Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2014 FBO #4422
SOLICITATION NOTICE

R -- Architectural Historian Services

Notice Date
12/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
U.S. Fish & Wildlife Service, Rgn 35600 American Blvd West SuiteBloomingtonMN55437-1458US
 
ZIP Code
00000
 
Solicitation Number
F14PS00103
 
Response Due
1/30/2014
 
Archive Date
3/1/2014
 
Point of Contact
RICHARD HILLARD
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECTURAL HISTORIAN SERVICES Solicitation No. F14PS00103 (i) Region 3, U.S. Fish and Wildlife Service. This acquisition is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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) Solicitation number F14PS00103, is being issued as a Request for Proposal (RFP) format. (iii) N/A (iv) This is a 100% Small Business Set Aside for small business concerns. The North American Industrial Classification System (NAICS) code is 541990, with a corresponding small business size of $14.0 million. All offerors must disclose their size standard in the submitted quotation in order to be considered responsive to this solicitation. (v) Line Item 0001: Professional Architectural Historian Services for a base period of performance from date of award for one year, with an option to extend services for three (3) additional one-year option periods. An hourly rate price for the base year and option periods is to be quoted that includes all labor, overhead, general and administrative expenses, and profit. The total number of hours for the base period shall not exceed 1,000. (vi) Statement of Work (SOW): 1. GENERAL: The contractor shall assist the Regional Historic Preservation Officer (RHPO) in the completion of legal reviews of proposed U.S. Fish and Wildlife Service projects involving architectural resources. The contractor may conduct occasional research, including field studies, pertaining to architectural heritage assets that are owned, managed, or affected by the U.S. Fish and Wildlife Service. Contractor shall work very closely with the Regional Historic Preservation Officer, U.S. Fish and Wildlife Service with frequent office consultations/work sessions at the Regional Office located in Bloomington, Minnesota. 2. DEFINITIONS: (if applicable, definitions of terms used in the SOW that may be open to various interpretations or are specific to the requirement or station.). 3. SOW: The tasks of the Architectural Historian include but not limited to: (1) Section 106 Review (65%). The Architectural Historian shall work closely with the current Regional Historic Preservation Officer Archaeologist on Section 106 of the National Preservation Act reviews of selected U.S. Fish and Wildlife Service projects, on and off U.S. Fish and Wildlife Service lands that may affect architectural resources (above-ground buildings and structures). Review may include assessing: (1) The potential the project will affect architectural resources. (2) The likelihood that any resources are eligible for listing on the National Register of Historic Places (NRHP). (3) The effect of the project on any architectural historic properties. (4) The viability of any proposed mitigation measures for adversely affected architectural properties. The Architectural Historian may be asked to review other outside consultants field reports and agreement documents to include Memorandum of agreements (MOA) and Programmatic Agreements (PA) for U.S. Fish and Wildlife Service projects. The Architectural Historian shall also draft MOAs and PAs. Some Phase I and Phase II recordation projects are likely. The Architectural Historian will also present, under supervision and agreement with the Regional Historic Preservation Officer, the U.S. Fish and Wildlife Service views to outside consulting parties to include the State Historic Preservation Offices, Tribes, and other Federal, State and Local Government Agencies. 2) Section 110 Recordation and Management (35%). The Architectural Historian, under this contract, will assist the Regional Historical Preservation Officer to assess the state of architectural resources owned and managed by the U.S. Fish and Wildlife Service relative to Section 110 of the National Historic Preservation Act. The Architectural Historian shall examine the physical and electronic historic preservation program files at the Regional Office, as related to U.S. Fish and Wildlife Service architectural resources within the region. The Architectural Historian shall, with this data and information, assist in creating physical and electronic Resource Files, patterned after State Historic Preservation Offices, with the use of a U.S. Fish and Wildlife Service national cultural resources relational database. The Architectural Historian shall also assist the Regional Historical Preservation Officer in the development and writing long-term agreement documents relating to the preservation and management of the U.S. Fish and Wildlife Services most endangered and important architectural resources. Position advertised is not a supervisory position. 4. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: The work shall be performed during regular business hours. All workspace, equipment, supplies and related systems support required to accomplish this work at the Regional Office, will be furnished by the Government. All appropriate equipment, safety, and other training required for conducting these tasks on Department of Interior lands within the U.S. Fish and Wildlife Service will be provided. Contract award is subject to successful offeror passing required security training and background checks. The successful offeror will be stationed at the Region 3, U.S. Fish and Wildlife Service, Bloomington, Minnesota. Some assigned work may be accomplished off site within a secure location with concurrence of the Regional Historical Preservation Officer. Contractor shall be responsible for those security measures as outlined by the Regional Historical Preservation Officer. 5. INSPECTION AND ACCEPTANCE: The work location shall be at the Region 3, U.S. Fish and Wildlife Service, Bloomington, Minnesota. Some assigned work may be accomplished off site within a secure location with concurrence of the Regional Historical Preservation Officer. Contractor shall be responsible for those security measures as outlined by the Regional Historical Preservation Officer. 5. Anticipated travel will include the Region 3 States of Illinois, Indiana, Iowa, Michigan, Minnesota, Missouri, Ohio, and Wisconsin. Travel expenses will be reimbursed at Government Travel Rates. Official travel within the Twin Cities Metropolitan Area shall not be subject to re-imbursement. 6. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: A Government furnished computer and limited network access will be provided pending a background investigation and completion of required training. Office space, equipped with necessary materials and equipment, to include telephone, printer and telefax will also be made available for work being performed at the Regional Office. 7. AVAILABILITY: N/A. 8. TECHNICAL COORDINATOR: James Myster, Regional Historic Preservation Officer, Region 3, U.S. Fish and Wildlife Service. (vii) The base period of performance is from date of award for one year, with an option to extend services for three (3), one-year option periods. (viii) The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition (FAR provision and clauses are available for review at http://farsite.hill.af.mil/vffara.htm. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluation criteria listed in descending order of importance. Offerors are to include a narrative which addresses the following factors that will be used to evaluate offers: (1) Vita/Resume to include list of relevant projects and 3-5 references; (2) Past/Current performance of the listed proposed tasks. (3) Hourly Price Rate for Base Year and three (3) one-year option periods. (4) Knowledge of architectural resources common to the rural Midwest and Great Lakes maritime. (5) Demonstrated successful working relationships with potential consulting parties such as State Historic Preservation Offices, and tribes in the Midwest Region. (x) Each offeror shall complete and include with their proposal, FAR provisions 52.212-3, Offeror Representatives and Certification-Commercial Items. Failure to submit the provision, properly completed, may result in a non-responsive quotation. Successful offeror is required to register in the System Award Management website at www.sam.gov, to include Online Representations and Certification Application (ORCA) prior to award. (xi) The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.219-6, 52.222.3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.232-36, 52.222-41, 52.222-42, and 52-222.43. The Department of Labor Wage Determination applicable for this procurement is 2005-2287 (REV 13). (xiii) Additional contract requirements or terms and conditions applicable to this acquisition are the following option clauses: 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, and 52.217-9, Option to Extend the Term of the Contract. (xiv) N/A (xv) Proposals are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management, 5600 American Blvd, Suite 990, Bloomington, MN 55437-1458 by 5:00 p.m. (ET) on January 30, 2014. Offerors may submit proposals by mail or facsimile transmission to the attention of Richard Hillard. The fax number is (612) 713-5291. Proposals are to include a completed FAR Clause 52.212-3 and be signed and dated by an offeror's authorized representative. Incorporate Solicitation No. F14PS00103 into the proposal by reference or direct attachment. Offerors shall download and review attached Professional Qualification Standards for Architectural Historian. Professional Qualification Standards will be furnished upon request, if not attached due to unforeseen circumstances. (xvi) Questions about the solicitation should be directed to Richard Hillard, Contracting Officer, at (612) 713-5214, or Richard_hillard@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00103/listing.html)
 
Record
SN03260024-W 20140102/131231235232-41cc043d92cd5db43b27d3821fe1145e (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.