Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

T -- FLNI ORAL HISTORY PROJECT

Notice Date
5/11/2017
 
Notice Type
Presolicitation
 
NAICS
512240 — Sound Recording Studios
 
Contracting Office
NPS, NER SERVICES MABO Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01209
 
Response Due
6/2/2017
 
Archive Date
9/30/2017
 
Point of Contact
Maison, Cheryl
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is P17PS01209 and is issued as a Request for Quotation (RFQ) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items using the procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 dated January 19, 2017. The FAC and FAR is available at https://www.acquisition.gov/FAR. This requirement is solicited as a Set-Aside for Small Business Concerns (Total Small Business Set-Aside) under NAICS Code 512240, Audio Recording Postproduction and Restoration Services with a U. S. Small Business Administration size standard of $7.5 million. This contract is subject to the Service Contract Labor Standards statute, and the place of performance is unknown when this solicitation was issued. See solicitation clause 52.222-49, Service Contract Labor Standards-Place of Performance Unknown for information about obtaining wage determinations applicable to where the services shall be performed. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/ (formally CCR and ORCA). A quoter must ensure that they are self-certified under NAICS Code 512240 as a small business in the Representations and Certifications portion of SAM prior to award of any contract. Contractors shall submit quote on Standard Form 1449, Solicitation/Contract/Order for Commercial Items. Quotes shall be submitted electronically to Cheryl Maison at cheryl_maison@nps.gov and are due on June 2, 2017 at 5PM local prevailing time. For information/questions regarding this combined synopsis/solicitation, contact Cheryl Maison at cheryl_maison@nps.gov. Questions shall be submitted via email to cheryl_maison@nps.gov no later than June 1, 2017 at 11:00 AM local prevailing time. The Government anticipates awarding a firm fixed price purchase order resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government considering price only. The contractor shall provide all labor, materials, supplies, services, travel, facilities and shipping necessary to digitize 276 recorded oral histories from audio cassette tapes to digital formats for the Flight 93 National Memorial in accordance with the Statement of Work (Attachment 1), Appendix A (Attachment 2) and the Department of Labor Service Contract Wage Determination (To Be Determined when awardees place of performance is determined). Period of Performance: 60 days from date of award Place of Performance: To Be Determined The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses are cited: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The following clauses apply to this acquisition: 52.204-18, 52.212-2, 52.222-42, 52.222-49, 52.223-17, 52.232-40, 52-227-17, 52.237-2, 52.245-1 (Alternate I), 52.245-9, and 52.252.2. The following provisions apply to this acquisition: 52.203-18, 52.204-16, 52.204-22, and 52.252-1. 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (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 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. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) 1452.228-70 Liability Insurance (JUL 1996) (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 named 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: 1. Workman's Compensation and Employer Liability Insurance: Compliance with applicable Federal and State Worker's Compensation and Occupational Disease Statutes shall be required. Employer liability coverage in the minimum amount of: $100,000. 2. General/Professional Liability Insurance: Bodily injury liability insurance minimum amount of $1,000,000 per occurrence. 3. Automobile Liability Insurance: This insurance shall be required on the comprehensive form of the policy and shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. The minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage shall be required. (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. (End of clause) 1452.237-71 KEY PERSONNEL (NOV 2007) (DIAR LOCAL CLAUSE) (a) The following personnel are considered essential to the work being performed hereunder: NamePosition/Labor Category 1. 2. 3. 4. [Offeror fill in names of proposed key personnel.] (b) The Contractor must notify the Contracting Officer prior to any changes in key personnel. The Contractor must provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes must possess qualifications comparable to the original key person, as well as satisfying any minimum standards set forth elsewhere in the solicitation/contract. The Contracting Officer will advise the Contractor as to the acceptability of the proposed substitutes within 15 calendar days after receipt of all required information of the decision on substitutions. The list of key personnel may be modified from time to time during the course of the contract, by mutual agreement of the parties. (c) If the services performed by key personnel do not conform to contract requirements or jeopardize successful performance of the contract, the Government may require the Contractor to remove the individual within five working days. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. - Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoice on company letterhead. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) LOC-DOI Agency Protests (NOV 2007) (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officers decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: National Park Service Bureau Procurement Chief 200 Chestnut Street Philadelphia, PA 19106 (c) Requesting independent agency review will not extend the Government Accountability Offices (GAO) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: GS-1071 Audiovisual Production Specialist Monetary Wage -- Fringe Benefits: $25.67 + fringes = $29.94 (End of Clause) 52.222-49 Service Contract Labor Standards -- Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: None requested at time of solicitation. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by May 30, 2017. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01209/listing.html)
 
Record
SN04505983-W 20170513/170512000634-9f98ff81da40fc04cec960c28a8fb743 (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.