Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

R -- Museum Management Plan Addendum - Fort Vancouver, National Historic Site

Notice Date
8/28/2009
 
Notice Type
Presolicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
 
ZIP Code
98284
 
Solicitation Number
Q9430090027
 
Response Due
9/11/2009
 
Archive Date
8/28/2010
 
Point of Contact
Barry G Fetzer Contract Specialist 3608547219 Barry_fetzer@nps.gov;
 
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
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 Request for Quotation has been made available through electronic commerce to comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions for proposed contract actions expected to exceed $10,000, but not expected to exceed $25,000, by displaying in a public place, or by any appropriate electronic means. Due to the limited amount of public places for posting at North Cascades National Park, and the remote locations and accessibility of field sites, electronic posting is utilized to comply with public posting and to promote competition to the maximum extent practical. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. This solicitation is reserved for small businesses, NAICS 712110, Museums, with a small business size standard of $7.0M. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. The National Park Service (NPS) is requesting a quote for the preparation of an Addendum to the Museum Management Plan for Fort Vancouver National Historic Site (FOVA), Vancouver, Washington 98661. The park was authorized for addition to the National Park System in 1948 to preserve and manage the natural and cultural resources of the area for public enjoyment and enrichment. Museum Collections: The entire collection consists of almost 2 million objects representing these disciplines: Archeology; History; and Archives. A 2,000 volume reference library is available for use while on the premises. Associated records are curated on site in the curation facility at FOVA. There is work space available at Fort Vancouver in the Fur Store building. National Park Service (NPS) Museum Management Plans for the Pacific West Region are prepared by museum, archival, and preservation specialists, working in close cooperation with park staff and with the Regional Curator and Contracting Officer (CO). All plans are reviewed in draft and final form by the park and Regional Office staff. After the review process is completed and upon recommendation by the Regional Curator and the park Superintendent the Regional Director approves the Museum Management Plan. The museum management planning process and the Museum Management Plan (MMP), exist for the purpose of ensuring quality, efficiency, and consistency in museum management programs throughout the Pacific West Region of the National Park Service. The MMP is a park-specific document that focuses on assessing and developing a park's museum programs, which must meet two purposes: making museum collections available to the public and preserving the collections. The main audience for the MMP includes individuals responsible for overseeing and carrying out the planning, development, and management of museum collections with a particular park. The audience may include NPS personnel as well as staff from partnering organizations. The MMP replaces the Collections Management Plan (CMP) referred to in the National Park Service publications, Outline for Planning Requirements, Cultural Resource Management Guidelines, and the NPS Museum Handbook, Part I. FOVA has an MMP dating from 1998. This project will specifically focus on an addendum to this earlier document, and will address the following issues: a) the park's increased responsibilities under the Vancouver National Historic Reserve partnership, b) the park's role as a regional curation repository and expected future growth, and c) the park's participation in the Northwest Cultural Resources Institute.To ensure accuracy in the Contractor's findings and to provide park specific recommendations, an onsite visit to the park is required. The contractor will be accompanied by the park Curator (COTR). Other regional or park museum staff may participate as well. At least 30 days prior to the scheduled site visit, the Park will provide the Contractor with copies of reference documents. These include but are not limited to: the current park Scope of Collection Statement, General Management Plan, and other pertinent documents (a suggested list is available from the Regional Curator). The Regional Curator will provide the Contractor with copies of the NPS Museum Handbook, and NPS-28 Cultural Resources Management Guidelines. These documents are for use by the Contractor while completing the Scope of Work, and shall be returned to the park and Regional Curator upon completion of the contract. The Contractor is responsible for contacting the park Curator to coordinate the onsite visit dates. Minutes shall be taken by the contractor at the introductory and close-out meetings to document discussions regarding the plan. These minutes shall be prepared as a formal document for signature by the Contracting Officer (CO), COTR, Park Superintendent, and the Contractor prior to completion of the site visit. During the onsite assessment, the Contractor shall be responsible for all photographs and measurements necessary to document his/her work and recommendations. Photographic and environmental equipment used during the onsite visit shall be the responsibility of the Contractor. Recommendations shall be accompanied by illustrations, diagrams or scale drawings as appropriate. REPORT FORMAT Museum Management Plans are prepared in accordance with the standards cited in Guide to Museum Management Plans, Pacific West Region/Seattle (March 2003). The plan shall conform in punctuation, footnote, bibliographic form, and style to The Chicago Manual of Style, most recent edition. Footnotes in the report are preferred, but a minimum number of endnotes are permissible. The report may also contain appendices (when appropriate) that provide product literature, specialized references and resource information. REPORT EDITING Using the most recent edition of The Chicago Manual of Style, edit and format the text for the following and should include standardization within the document of:Grammar, spelling, fonts, layout, table of contents, charts, tables and maps, chapter introductions and headings, headers, footers, photo captions, and footnotes, bibliography and references,fonts to be Times New Roman for text, Arial for titles and headings. Inclusion of photographs:The document will include black and white photographs, as needed to illustrate issues or provide context for the plan, to be inserted into the text at a size of 5 x 7 inches or less. They will be provided in digital format at least 300 dots per inch (dpi) provided by the Park or the Contractor. A list of photos providing necessary citations, credits and dates will be provided to the contractor by the park. All photographs will be proportioned accurately. No photographs will be 'blown-up' to such an extent as to appear pixilated. Production of the document:All cover art will be provided in digital format provided by the Park or by the Contractor in a size of 8.5 x 11 at least 300 dpi or a resolution of 900 X 1200. The front cover will be a full-bleed color photograph or color art work. The inside front cover will be a color line drawing of the park map. The inside back cover will be a black and white photograph. The back cover will be a full-bleed color photograph or color art work. Front and back covers will be produced on card stock approved by the Contracting Officer's Technical Representative (COTR).Document will be produced on 20# or better white laser paper. Binding will be black plastic spiral. DELIVERY SCHEDULE The Contractor shall provide deliveries for each item listed in the purchase document in accordance with the following schedule. All comments from the Government shall be coordinated through the Regional Curator staff and CO. The revised draft and final copies shall contain all corrections, additions or revisions necessary as a result of the Government's reviews. Site Visit: Conduct on onsite inspection with the park Curator within 120 calendar days after the award of the purchase order. Initial Draft: The Contractor shall provide the CO with one printed copy and the COTR with four (4) printed copies and one (1) disk copy of the initial draft of the Museum Management Plan within 10 business days of the conclusion of the onsite visit. Covers will be included with "Review Draft" in 28 point contrasting color text across the front and back exterior covers. These drafts will be sent to the COTR, who will distribute them for review and comment. Individual pages with written comments will be returned to the COTR for possible inclusion in the draft plan. The COTR will return any page containing changes required in the final draft to the contractor within thirty (30) calendar days. The successful contractor will make any changes necessary, and provide the COTR with three (3) copies of a final review draft, signature pages and electronic copy within thirty (30) calendar days. These "signature draft" copies will be in the final production format, including covers in the suggested format, paper stock and color, but will be un-bound for ease in review. The final review and signatures will be done at the park and central office. The COTR will return the signature pages to the contractor within thirty (30) calendar days. There should be no substantial changes in text at this time, but some pages with minor errors may be returned to the contractor at this time. Final Report: Within thirty (30) calendar days the contractor will provide the COTR with twenty five (25) copies of this document, plastic spiral bound, and two (2) copies of the document on CDs in Microsoft Word format. Twenty (20) copies will be sent directly to the park, and five (5) copies will be sent to the Pacific West Regional Office in Oakland, CA. INFORMATION TO BE INCLUDED IN THE MUSEUM MANAGEMENT PLAN During this visit and while preparing the report, the Contractor shall fully evaluate the respective area's museum collection. Working with park and regional staff, the Contractor will develop an issue statement. The issue represents a planning objective intended to move the park museum program forward over a five- to seven-year period. Park staff will compile a history of the park's archival and museum collection management program. This section should provide a chronological recap of the program, identifying individuals who played a key role in developing the collections and citing planning and management documents that have been developed in the past. Appendices which provide detailed technical information, suggest policy statements, or detailed procedures that may be too lengthy to include with the individual issue statements may be included. A brief bibliography of park-specific references the team used in researching the various elements or issue in the park should be included. The contractor shall be responsible for all costs related to performing this contract to include all costs related to onsite review and writing of the initial draft document, lodging, per diem, travel, transportation, editing, production, materials, and shipping costs related to documents. Museum Management Plan/Minimum Qualifications: Contractor(s) should have a graduate degree or certificate from an accredited museum program or documented work in a professional museum. Contractor(s) should have a minimum of five (5) years of experience in working with museum collections management, with experience in environmental monitoring, access, and other security and preservation issues. Contractor(s) should have three (3) to five (5) years experience in writing plans for museum collections management. Contractor(s) must have completed a certified technical editing course from an accredited institution. The Contracting Officer's Representative (COR) has oversight responsibility for the project during the period of performance on the contract. All contract material submittals will be sent to the COR for review at the following address, Theresa Langford, Curator, Fort Vancouver National Historic Site, 612 East Reserve Street, Vancouver, WA 98661, Theresa_langford@nps.gov 360-816-6252 Evaluation Factors: Offers received by the Government will be evaluated according to the following criteria. Award shall be made using Federal Acquisition Regulations Part 13, Simplified Acquisition Procedures; award based on price and non price factors. Non price factors include, experience and qualifications to include past performance. The contractor should provide a written narrative outlining experience, qualifications, and price to perform the work as based on this announcement. Offerors shall also provide at least three references for similar projects. Reference information shall include name of client, active phone number or e-mail address, for evaluation purposes, price factors are equivalent to non-price factors when combined. Offerors with no past performance information shall be evaluated in accordance with FAR Part 15 procedures. Solicitation details: The deadline for receipt of quotes is September 11, 2009, at 3:30 pm. Quotes may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum: 1. Completed price schedule; 2. a statement indicating if you prefer payment by MasterCard or direct deposit (net 30 days); 3. Prompt payment terms; 4. Contractor remittance address, DUNS number, and federal tax identification number; 5. Name, phone number, and address of your point of contact; 6. Signature of authorized official; 7. A completed copy of FAR 52.212-3 if you haven't yet completed the ORCA record; and 8. The proposal submittals identified above. Submit one complete proposal to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Barry Fetzer, 810 State Route 20, Sedro Woolley, WA 98284. Submission of documents via email is also acceptable, documents should be sent to Barry_fetzer@nps.gov Instructions to offerors: Prior to submission of an offer, the offeror must: 1. Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); and 2. Have completed the online submission of annual representations and certifications (https://orca.bpn.gov). Clauses and provisions: Offerors must review and comply with the FAR provisions/clauses listed below. This information is available at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (see evaluation factors above); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by 8, 18, 19, 20, 21, 22, 23, 24, 25, 26, 39, and 40. Additional Info: Any questions related to this announcement shall be submitted via email or via US Mail. Phone requests will not be honored.Contracting Office Address: PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro Woolley WA 98284 Point of Contact: Barry Fetzer Contract Specialist 360 854 7219 Barry_fetzer@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9430090027/listing.html)
 
Place of Performance
Address: Vancouver, WA 98661
Zip Code: 98661
 
Record
SN01931612-W 20090830/090829003130-a7b0dded6c9e8dc5419a45060d2cdc3d (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.