SOLICITATION NOTICE
B -- Calais, ME - Laser Scan Archeological Documentation of Red Beach Wharves
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- P11PS41837
- Response Due
- 9/12/2011
- Archive Date
- 8/30/2012
- Point of Contact
- Roselyn Sessoms Contract Specialist 7183544716 roselyn_sessom@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
- (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; proposals are being requested and a written solicitation will not be issued.(ii)This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. (iii)This solicitation is a total small business set-aside, NAICS 541360, Geophysical Surveying and Mapping Services, with a small business size standard of $4.5M. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. The National Park Service (NPS) New York Harbor Parks, Staten Island, NY 10305 is seeking a qualified contractor for conducting a laser scan archeological documentation of the Red Beach Granite Company and Rd Beach Plaster Company wharves flanking Beaver Brook at Red Beach, Calais, Maine. The project area boundary extends from the low tide mark upwards to a line 20 meters up-slope from the high tide level. The wharves consist of wooden structures that are only fully visible at low tide. The requested method of documentation is a laser scan survey using a Leica C10 laser scanner or its equivalent (salient characteristics - having: a built-in camera, 2 foot - 3000 foot range, accuracy to within inch) in accordance to the specifications in the Statement of Work (included below). To obtain a copy of the Figures 1 and 2 - SACR and Project Area locator maps, submit your request to Roselyn_sessoms@nps.gov. Note: Please reference Solicitation Number and Title in subject line: P11PS41837 - Archeological Laser Scan - SACR.(v) LOCATION: Saint Croix Island International Historic Site, PO Box 247, Rte 1, Calais, ME 04619-0247. (vi) SITE VISIT: Can be arranged during normal business hours by contacting Steven Pendery, Chief Archeologist, Cultural Resources Center, Boott Mills Museum, 115 John Street, Lowell, MA 01852, Phone (978)970-5150.(vii) SCHEDULE of SUBMISSIONS: Invoices must be submitted in accordance with payment schedule listed in Statement of Work.(viii) SCHEDULE: The actual time frame of accomplishing the project should take no longer than 180 business days. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: 1.Detailed specifications including all descriptive and technical literature to be used during this project. 2.A firm fixed price quote using bid schedule below.3.Applicable warranty information4.Written descriptions of three (3) previous projects involving geophysical surveying and archeological laser scanning completed within the past five years. The documentation should include a description of the work performed and time frame for work completion. Provide a minimum of three (3) references (one for each project), completed within the past five years, with the names and telephone numbers of contacts.5.Name, phone number, and address of your point of contact. 6.Proof of current CCR Registration(x) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria:1.Have at least 5 years experience performing geophysical surveying and archeological laser scanning.2.The offeror shall demonstrate satisfactory performance completing geophysical surveying and archeological scanning services.(xi)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 offer'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.(xii) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 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 number 11, 21, 24, 26, 27, 29, 36, 40, 45, and paragraph (c) clauses indicated by number 1, 2. Also, FAR 52.211-6, Brand Name or Equal (xiii)The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.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). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.(xiv)Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Roselyn Sessoms, with a courtesy copy sent to roselyn_sessoms@nps.gov. The due date and time is 2:00 pm ET on Monday, September 12, 2011. The subject line should clearly identify the solicitation and contract title. Failure to submit a response by the date and time established may result in the quote/bid/proposal not being considered.(xv)Applicable Wage Determination: WD 05-2241 (Rev.-12) SCOPE OF WORKARCHEOLOGICAL DOCUMENTATION OF RED BEACH WHARVESSaint Croix Island International Historic SiteCalais, Maine 1.0INTRODUCTION The Saint Croix Island International Historic Site requests proposals for conducting an archeological documentation of the Red Beach Granite Company and Red Beach Plaster Company wharves flanking Beaver Brook at Red Beach, Calais, Maine (Figs. 1, 2). The project area consists of the complete inter-tidal zone and extending 20 meters inland. The preferred method of documentation is a laser scan survey using a Leica C10 laser scanner or its equivalent. 2.0SCOPE OF WORK The project will include: 2.1 Laser Scan Survey. This will include low resolution scanning to record the existing condition of the remains of wharves and bulkheads plus the bed of Beaver Brook and an area extending inland 20 meters beyond the high tide mark on all sides. 2.2Photographs will be taken from all scan locations providing 360 degree panorama for use in texture mapping of scan data. 2.3Post Processing. This will involve cleaning and registering the laser scan locations to produce a single color point cloud model. 2.4A plan will be drafted in AutoCAD to show, in plan view, the wharf line and wharf and bulkhead components as well as topography in the immediate location. Four sections will be prepared for locations to be determined by the NPS. 2.5Provide imagery and a fly through animation for presentation purposes. 2.6Provide point cloud data with free software for use by the NPS. 2.7Archive scan data for potential future 3D modeling, drafting and analysis 2.8A summary 5 page report on the project will be prepared. 3.0PROJECT REQUIREMENTS 3.1The Contractor shall provide all personnel, equipment, and services to perform all tasks necessary to conduct the research and documentation tasks described in this Statement of Work. All of the professional qualification information shall be included as part of the proposal. 3.2All work must be technically accurate and performed according to accepted professional guidelines and in compliance with all appropriate federal legislation, state standards/guidelines, and internal NPS policies including DO-28, Cultural Resource Management Guidelines. 3.3All SHPO/THPO consultation and/or coordination is the responsibility of the NPS and is NOT required by the Contractor under this contract. Information for such consultations may be requested from the Contractor as necessary and professional technical support needed for presentations or meetings may be required. 3.4All related documents must refer to the project as Archeological documentation of the Red Beach wharves, Saint Croix island International Historic Site, Calais, Massachusetts 3.5Prepare draft and final versions of the required report and respond to NPS comments.The NPS will designate both a Contracting Officer (CO) and Contracting Officer's Representative (COR) for this project who will be responsible for the review and approval of all work products. 4.0 WORK PRODUCTS 4.1Scan data and free software to enable viewing and basic measurements4.2Hard copy plans, profiles and architectural elevations.4.3Data will be archived by the contractor and made available to the NPS.4.4All CAD will be provided in 2004 DWG format unless the NPS and contractor agree otherwise.5.0GENERAL5.1A minimum of four control points will be used during any laser scanning phase.5.2The property owner and the NPS will be contacted at least 24 hours before a site visit is scheduled. 6.0LIABILITY INSURANCE - DEPARTMENT OF INTERIOR - REV 8.31.2010 -Reference Federal Acquisition Regulation (FAR) 52.228-05. (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 names 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: $200,000 each person$500,000 each occurrence$20,000 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. 7.0PERFORMANCE PERIOD7.1The period of performance for this project is approximately six (6) months.7.2A start-up meeting will be held in the Boston area within two weeks of the execution of the contract.7.3Fieldwork will begin within one month of the execution of the contract.7.4All draft work products are to the NPS within four months of the execution of the contract. The NPS will have three weeks to submit comments.7.5All final work products are due to the NPS within 6 months of the execution of the contract. 8.0PAYMENT SCHEDULE 8.130% of the total project cost will be paid on completion of the fieldwork8.230% of the total project cost will be paid with NPS receipt of draft work products8.330% of the total project cost will be paid with NPS acceptance of project final work products9.0 AUTHORITIES 9.1. (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at the time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: Dr. Steven R. PenderyCORHeritage Planning, Preservation and ComplianceNational Park Service115 John StreetLowell, MA 01852-1195(978) 970-5150 (off) (978) 970-5121 (fax)steven_pendery@nps.gov 9.2.1All fieldwork scheduling and project logistics within the Park boundary must be coordinated with NPS personnel designated by the Superintendent, Acadia National Park, Bar Harbor, Maine. 10.0 CONTACTS Park Cultural Resource Manager:Rebecca Cole-WillAcadia National ParkP.O. Box 177Bar Harbor, Maine 04609(207) 288-8728 (off)Rebecca_cole-will@nps.gov COTR/ Technical advisor:Dr. Steven R. PenderySenior Archeologist (COR)Heritage Planning, Preservation and ComplianceNational Park Service115 John StreetLowell, MA 01852-1195(978) 970-5150 (off) (978) 970-5121 (fax)steven_pendery@nps.govSt. Croix Island Site Manager Margaret ScheidSaint Croix Island International Historic SiteRte 1Calais, Maine (207) 454-3871 Contract SpecialistRoselyn SessomsNPS - National Parks of New York Harbor210 New York AvenueStaten Island, NY 10305(718) 354-4716 (off)/ (718) 354-4553(fax) Contracting Officer Cheryl AdamskiNPS - National Parks of New York Harbor210 New York AvenueStaten Island, NY 10305(718) 354-4722 (off)/ (718) 354-4553(fax) Bid Schedule: Line Item 0001: Provide Laser Scan Archaeological Documentation of Red Beach Wharves in accordance with the Specifications listed in the Statement of Work. 1 LUMP SUM $ _____________________ TOTAL COST $_____________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS41837/listing.html)
- Place of Performance
- Address: Saint Croix Island International Historic Site, PO Box 247, Calais, ME 04619-0247
- Zip Code: 046190247
- Zip Code: 046190247
- Record
- SN02557637-W 20110902/110901000156-8d37cbd7adad767ba6ec706f48fcdbab (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 |