Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

B -- FOLS, Administrative History

Notice Date
5/10/2023 12:53:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6023Q0015
 
Response Due
5/31/2023 10:00:00 AM
 
Archive Date
06/15/2023
 
Point of Contact
Clark, Dorinda, Phone: 4022784475
 
E-Mail Address
dorinda_clark@nps.gov
(dorinda_clark@nps.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
FOLS, Administrative History 140P6023Q0015 (i) 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6023Q0015, for the performance of research and writing of an Administration History for Fort Larned National Historic Site, Kansas. Fort Larned National Historic Site is on Kansas Highway 156, in Pawnee County, Kansas, in accordance with the provided Scope of Work (SOW). All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6023Q0015 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Women-Owned Small Businesses (WOSB) competition in accordance with FAR 52.219-30 - Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program, under NAICS Code 541720 - Research and Development in the Social Sciences and Humanities with a small business size standard of $28.0M. (v) Line items: 10- FOLS, Administrative History (vi) The acquisition is for the performance of research and writing of a Administrative History for Fort Larned National Historic Site, Kansas. Fort Larned National Historic Site is on Kansas Highway 156, in Pawnee County, Kansas. The study will help complete basic historical documentation of the park's history and resources as developed and managed by the National Park Service. Information contained in the Administrative History is essential for present and future interpretation and resource management. The work will be accomplished through contract and will consist of the components discussed in the statement of work. Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Dorinda Clark, via email at dorinda_clark@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 08/01/2023 - 8/01/2025, Location: NPS, MWR, MWRO Cultural Resources, 601 Riverfront Drive, Omaha, NE 68102 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions) Any questions pertaining to this solicitation must be sent via email to dorinda_clark@nps.gov on or before May 18th, 2023, at 12:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about May 25th, 2023. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Mar 2023) Quotes must be in accordance with and in the order detailed in this section. Failure to submit quotes according to the instructions provided within the solicitation may result in the respondent�s quote not being considered for award. All interested parties shall be registered in the System for Award Management or SAM at the time of offer, time of award, and throughout the life of the contract. The offerors shall submit a quote to the contracting specialist by email to: Dorinda Clark, dorinda_clark@nps.gov. Documents to Complete in Quote Package Checklist for Quote Submittal The checklist is this page of the solicitation completed as the first page in the package Signed acknowledgement of SF18. Signed amendments if applicable Completed Provisions (including 52.204-24, 52.204-26, and others as applicable) Price Schedule Past Performance Questionnaire Project Narrative Research Team Relevant Examples of Completed Projects Contractor Core Data: Offerors Company Name:__________________________________________________________________ Offerors Unique Entity Identifier (UEI):_______________________________________________________ Offerors Cage Code:_______________________________________________________________________ Offerors POC:____________________________________________________________________________ Offerors POC Email/Phone:__________________________________________________________________ TO SUBMIT AN OFFER 1. Checklist for quote submittal listed above as the first page in the quote submittal package. 2. Completed and signed SF18 NOTE: Please check SAM.gov regularly in any case an amendment was posted, as this amendment must be reviewed, acknowledged by signing the SF30 and ensuring that it is provided with your final quote package. 3. Complete attached Price Schedule and insert total unit price and/or amount, in reference to ALL line items listed. Must ensure that this document is not edited for any reason (outside of adding units of measure, quantities, etc.) and the unedited Price Schedule is provided with final pricing, if needing to make edits or alter the document, provide an addendum outlining these changes or additional information wanting to make apparent to the evaluators. NOTE: Alternate quotes will not be accepted. Provide us with the final offer total, as this will be the evaluated price. 4. Ensure the Past Performance Questionnaire attached is completed - Offerors are to provide completed Past Performance Questionnaires (preferably a minimum of 3 and) a maximum of 5 that provide information on the performance quality of work on similar projects as outlined in the Statement of Work, please ensure they are as relevant as can be for this requirement. 5. Complete a Project Narrative: A description of the methods, techniques, and procedures of research, including a summary of repositories and other sources of information to be used. A planning schedule and matrix identifying key project milestones and associated products pertaining to the project. The quote must include a work schedule diagramming the duration of field and archival work outlined in the research strategy section of the quote. A preliminary draft for NPS review, a final review draft, and, following the recommendation of the Superintendent and approval by the Regional Director, 100 printed and perfect bound copies. 6. Offeror shall provide a description of the entire proposed research team identifying the prime contractor and all subcontractors and specific areas of responsibility. The description shall identify lines of communication, the responsibilities of each proposed team member, and shall highlight the experience of the team in working jointly on similar type projects. The experience of the Principal Investigator in organizing and conducting similar studies with experience in NPS Historic Resource Studies shall be explained in detail. In addition, a resume for each proposed team member shall be provided showing the necessary background, skills, and experience of each individual. a. The Principal Investigator (PI) is responsible for all aspects of managing the proposed study. The PI must have a Ph.D. or equivalent in United States History or Public History (no exceptions). A level of experience equivalent to a Ph.D. is acceptable and may be evidenced by a publication record demonstrating a professional level of research, analysis, and report preparation. It is expected that the publication record will reflect an understanding and ability to apply research methodology, and education and experience beyond that of a project historian. b. Although the overall research design, guidance, and responsibility for the completed study lies with the Principal Investigator, the PI may utilize the assistance of project historians (PH) and other project staff at their discretion to accomplish the research. The minimum requirements for a PH are a Bachelor's and Master�s degrees in United States History or Public History from an accredited college or university followed by two years of graduate study with a concentration in the field. A Master's thesis in history or its equivalent in research and publication are highly recommended. c. Personnel hired or subcontracted for their special knowledge and expertise must carry academic and experiential qualifications in their particular area of expertise. Such qualifications are to be documented by means of vitae attachments when the quote is prepared and submitted 7. Offerors shall submit a list at least (3), but not more than (5), recent and relevant examples of completed projects, which should demonstrate the offeror's and its team member's experience in performance of the work similar to that described in the SOW. For the purpose of this solicitation the term recent means projects that have been completed within the last three (3) years. The offeror must indicate whether it was the prime or subcontractor on each project. If the offeror was the prime contractor, the offeror shall also describe its primary role/duties in execution of the work (i.e. the major components of the project which were completed by the prime's staff and major components which were subcontracted out). The offeror shall also provide information on the project as to the size, complexity, and distinctive and/or unique features of the project. The offeror should provide specific information to demonstrate that it has relevant experience as it relates projects listed in the Specifications. 8. Completed Provisions (including 52.204-24, 52.204-26, and others as applicable) 9. Submit all required documents via email by the date and time listed in this solicitation. Offerors are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. Offerors should consider and account for potential delays in transmissions between when an electronic submission is submitted and when an electronic submission is received. Late quotes will not be accepted. 10. Your company must also be registered as a WOSB, at the time of offer, time of award, and throughout the life of the contract, in System for Award Management (SAM) and be considered a small business for the size standard associated with the NAICS code found in block 10 on page one (1) of this solicitation. This registration must be active in SAM. NO EXCEPTIONS. The direct SAM website for registration is: https://www.sam.gov. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-53, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2. Past Performance Questionnaire 3. Price Schedule 4. SF-18 (Terms and Conditions) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before May 31st, 2023, at 12:00 pm CDT. Quotes shall be submitted electronically to dorinda_clark@nps.gov See SF18 for full details. (xvi) Contract Administration Data Dorinda Clark Contract Specialist DOI, National Park Service, Interior Region 3,4,5 MWRO Major Acquisition Buying Office 601 Riverfront Drive Omaha, NE 68102-4226 Phone: 402-278-4475 Email: dorinda_clark@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/297b50f31b5f4287a9e852f0dcc0c038/view)
 
Place of Performance
Address: 601 Riverfront Drive, Omaha, NE 68102, USA
Zip Code: 68102
Country: USA
 
Record
SN06677783-F 20230512/230510230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.