, Interior Regions 3, 4, and 5 Combined Synopsis Solicitation 140P6025Q0045 (i) 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 constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. (ii) Solicitation number 140P6025Q0045 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement is set aside for Total Small Businesses in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, under NAICS Code 561990 (All Other Support Services) with a small business size standard of $16.5M. (v) Line items: 00010 MWRO Prepare SOCS, quantity of one (1), unit of issue job (jb) (vi) This solicitation is for the preparation of individual Scope of Collection Statements (SOCS) focused on retention/disposal to decrease the square footage and number of storage facilities for Buffalo National River (Arkansas), Fort Smith National Historic Site (Arkansas), and Saint Croix National Scenic Riverway (Wisconsin). (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: Performance will begin in 2025 immediately once a contract is awarded with a period of performance of 300 days after contract award. The anticipated start date is July 16, 2025. Delivery and Acceptance Location: NPS, 601 Riverfront Dr, Omaha, NE 68102 FOB: Destination (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) in the Standard Form 18 document) Any questions pertaining to this solicitation must be sent via email to james_bissaillon@nps.gov and adam_kircher@nps.gov on or before June 23, 2025, at 12:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about June 25, 2025. (ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will receive a preliminary review to determine whether the quote contains sufficient information, as required by the solicitation, to allow the government to perform a meaningful evaluation. If the results of this preliminary review indicate that the quote lacks sufficient information to allow a meaningful evaluation to be conducted, the Contract Specialist/Contracting Officer may eliminate the quote from further evaluation and consideration for an award. If an award is determined to be in the best interest of the government, it will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsive and responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical (2) Past Performance and (3) Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025), with its offer. (xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties except for administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (DEVIATION Feb 2025), applies to this acquisition including paragraph (a) and the following clauses in paragraph (b): 52.203-17, 52.204-10, 52.204-27, 52.204-28, 52.204-30, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.226-8, 52.232-34, 52.240-1, 52.222-41, 52.222-42, 52.222-55, 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) Offerors shall comply with the included terms and conditions applicable to acquisitions of commercial items and all addenda/attachments. Offerors are to refer to the complete solicitation package for full terms and conditions. The complete solicitation package includes this posting, all attachments, and any amendments which may be posted during the solicitation. The full text of the referenced FAR clauses (and provisions) may be accessed electronically at https://www.acquisition.gov/far/. Attachments included: 1. Scope of Work 2. SCA Wage Determination - Boone County, Arkansas 3. SCA Wage Determination - Sebastian County, Arkansas 4. SCA Wage Determination - Polk County, Wisconsin 5. Technical Questionnaire 6. Past Performance Questionnaire (PPQ) 7. Standard Form 18 (xiv) N/A (xv) All offers must be submitted by the due date to be considered. Quotes are due on or before July 8, 2025, at 12:00 pm CDT. Quotes shall be submitted electronically via email to: james_bissaillon@nps.gov (xvi) Contract Administration Data James Bissaillon Contract Specialist DOI, National Park Service, Interior Region 3,4,5 ConOps Central, Nebraska Major Acquisition Buying Office Email: james_bissaillon@nps.gov Phone: (402) 800-8292
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e50523268b7f4e5b8429b439d807c7f6/view)
- Record
- SN07477096-F 20250615/250613230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |