Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

R -- Develop a Museum Collection Management Plan.

Notice Date
7/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center67 Mather Place, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
P12PS12192
 
Response Due
7/30/2012
 
Archive Date
7/18/2013
 
Point of Contact
Sheila L. Spring Contract Specialist 3045356239 sheila_spring@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 announcement along with Request for Quotations (RFQ) Number P12PS12192 constitutes the entire solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is a total small business set-aside. Responses are due on or before July 30, 2012. The North American Industry Classification System (NAICS) code is 541990, and the related small business size standard is 14 Million dollars or less annually. Independently, and not as an agent of the government, the contractor shall provide all travel, labor, supplies, materials, and facilities (except as provided herein) necessary to develop a Museum Collection Management Plan. Due to space limitations, the complete commercial item specifications are contained in RFQ Number P12PS12192. Interested contractors should download this document. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. All work shall be completed on or before February 1, 2013. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at https://www.acquisition.gov/comp/far/index.html: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 52.214-34 Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Quotations will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: All quotations shall be submitted for receipt no later than 12:00 p.m., Eastern, July 30, 2012, and be clearly marked with Request for Quotation Number P12PS11230. This due date is firm. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers should be sent via email to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Sheila Spring, Contract Specialist, at sheila_spring@nps.gov. Offerors shall submit the following documentation as well as the information requested in the SF18. 1. Personnel. Provide a list of all proposed key personnel, including subcontractors proposed for use under this contract that will represent the Collections Management Team. Include resumes which document qualifications, experience, and knowledge of National Park Service collection management methods as used in the NPS Museum Handbook. This includes museum documentation and accountability, collection storage, preservation, environment, housekeeping, exhibits, archives, security and fire protection issues, scope of collections and planning and programming for preservation and development. Special emphasis will be placed on the writer/editor and subject matter experts. 2. Level of Effort. Identify your level of effort and allocation of labor for the prime and all subcontractors. 3. Past Performance. Provide two references for projects similar in size and scope to this project, considering quality, timeliness, and business relations. Successful experience on a National Park Service Collection Management Plan team is an advantage; however, not required. 4.Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. 5.A detailed price breakdown of all costs, including equipment, material, postage, shipping, and travel. Request for any information concerning this solicitation should be referred to Sheila Spring at (304) 535-6239 or via e-mail at: sheila_spring@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS12192/listing.html)
 
Place of Performance
Address: Contractor's facility
Zip Code: 25425
 
Record
SN02807915-W 20120720/120719000505-129d9762f06a3a75c28dd10d9568fbf3 (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.