Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2008 FBO #2418
SOLICITATION NOTICE

T -- Yavapai Point Museum Project

Notice Date
7/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8219080308
 
Response Due
7/25/2008
 
Archive Date
7/8/2009
 
Point of Contact
Deborah J. Cimmer Contract Specialist 9287741362 Deborah_cimmer@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
YAVAPAI POINT MUSEUM (A) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, and the use of Simplified Acquisition Test Program procedures as authorized by FAR 13.500, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby being requested and a separate written solicitation will not be issued. Prospective offerors desiring to conduct business with DOI, download a copy of the solicitation, and wishing to receive electronic notification of changes are required to register their company with the National Business Center (NBC) web site, at http://ideasec.nbc.gov. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the website (http://ideasec.nbc.gov) for all information relevant to this solicitation. Therefore, it is the offeror's responsibility to periodically check the website for any amendments to the solicitation. No other notifications will be sent. Paper copies of this solicitation will not be made available and telephone requests or fax requests for this solicitation will not be accepted. In addition to registering at the NBC website offers are required to register with the Central Contractors Register (CCR) on the internet at http://www.ccr.gov, and shall be required to input annual representations and certifications at https://orca.bpn.gov. This is a best value procurement, award will be made based on price, and price related factors. The Government will not accept an offer for award based on superior capability without concern for the price of the offer. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most favorable terms from price, schedule, and technical standpoint. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Non-Price factors are approximately equal to cost or price. Factors include, but may not be limited to: project management, demonstrated abilities in work required, and past performance. Details related to the source selection process will be posted within the solicitation in Sections L & M contained in the attachment titled Terms and Conditions (clauses) attached to the solicitation. NOTE: Due to formatting controlled upon submission by Fed Biz Ops, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word format by contacting Deborah Cimmer via e-mail. (B) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror whose proposal provides the best value to the Government. (C) The proposed contract is being set aside for small business concerns. All responsible businesses may submit a proposal which shall be considered by the National Park Service (NPS). (D) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. (E) Solicitation #:R8219080308. This solicitation is issued as a Request for Quote. (F) NAICS code: 541430 STATEMENT OF WORK Yavapai Point MuseumClimate Change Exhibit and Exhibit Modification I. BACKGROUNDNew geology exhibits were installed, May 2007 in Yavapai Point Museum (Yavapai Observation Station), located on the South Rim of Grand Canyon National Park in Arizona. The Station is one of the first museums in the National Park Service and provides spectacular views of the canyon. The new exhibits provide an introduction to Grand Canyon geology, and help visitors understand the landscape they experience as they explore the park. The Station is relatively small and must regularly accommodate large numbers of visitors. The average visitation is between 6,000-10,000 visitors per day. Any exhibits must be made to with stand extremely heavy use. In addition to the recently installed geology exhibits, a small climate change exhibit needs to be planned, designed and fabricated. Modifications need to be made to two interactive exhibits, to better meet the visitor's understanding of geology and withstand the high level of use. Also, to accommodate visitors' interest in the landscape four open top boxes will be installed to hold binoculars tethered in place. II. PURPOSEThe purpose of this contract is to provide:1.Climate change exhibit - Provide planning, design and fabrication for a climate change exhibit.2.Supergroup interactive - Provide a new more durable design and fabricate an improved Supergroup interactive. 3.Paleozoic interactive - Provide design and fabricate a new interactive for the Paleozoic panel window.4.Binocular boxes - Build four boxes to hold binocular tethered in place and mounted on the existing parapet. The exhibits will be transported to the site, and installed. Work includes coordination with the park staff (Interpretive Specialist) to integrate the climate change exhibit design with the existing exhibit design. The two interactive exhibits must meet the goals set forth in the original design plan and documents. However new ideas are needed to meet these goals. In addition, content development for the climate change exhibit will be coordinated with the park's Interpretive Specialist and Air Quality Specialist. Additional research and information gathering may be necessary to complete the design of the exhibit elements. III. SCOPE OF WORKIndependently, and not as an agent of the Government, the Contractor shall provide all services including labor, materials, facilities, and travel (except as otherwise specified in this contract) necessary to detail, fabricate, transport to the site, and install all exhibit elements for the Yavapai Point Museum, Grand Canyon National Park, Grand Canyon, Arizona. The Contractor shall plan and design the climate change exhibit and additional exhibit modification to a set budget for both planning, design and production. Work under this order shall proceed according the following: 1.National Park Service Standard Exhibit Planning and Design Specifications dated January 31, 2008 2.Section C, Description/Specifications/Work Statement, including National Park Service Standard Exhibit Fabrication Specifications dated December 2006, 1.Climate Change ExhibitThe climate change exhibit needs to be planned, designed, fabricated and installed in Yavapai Point museum. In the development of the exhibit existing design criteria needs to be followed so the new exhibit blends seamlessly with the other exhibits. See attached photographs for the space that the exhibit will be placed in the museum and samples of the other exhibits 2. Supergroup InteractiveThe current interactive on the reader rail of the Supergroup exhibit is broken and has proved not to be successful in visitors' understanding of "A Continent spreads Out - As the supercontinent Rodinia split into smaller continents the layers of Supergroup Rocks fractured, moved, and tilted." The interactive exhibit needs to be redesigned to fit the existing space. Contractor will need to evaluate how the current exhibit can be removed and a new one installed without impacting the reader rail that holds the exhibit. See attached photographs. 3. Paleozoic InteractiveThe existing monitor with a very brief illustration of seas transgressing and regressing is poorly done and visitors' lack understanding to what is happening. This exhibit needs to be replaced with something more dynamic that will illustrate the text: "Paleozoic Rocks: A Quiet Continental Edge - A sun beat down as North America drifted across the equator 525 million years ago. The Grand Canyon region was a costal plain broken by isolated ridges of Supergroup Rocks. The western sea advanced across this, depositing the beginnings of the Paleozoic Rock set. The variety of Paleozoic Rocks represents constantly changing marine and terrestrial environments created by the rising and falling seal levels. The environments were home to may plants and animals. The diverse colors, textures and fossils in the rock layers reflect the complexities of these evolving environments. This pattern of deposition ended as a new super continent took shape 270 million years age."There is flexibility in using the framed opening in which the monitor screen fits as a window to look into the past. There is space behind the exhibit to build a movable box or some other type of interactive. See attached photographs 4. Binocular boxes - build four boxes with attached tether to hold binoculars. The boxes will be made out of Dupont Corian, color, canyon and mounted securely to the parapet. In accordance to both National Park Service Standard Exhibit Planning and Designing Specifications, January 31. 2008 and National Park Sevice Standard Exhibit Fabrication Specification, December 2006 the work will proceed as follows:1.Site Visit/Pre-design - Travel to Grand Canyon National Park, AZ and meet with the project manger and COR to become familiar with the project. Visit Yavapai Museum, take measurements and make other need notes to complete the project. Gather resource information and ideas necessary to plan and prepare a schematic drawing of the Climate Change exhibit and interactives. Prepare site visit report with simplified schematic drawings for review. Contractor will be responsible for the purchase (one time use) of any non-NPS owned graphic.2.Design Development and Production Documents - Prepare design development I for park review and comment. Park's review will be a combination of written and conference calls. Make necessary changes, submit design development II. After park's approval prepare production documents.3.Fabrication - Exhibits will be fabricated as approved in production documents and drawings. All materials will of a quality to with stand heavy use and as specified in the contract.4.Installation - contractor will be responsible for delivering and installing exhibits on site. IV.TIME FOR COMPLETION All work shall be completed on or before December 1, 2008 in accordance with the following schedule: NOT LATER THAN A.Travel to site and submission of all documents and materials for pre-design.(to be assigned once contract is awarded July 08B.Submission of schematic and exhibit content.*C.Submission of design development I for park review and comment.*D.Submission of design development II and production documents for review and comment.*E Fabrication and installation* contractor to propose dates V.REVIEW AND APPROVAL The COR will notify the Contractor in writing, of approval or rejection of the work in accordance with the following schedule: (modify entries as necessary to customize for the project) APPROVAL TIME(CALENDAR DAYS) A.Travel to site and review of all documents and materials for pre-design.7 daysB.Review of schematic and exhibit content.7 daysC.Review of design development I for park review and comment.14 daysD.Review of design development II and production documents for review and comment.14 daysE. Review during fabrication 4 days F. Review of installation14 days VI.CONSIDERATION AND PAYMENT Upon completion and acceptance of all work and receipt of a proper invoice, the Contractor will be paid a firm-fixed-price of $__45,000_, in accordance with the following schedule: (modify entries as necessary to customize for the project) A.Upon completion of travel to site and submission of all pre-design documents and materials.$20%B.Upon completion and approval of all design documents$40%C.Upon completion and approval of fabrication and installation.$40%VII.CONTRACTING OFFICER'S REPRESENTATIVE The Contracting Officer's Representative for this Task Order will be announced at the time of award. VIII.ATTACHMENTS Photographs of the exhibitsOriginal exhibit plan and other documents Visit: ftp://63.220.43.40/GRCA/Yavapai-Work/ Username: npsftpwin Password (case-sensitive): FTP04npswin (Please note: it is a zero, not an 'O'.) Open: Fixing Yavapai.ppt *********************End of Statement of Work***************************** (H) Provisions and clauses noted below apply to this acquisition and may be accessed at http://www.arnet.gov/far. Provision 52.212-1, Instructions to Offerors-CommercialProvision 52.212-2, Evaluation-Commercial ItemsProvision 52.212-3, Offeror Representation and Certifications52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.237-3, Continuity of Services52.252-02 Clauses Incorporated by Reference (see below)1452.228-170 Liability Insurance (See below in full text)52.232-18 Availability of Funds (see below in full text)52.252-2 Clauses Incorporated by Reference. CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far1452.228-70 Liability InsuranceLIABILITY INSURANCE -- DEPARTMENT OF THE INTERIOR (JUL 1996)(a)The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $100,000 Employer liability $500,000 General liability Automobile Liability$200,000 Per person $500,000 Per occurrence for bodily injury$ 20,000 Per occurrence for property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (I) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; proposals shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in section J below; b) price proposal for contract lines noted in paragraph G above; c) completion of provision 52.212-3 as noted by paragraph K below; d) acknowledgement of any solicitation amendments. (J) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government will 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. EVALUATION FACTORS: Selection will be based on price and non-price factors to the Offeror offering the Best Value to the Government. For this procurement, non-price factors are considered to be significantly more important than price. Non-price factors to be considered are: (1) Prior Experience, and (2) Past Performance, which are considered to be equal in relevance. PAST PERFORMANCE Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of offerors past performance, and / or references obtained from any other source. Offerors shall provide a list of three to five past contracts / projects, completed within the last three to five years, which they consider similar in nature.Please provide a list of references who can discuss your company's ability to produce this type of work. (K) Offerors shall complete and return with their proposal a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items unless they are registered in ORCA. (L) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (M) The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42 (See below in full text), 52.222-43, 52.225-1, 52.225-13, and 52.232-33. 52.222-42 Statement of Equivalent Rates for Federal Hires.STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Exhibits Specialist GS-1001-9_$21.58 Illustrator GS 1020-8_ $19.54 Note: SCA Wage Determination #05-2023, Rev (09) date of Revision 06/03/2008, for Arizona, Coconino County applies to this contract, and is attached. SCA wage determinations may be accessed at http://www.wdol.gov. (N) Offerors shall preferably e-mail their proposal to Deborah_Cimmer@nps.gov. Other acceptable methods of submission are mail, or courier delivery. All deliveries should be made to National Park Service, 1824 S. Thompson St. Flagstaff, AZ. Please mark outer envelope as "YAVAPAI MUSEUM". All proposals, regardless of method of submission, shall be submitted to insure arrival by 4:00 pm local time, Flagstaff, AZ Julyl 25, 2008. (O) For information regarding this solicitation contact: Deborah J. Cimmer at 928.774.1362 (P) SUBMITTALSThe Service Contract Act (SCA), and applicable wage rates under the SCA will apply to this contract. In addition to the proposal, each offeror shall provide information that responds to the non-price evaluation factors, including past performance references as noted in paragraph J above, submission of Representation and Certification information as requested in paragraph K above, and all information requested under the Prior Experience heading above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b365328fffcc74f6167163f9f2c60450&tab=core&_cview=1)
 
Place of Performance
Address: Grand Canyon National Park1576 Shuttle Bus RoadGrand Canyon, AZ
Zip Code: 860230129
 
Record
SN01608601-W 20080710/080708220523-bb909139726461590a4de1961eff0943 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.