SOLICITATION NOTICE
B -- JAGA NRHP & NHL Nomination
- Notice Date
- 11/1/2013
- Notice Type
- Presolicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- NPS, MWR - MWRO MABO601 Riverfront DriveOmahaNE68102US
- ZIP Code
- 00000
- Solicitation Number
- P14PS00024
- Response Due
- 12/16/2013
- Archive Date
- 1/15/2014
- Point of Contact
- Nicholas Murray
- E-Mail Address
-
Nicholas Murray
(Nicholas_M_Murray@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A SOLICITATION. NO RESPONSE NECESSARY!! On or about November 15, 2013, the National Park Service (NPS), Midwest Regional Office - Major Acquisition Buying Office (MWRO - MABO), intends to issue a Request for Proposal (RFP) to award a single, firm-fixed price contract for the preparation of a National Historic Landmark nomination at James A. Garfield Home National Historic Landmark and National Register of Historic Places (NRHP) nomination at James A. Garfield National Historic Site (Mentor, Ohio). A new NHL nomination is required meeting todays professional standards and thematic framework along with a clearly defined boundary justification and map. James A. Garfield Home NHL is within the larger boundaries of James A. Garfield National Historic Site, a unit of the National Park System authorized by Congress on December 28, 1980. A second National Register of Historic Places nomination is also required to evaluate and document James A. Garfield National Historic Site. This nomination should reflect scholarship in the Historic Resource Study (1984) and Historic Structure Reports (1990 and 1992) available online at http://www.nps.gov/history/history/parkhistories_NEW.htm#j as well as the List of Classified Structures (LCS) and Cultural Landscape Inventory (CLI) for the park. The proposal will include three components; a detailed research strategy, evidence of personnel qualifications, and cost. The government will review the progress of the report development through required drafts and provide comments as necessary. The NHL and NHS nominations shall be completed within eighteen (18) months of the date of the award. Depending upon the availability of funds, one or both nominations shall be awarded (in such instance, the NHL nomination is the primary end product). The work will be accomplished in accordance with the contract and will consist of the components discussed in the statement of work and related addenda. THIS WILL NOT BE A SEALED BID OR LOW BID PROCUREMENT. A best value trade-off selection process will be conducted in accordance with FAR part 13. At the discretion of the Contracting Officer, portions of FAR parts 12 and 15 may be utilized. This best value approach will use factors such as technical, past performance and price. It is anticipated the aforementioned factors will be listed in descending order of importance and that all non-price related factors, when combined, will be significantly more important than cost/price. Failure to submit all requested information in the solicitation may result in the entire proposal being disqualified from further competition. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00024/listing.html)
- Record
- SN03226805-W 20131103/131101234109-2872aadabb84a6ec926635035a0f16ca (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 |