Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

B -- Develop a strategic plan to apply new interpretive technologies to serve diverse visitor populations

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - SEKI Sequoia/Kings Canyon NP Ash Mountain Supply Center47050 Generals Hiway Three Rivers CA 93271
 
ZIP Code
93271
 
Solicitation Number
Q8520090043
 
Response Due
8/11/2009
 
Archive Date
7/30/2010
 
Point of Contact
Brenda Kauffman Contract Specialist 4155617013 brenda_kauffman@nps.gov;<br />
 
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
The National Park Service, Sequoia and Kings Canyon National Part, has identified a requirement to solicit the development of a strategic plan to apply new interpretive technologies to serve diverse visitor populations. This combined synopsis/solicitation for commercial items has been prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is Q8520090043 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35, dated July 14 2009. This solicitation is set-aside for small business. The North American Standard Industrial Classifications System Code is 541720 and the small business size is less than $7 million. THE FOLLOWING ARE MINIMUM REQUIRESMENTS: Develop a Strategic Plan to Apply New Interpretive Technologies to Serve Diverse Visitor Populations SCOPE OF WORK 1. Develop strategies and an action plan which address the following: "Identify key demographic and tourism trends over the next 5 to 10 years that may have implications for the Fisherman's Wharf area."Identify information technology and program delivery trends in park and museum settings that can be used or adapted for use at the park."Identify most effective interpretive methodology and technology needs for visitors from international, multigenerational, multilingual, and multicultural backgrounds and those with special needs."Include prioritized recommendations and action steps to engage visitors and schoolchildren from multicultural, multi-ethnic, and/or underserved communities to visit, and visit more often, or better utilize park resources"Include a list of contact persons in various communities of interest to assist the Park and/or the Association in strategy implementation. "Identify areas of opportunity to provide fully accessible programming. 2. Work closely with park staff to identify assets (e.g., programs, people, facilities, and partners) available to build park audiences. Programs and promotional materials will be reviewed; park and park partner San Francisco Maritime National Park Association statistics will be analyzed, key staff will be interviewed, and relevant planning documents will be reviewed. A key element will be to identify the unique features and assets of the park to utilize in crafting a strategy to build new audiences. 3. Conduct a minimum of two Focus Groups representing a cross section of the park visitors and potential park visitors. 4. Work closely with the park and Association staff to identify constituents for interviews and/or focus group exercises. 5. Coordinate all meetings, conference calls, park tours, focus groups, and other scheduling requirements. 6. Provide written report containing the following: "Executive Summary"Introduction"Background"Methodology"Results of findings"Future directions for the park The Contracting Officer for this project is Fred Picavet, 415-561-4797 Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acquisition.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; (a) 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. The following factors shall be used to evaluate offers:Conformity with the Scope of Work as listed abovePast Performance - submit a least 3 references of similar projects and include project name, size, and contact names 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.212-3 must be submitted with the bid / offer, or you can register your reps and certs online at http://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including, 52.233-3 Protests after award, and 52.333-4 Applicable Law for Breach of Contract Claim, and, the following paragraph (b) clauses added: 52.222-3 Convict Labor,52.222-19 Child Labor - Cooperation with Authorities and Remedies,52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.225-13 Restrictions on Certain Foreign Purchases,52232-33 Payment by Electronic funds Transfer - Central Contractor Registration. BID SUBMITTALOffer shall be submitted as a lump sum price. VENDOR REQUIREMENTS:Prospective Bidders desiring to conduct business with DOI will be required to register at the Central Contractors Register (CCR) on the internet at http://www.ccr.gov prior to award. PROPOSALS ARE DUE:Proposals are due for this combined synopsis/solicitation on August 11 at 4:00 PM Pacific Daylight time and shall be delivered by the specified times to the National Park Service, Golden Gate National Recreation Area, Building 201 Fort Mason, San Francisco CA, 94123, ATTN Fred Picavet, Contracting Office: RFQ Q8520090043. Facsimile Quotations are acceptable with all required documentation at 415-561-4795, or email questions are acceptable to fred_picavet@nps.gov. No oral quotations will be accepted. Bidders must furnish the company name, DUNS number, address, phone, fax number, email address if available, and official point of contact. All Quotes must be manually signed by an authorized company official. All questions regarding this solicitation should be directed to Fred Picavet, 415-561-4797. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8520090043/listing.html)
 
Place of Performance
Address: San Francisco Maritime NHP<br />
Zip Code: 94123<br />
 
Record
SN01893161-W 20090801/090730235723-ee0856242e47330e1667647eeb3f5aa2 (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.