Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SOLICITATION NOTICE

B -- ARCHITECTURAL MAPPING at Wupatki National Monument, AZ 86004

Notice Date
6/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
NPS, IMR - Arizona MABO1824 S Thompson St, Ste 200FlagstaffAZ86001-2694US
 
ZIP Code
00000
 
Solicitation Number
P14PS01489
 
Response Due
7/16/2014
 
Archive Date
8/15/2014
 
Point of Contact
Kimberley Robinson
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, and as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54, The FAC is available at https://www.acquisition.gov/FAR. The National Park Service is recording architectural sites, and is seeking a contractor to create plan view and cross-section maps of each architectural feature and other site elements at WUPATKI NATIONAL MONUMENT, 25137 N Wupatki Loop Road, Coconino County, Flagstaff AZ 86004. The scope of work is included in the body of this RFQ and also as an attachment. You can get the.PDF in FedConnect, search on Public Opportunities, reference number P14PS01489. This project is subject to Service Contract Act wages: WD 05-2023 (Rev.-17),first posted on www.wdol.gov on 06/25/2013. You may explore the joys of Wupatki National Monument at www.nps.gov/WUPA. SET-ASIDE: This procurement is set aside 100% for small businesses under all applicable NAICS codes, including, but not limited to, 541360. Each bidder's SAM (www.SAM.gov) record must indicate that the business is small under the applicable NAICS code. Although the projected magnitude of this project is below $25,000, the NPS is advertising this opportunity on FBO and FedConnect to encourage small business participation. There will be no official site visit. The Contractor shall be responsible for all materials, labor, supervision, services, equipment, and incidentals to accomplish this project, and labor is subject to Service Contract Act wage rates. AWARD TYPE / QUOTE FORMAT: The National Park Service contemplates a firm-fixed price award based upon past performance, ability to work within the period of performance, and the lowest price technically acceptable. Firms may submit quotes via fax or email (preferred) on the Standard Form 1447 or their own forms, as long as the quotes address all items requested. Please include 2 projects with references completed, or started and ongoing, within the last 5 years that are of a similar nature. The National Park Service WILL NOT modify the contract to increase the price due to errors in the vendors quote. The contract will match the quote; the invoice must match the contract, unless otherwise agreed between NPS and the contractor. EVALUATION: Representatives from the National Park Service will evaluate all proposals for technical acceptability, and will award a firm-fixed price purchase order to the business that provides the lowest price technically acceptable. INVOICING: The business that accomplishes this contract must register, submit all invoices through, and will be paid via, the Invoice Processing Platform by electronic funds transfer to the bank account listed in the vendors SAM record. For more information, and to register, please visit www.IPP.gov. SEND YOUR QUOTE: Fax quotes to 928.637.7005 or email to KimberleyRobinson@nps.gov. If faxed, Kim will call or email the POC listed on the quote to verify receipt. If you do not hear from Kim, please email for verification. We will not consider oral or late quotes, and the price must be firm for no less than 30 days from the bid due date. Quotes are due 16 July 2014 at 11:pm (2300h) EASTERN TIME. The anticipated award date is around 23 July 2014. The work start date will be coordinated with the technical representative for this project, but is expected to begin no later than 14 days after award. The period of performance is approximately 6 months. You may express your companys price as one lump sum. NPS will contact you if we need a price breakdown. The following clauses pertain to this solicitation and the resulting contract(s). You can view them in their entirety at www.ACQUISITION.gov/FAR. 52.222-50 Combating Trafficking in Persons 52.233-03, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-04, Applicable Law for Breach of Contract Claim (OCT 2004) 52.219-06, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644). 52.219-13 Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). 52.219-30, Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). 52.222-19, Child LaborCooperation with Authorities and Remedies (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003) (31 U.S.C. 3332). SAM REGISTRATION REQUIRED (www.SAM.gov) 52.232-34, Payment by Electronic Funds TransferOther than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). 52.237-01 Site Visit 52.246-04 Inspection of Services Fixed Price 52.243-01 Changes Fixed Price Alt II 52.249-08 Default (Fixed Price Supply & Service) SCOPE OF WORK Purpose: To produce plan view and cross-section maps for two sites located in Wupatki National Monument Brief Project Scope Flagstaff Area National Monuments (FLAG) is conducting architectural documentation on 2 sites in Wupatki National Monument, WS 805 and 807. As part of this project, FLAG needs plan view and cross-section maps of each architectural feature and other significant site elements. WS 805 consists of a single rectangular room situated on a small sandstone ledge and an enclosure located directly south, below the ledge. WS 807 consists of an irregular room block with three possible rooms and plaza walls, and a separate structure with a single room and wing wall (see Appendix A for survey level site maps). Both sites are located in the northern portion of the Monument, between the Kaibab Monocline & Citadel Wash. Tasks 1. Mapping of all architectural features and other significant site elements. a. Rock-to-rock plan view mapping of all intact wall segments and collapsed rubble of architectural features. b. Production of scale plan view maps showing all site datums and significant natural features (such as major vegetation and bedrock features). c. Drawing of cross-sections that traverse site architectural elements including adjacent natural elements. d. Digitization of all field maps using Adobe Illustrator software. Both hard and electronic copies will be provided to FLAG. 2. All GIS data will be gathered with FLAG Trimble GPS, whenever possible/feasible. FLAG GIS will, as necessary, provide adequate training and assistance in the field with respect to data collection procedures. FLAG GIS will process all GIS/GPS data gathered with the Trimble GPS Units and provide feedback during and upon completion of the project (FLAG GIS is only responsible for technical assistance related to GIS and GPS, not for knowledge of archeological subject matter such as site definitions. The definitions of these items should be discussed with FLAG Cultural Resources Staff prior to any field work.) a. Using FLAG Trimble GPS, site datums will be updated with a current spatial location and site boundaries will be recollected. All required attribute fields will be completed. b. Each feature within a site will be collected with FLAG Trimble GPS as a point, line, or polygon when appropriate. All required attribute fields will be completed. c. All lOs will be collected with FLAG Trimble GPS Units. All required attribute fields will be completed. d. Any photo point or other items that assist with site orientation or identification will be collected under the "Other" subtype. Task Deliverables: The contractor shall submit a draft version of the digitized maps for review by FLAG. FLAG will have 10 working days to review and provide comments to the contractor. The Contractor will incorporate comments from the Flagstaff Area National Monuments, and resubmit a final version within five workdays of receipt of the comments. The final products will include completed plan view and cross section maps (field, digital, and two hardcopy versions) and all original field notes, photos, and other documentation generated during field work. Task Deliverables Schedule : All products will be submitted to FLAG six months from the start date of the contract. Acceptance: Once the contract has been finalized, FLAG will arrange site access for the contractor. The decision of accepting or rejecting the work will be the decision of Contracting Officer's Representative (COR) Lisa Baldwin and/or the Contracting Officer (CO). Also, in the event that a dispute arises between the COR and the Contractor, the CO will resolve the dispute with the final decision. Government Furnished Eguipment/Property/Services: The NPS will provide copies of all relevant field forms, maps, and photographs. All copies will be returned to the NPS at the completion of the project. Ownership: The US Federal Government, National Park Service, Flagstaff Area National Monuments will be the sole owner of all work done under this contract. Security: At all times all security requirements of the National Park Service concerning computer security will be followed. The contractor will be required to obtain a Flagstaff Area National Monuments network user account if accessing a government computer or network. One requirement of obtaining the network user account is to pass an annual NPS online IT security training course. Confidentiality The contractor will keep confidential all information about the nature and location of archaeological sites. Such information is withheld from public disclosure under the National Historic Preservation Act and the Archaeological Resources Protection Act. Payments: The Contractor will have a choice of one lump sum payment at the completion of the contract or to agree upon a schedule of partial payments and their deliverables with COR Lisa Baldwin and the CO. All payments will be by EFT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01489/listing.html)
 
Record
SN03404034-W 20140626/140625021717-858e549d4eb1fb269336c2b690680515 (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.