Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2011 FBO #3512
SOLICITATION NOTICE

R -- Exhibiting Maritime Heritage Connections - word document

Notice Date
7/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCNM7300-11-02765srg
 
Archive Date
7/15/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
word document COMBINED SYNOPSIS/SOLICITATION Exhibiting Maritime Heritage Connections (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCNM7300-11-02765srg. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541490. The business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - The NOAA Papahanaumokuakea Marine National Monument Maritime (PMNM) has a need for development and construction of a modular heritage themed exhibit for display at select PMNM and partner host sites. (VI) Description of requirement is as follows: Contractor will design, develop, construct and deliver casing, interpretive signage and any other necessary materials for the modular PMNM maritime heritage exhibit based upon the look and feel of the Lost on a Reef exhibit. Contractor will construct an exhibit that can easily be shipped and displayed to partner host sites. Contractor is responsible for building and producing the shipping container and any associated materials needed for the finished product to be shipped to exhibit locations. This includes crates, packing material and any other associated shipping material necessary for safe and simple transport. Exhibit size will be approximately 15-20 linear feet, arranged one way, and 10 feet by 10 feet arranged another. The exhibit should be designed to facilitate the possibility of wall mounting or free standing panels and small cases, as host sites may have different preferences. Exhibit should include video and audio components. Video components include the duplicated interactive display from the Lost on a Reef exhibit as well as sound equipment. Development and creation of the modular maritime heritage exhibit will be done in close collaboration with the Monument maritime archaeologist. Vendor should have experience working in Hawaii and creating exhibits that include components of Hawaiian language and culture. (VII) Period of performance shall be (12) months from September 1, 2011 through August 31, 2011. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included two references including the phone number, full address and email and contractor's past performance will be based on the a) Ability to meet all requirements in the scope of work, b) Demonstration of ability to conduct research in cooperation with local fishermen in Baja California, Mexico, c) Demonstration of potential for obtaining successful experimental results with sea turtle bycatch and target catch rates significant enough to evaluate, d) Demonstration of technical experience conducting sea turtle research and similar experimentation with commercial fishing gear and e) Demonstration of understanding related to previous research in gillnet illumination studies and the ability to effectively analyze and report on research results, 3) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (37)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 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 address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.204-9, Personal Identity Verification of Contractor Personnel. (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on July 14, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or fax number which is (303) 497-7719. (XVI) Any questions or inquiries regarding this solicitation should be directed to Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 4:30 p.m. MST, July 10, 2011.   STATEMENT OF WORK STATEMENT OF WORK 6/30/2011 Requisition Number # NCNM7300-11-02765 Exhibiting Maritime Heritage Connections: The development and construction of a modular Papahanaumokuakea Marine National Monument Maritime Heritage themed exhibit for display at select ONMS and partner host sites Introduction The National Oceanic Atmospheric Administration (NOAA) is a United States Federal agency dedicated to understanding and predicting changes in the Earth's environment and to conserve and manage coastal and marine resources to meet Unites States economic, social, and environmental needs. NOAA is the steward of national coastal and marine environments. In coordination with federal, state, local, tribal and international authorities, NOAA manages the use of these environments, regulating fisheries and marine protected areas as well as protecting threatened and endangered marine species. The Office of National Marine Sanctuaries (ONMS), established in 1972 by the National Marine Sanctuaries Act (NMSA) and administered by NOAA, protects a network of 13 special marine and freshwater areas. The goal of the NMSA is to set aside and manage areas for resource protection, research, enhanced public education, and compatible public and private uses. Management activities for each sanctuary are detailed in site-specific management plans which outline regulatory goals, describe boundaries, and identify staffing and budget needs, set priorities and performance measures for resource protection, research, and education programs. In 2001, NOAA initiated a process to consider designating the waters surrounding the Northwestern Hawaiian Islands (NWHI) as a National Marine Sanctuary. On June 15, 2006, George Bush established the Papahanaumokuakea Marine National Monument (Monument) by Proclamation 8031 to ensure the comprehensive, strong, and lasting protection of the coral reef ecosystem and related marine resources and species of the region. These waters contain a large portion of all coral reefs found in the United States' jurisdiction and support more than 7,000 marine species, of which one quarter are unique to the Hawaiian Islands chain. The 1200-mile stretch of remote islands, atolls and reefs, is also the most remote archipelago in the world. At a time when ocean resources around the world are in major decline, the designation of the Monument enabled nearly 140,000 square miles of the region to receive the highest form of marine environmental protection in the United States, creating the largest protected marine area in the world. Project Description In February of 2010, a new exhibit opened at the Monument's Mokupapapa Discovery Center in Hilo, Hawaii dedicated to the interpretation of the Monument's Maritime Heritage. A large wall space in the program room is devoted to the Lost on a Reef exhibit. This exhibit helps to look more closely into the maritime heritage of the Monument including the history of the USS Saginaw, using the ship's bell (15" x 14") and sounding lead (5" x 3") recovered from the site, as well as other objects and large photos to tell the story of their last mission, and then stranding on Kure Atoll. The exhibit tells the story of whaling ships that sailed through the Northwestern Hawaiian Islands in the early 19th century with the aid of a ship's bell (18" x 30") recovered from the American whaling ship Parker lost at Kure Atoll in 1842. And finally, the exhibit describes the history of shipwrecks in the Monument with a map, depicting the location of discovered shipwreck sites. The material culture from these shipwreck sites, along with other objects that are on loan from partner institutions including a whaling harpoon, a dive helmet, and a sextant, aid in telling the stories of the early seafarers who passed through the Monument hundreds of years ago. A maritime heritage themed interactive display compliments this exhibit and elaborates on the topics discussed in the wall panels. The proposed Maritime Heritage modular exhibit will be based upon the Lost on a Reef exhibit created for display at the PMNM's Mokupapapa Discovery Center. The exhibit will tell the story of maritime heritage in the Monument along with the broader story of natural and cultural resource protection and preservation in the remote atolls of the Northwestern Hawaiian Islands (NWHI). The exhibit will be exhibited at different host sites in the Sanctuary System (such as Thunder Bay NMS) and partner sites (such as Mariner's Museum, NC and VA Aquariums, etc.). Additionally, the exhibit should have the potential to be displayed at potential display spaces in Hawai'i such as Whaler's Village in Maui, the Lahaina Courthouse, and potentially the Bishop Museum in Honolulu. Through the use of interpretive panels and an interactive display, the exhibit will be modular and easily updatable. The computer interactive from the Lost on a Reef exhibit will be duplicated and packaged to travel for the proposed exhibit. The display will allow visitors to view a variety of topics such as shipwreck and survival camp stories in the remote atolls of the NWHI, maps and images of shipwreck sites, seafaring stories and activities of maritime archaeologists in the field, in addition there will be information about broader PMNM and ONMS efforts. Exhibit content will also focus upon the links between Sanctuary sites and maritime heritage stories that make connections. In addition to the interactive display which will include video, the exhibit should also include an audio component that will use environmental sounds as well as instrumental slack key and an oli (chant) to add to the atmosphere of the exhibit. In February of 2011, Papahanaumokuakea Marine National Monument Maritime Heritage Program staff announced the identity of a previously unidentified whaling shipwreck at French Frigate Shoals: the Two Brothers. This rare archaeological discovery is the first discovery of a wrecked whaling ship from Nantucket, Massachusetts, the birthplace of America's whaling industry. Two Brothers was captained by George Pollard Jr., whose previous Nantucket whaling vessel, Essex, was rammed and sunk by a whale in the South Pacific, resulting in inspiration for Herman Meliville's famous book, Moby-Dick. Pollard gained national notoriety after the Essex sinking, when he and a handful of his crew resorted to cannibalism in order to survive their prolonged ordeal drifting on the open ocean. The exhibit will also tell the story of the Two Brothers shipwreck site, a Nantucket whaling ship discovered at French Frigate Shoals. The exhibit will have the potential to incorporate artifacts recovered from the Two Brothers site as well as artifacts currently curated at Mokupapapa Discovery Center. To date, maritime archaeologists have recovered eight artifacts from the shipwreck site ranging from 6 inch long whaling harpoon tips to a 60cm x 60cm cast iron cooking pot. These artifacts, if appropriate, may be included in the exhibit. It may be determined that it is more appropriate to display replicas, to avoid issues with curation of original artifacts. This project aims to contribute to broader ONMS education and outreach goals, and bring a very remote and largely inaccessible place within the ONMS system (PMNM) to a geographically diverse audience. The goal of this project will be to highlight links between Sanctuary sites through maritime heritage. Through engagement with the public, PMNM and ONMS maritime heritage efforts will reach a broad audience and diverse communities. Scope of Work Contractor will design, develop, construct and deliver casing, interpretive signage and any other necessary materials for the modular PMNM maritime heritage exhibit based upon the look and feel of the Lost on a Reef exhibit. Contractor will construct an exhibit that can easily be shipped and displayed to partner host sites. Contractor is responsible for building and producing the shipping container and any associated materials needed for the finished product to be shipped to exhibit locations. This includes crates, packing material and any other associated shipping material necessary for safe and simple transport. Exhibit size will be approximately 15-20 linear feet, arranged one way, and 10 feet by 10 feet arranged another. The exhibit should be designed to facilitate the possibility of wall mounting or free standing panels and small cases, as host sites may have different preferences. Exhibit should include video and audio components. Video components include the duplicated interactive display from the Lost on a Reef exhibit as well as sound equipment. Development and creation of the modular maritime heritage exhibit will be done in close collaboration with the Monument maritime archaeologist. Vendor should have experience working in Hawaii and creating exhibits that include components of Hawaiian language and culture. Deliverables 1. 1st meeting on project 2. 1st Report: Proposed exhibit design 3. Coordinate with points of contact at each site receiving exhibit to confirm it meets their expectations (size, infrastructure necessary, etc.) 4. Exhibit design plans finalized 5. 2nd report: Revised exhibit design plan 6. Delivery of exhibit, review of final product with Monument maritime archaeologist and contractor to make sure it can be packed and shipped to appropriate venues 7. Final report due Timeline September 2011 1st meeting on project November 2011 1st Report: Proposed exhibit design January 2012 Coordinate with receiving sites February 2012 Exhibit plans finalized, 2nd report March 2012 Building begins July 2012 Exhibit complete, send to receiving site September 2012 Final report due Inspection and Acceptance Before starting work on any given task under this contract, the contractor will submit a brief plan (including estimated labor, costs and timetable) to make sure that any changes that need to be made from the original contract proposal are agreed upon and clear to all parties. Upon completion of a task, one original and two copies of all invoices shall be submitted to the Contracting Representative (see below). Invoices should have a unique invoice number, contract number, and provide a detailed breakdown of the money spent and work completed. COTR DESIGNATION Moani Pai is hereby designated as the Government's Contracting Officer's Technical Representative (COTR). In this capacity, this person will inspect and accept services rendered in this contract on behalf of the Government. The COTR is located at: Contracting Officer's Technical Representative (COTR): Moani Pai, Administrative Officer NOAA/Papahanaumokuakea Marine National Monument 6600 Kalaniana'ole Hwy. Suite 300 Honolulu, HI 96825 Phone: 808-397-2660 x228 Fax: 808-397-2662 Moani.Pai@noaa.gov The responsibilities and limitation of the COTR are as follows: The COTR is responsible for the technical aspects of the project and technical liaison with the Contractor. The COTR is also responsible for the final acceptance of all reports, and such other responsibilities as may be specified in this contract. The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, scope of work or terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the prior authorization of the Contracting Officer. The COTR may designate an assistant COTR to act for them by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. Point of Contact for Technical Information and/or Questions: Kelly Gleason, Maritime Archaeologist is hereby designated as the government's point of contact for technical information and/or questions. In this capacity, this will inspect and accept services rendered in this contract on behalf of the Government. The POC is located at: Kelly Gleason NOAA/Papahanaumokuakea Marine National Monument 6600 Kalaniana'ole Hwy. Suite 300 Honolulu, HI 96825 Phone: 808-397-2660 Fax: 808-397-2662 Kelly.Gleason@noaa.gov The responsibilities and limitation of the above designated POC are as follows: Responsible for the technical aspects of the project and technical liaison with the Contractor and for the final acceptance of all reports and such other responsibilities as may be specified in this contract. The above designated POC is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, scope of work, or terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the above designated POC. No such changes shall be made without the prior authorization of the Contracting Officer. The above designated POC may designate an assistant to act for them by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. Period of Performance The period of performance is twelve (12) months from September 1, 2011 through August 31, 2011. Place of Performance Contractors will provide their own office space and equipment. IT Security Requirements The Certification and Accreditation (C&A) requirements of Clause 1352.239-72 do not apply, and a Security Accreditation Package is not required For application/software product development, appropriate vulnerability planning needs to be included during the assessment of needs and requirements. This includes secure coding practices, code review, and code scanning for vulnerabilities, must perform mitigation of scanner identified vulnerabilities and provide contractor generated supporting documentation including vulnerability scanner reports. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes the security capabilities, the design and development processes and the testing and evaluation procedures used by the product or services being provided for this acquisition. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes all product or service updates and enhancements as they are implemented. The product or service supporting documentation may include the user and system administrator guides, which documents the functional properties of the security controls employed to permit the analysis and testing of the security controls. Travel Requirements The Contractor and their staff will make their own travel arrangements and pay for their travel costs in accordance with the Federal Travel Regulations. No invitational travel orders will be issued. Some travel may be required to conduct the contract tasks. Costs associated with this travel will be submitted for reimbursement as part of regular invoices with the required supporting documentation. More Information For more information about Papahanaumokuakea Marine National Monument's Maritime Heritage Program and Mokupapapa Discovery Center, visit www.papahanaumokuakea.gov Proposal Evaluation Criteria The contractor must demonstrate professional expertise in producing professional, dynamic, and creative exhibit materials, and have a successful track record of producing work that has served past clientele well. Contractor will have experience with designing exhibits about Maritime Heritage and the Northwestern Hawaiian Islands, specifically relative to Papahanaumokuakea Marine National Monument preferred. Contractor should have experience and familiarity with the Mokupapapa Discovery Center in Hilo, Hawaii. Contractor should submit a resume which summarizes their skills and qualifications, work samples that demonstrate their creative and technical proficiency, and a work proposal that lays out a recommended strategy. Proposals will be evaluated on the basis of creativity, professional competency and effectiveness of past work serving clients as indicated in the quality evident in sample works submitted and distribution strategy proposed. Proposals will also be judged according to the best value offered for the scope of work described wherein experience, skill, quality of work and the ability to meet tight deadlines may be given more weight than price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCNM7300-11-02765srg/listing.html)
 
Place of Performance
Address: NOAA/Papahanaumokuakea Marine National Monument, 6600 Kalaniana’ole Hwy. Suite 300, Honolulu, Hawaii, 96825, United States
Zip Code: 96825
 
Record
SN02489472-W 20110707/110705234308-c87348a2464feb7841f96e616f89140d (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.