SOLICITATION NOTICE
R -- Staten Island, NY - Services to Provide Cataloging of 3,000 Drawings and Maps at Gateway National Recreation Area
- Notice Date
- 6/19/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- A1770060402
- Response Due
- 6/30/2006
- Archive Date
- 6/19/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. This solicitation is a total small business set-aside, NAICS 541990, All Other Professional, Scientific and Technical Services, with a small business size standard of $6.5 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. Prices must include all costs for all work as shown. Statement of Work: Title: GATEWAY NATIONAL RECREATION AREA CATALOGING PROJECT I. Project Summary of Work Work of this contract consists of arrangement, processing, re-housing, describing and cataloging into the Automated National Catalog System Plus (ANCS+) approximately 3,000 items of architectural drawings and maps related to Gateway National Recreation Area. This project will gain intellectual and physical control over three unprocessed collections that include architectural drawings and maps related to Gateway NRA. Though this project has no active intervention (conservation) component, information gathered during the course of the project will be applied to future planning for digitizing, copying and preservation. Arrangement, re-housing, and description of these records will improve access and long-term preservation of these documentary resources of permanent value that are critical to daily management of park sites and programs. Work shall be performed to National Park Service standards, professional archival standards, and Gateway NRA standards. The work will be divided into two phases: Phase I - Processing, Re-housing and Phase II - Cataloging. II. Background History Gateway National Recreation Area was created in 1972. Gateway was the first National Recreation Area in the country. It was created in order to bring a national park closer to an urban area in order to serve a population that may not have been able to travel to more remote national parks. Gateway NRA was created on primarily surplus military sites. These areas have a long history of occupation. While some of our maps predate military occupation, many of the park's architectural drawings and maps related to the structures and infrastructure the military created at these sites. Gateway NRA has a large backlog of un-cataloged objects and a small staff that will not be able to catalog all the objects in this backlog. In 1998 a PMIS project, # 20884 was written in order to process and catalog park architectural drawings and maps according to NPS standards. III. Location Archival materials in this project are currently housed in building 210 at Fort Wadsworth located in Staten Island. The work will be conducted either on site or off-site at the contractor's secure facility. IV. Statement of Work The work of this project will entail full processing, re-housing and cataloging to National Park Service standards as stated in Museum Handbook, Part II: Museum Records http://www.cr.nps.gov/museum/publications/MHII/mushbkII.html), NPS ANCS+ Manual (http://www.cr.nps.gov/museum/publications/ancs.html), NPS Conserve-O-Grams (http://www.cr.nps.gov/museum/publications/conserveogram/cons_toc.html) and will consist of the following Phases: Phase I - Processing, Re-housing The contractor will verify the number (approximately 3,000) of the identified collections. The Contractor will then develop a Processing Plan in coordination with the Government. Provide an acid-free copy of the survey in the accession and/or catalog folders. Include a copy of the survey in the Project Completion Report generated in Phase II. Processing: The Contractor will implement the physical arrangement of each collection according to unit, site, building, utility, etc within GATE. Re-housing the collection: In general, the Contractor will re-house the collection into acid-free folders. If drawings are too large to fit into folders they will be carefully rolled around an acid free tube and covered with mylar or rolled into an acid free box designed to hold rolled paper. 1. Document conservation needs: Evidence of infestation, mold, or mildew and all documents with apparent conservation needs will be documented in a "Conservation Needs" list which will be provided to the park as an appendix to the project's completion report. 2. Remove fasteners: Staples, pins, paper clips, twin, rubber bands and other fasteners will be removed without causing damage to the materials (if possible). When necessary to maintain connections between items found attached to each other by a paper clip or other such fastener, those items will be placed in a folder insert inside of the main folder. Fasteners that cannot be removed without damaging documents will be noted in the "Conservation Needs" list. 3. Unfold folded documents: All folded documents will be carefully unfolded. Folded items that are too brittle will be left folded. These items will be listed in the "Conservation Needs" list described above. 4. Re-house fragile items: As instructed by NMSC and park staff, fragile items will be re-housed appropriately, such as encasing in Mylar, interleaving with acid-free paper or placing inside folder inserts. 5. Buffer highly acidic items: Items of high acidic composition will be removed from close contact with other items by interleaving with acid-free paper. Temporary acid-free paper markers will be added to folders found to contain acidic materials. A list of folders containing highly acidic items will be created and included in the "Conservation Needs" list described above. 6. Remove objects: Objects will be removed to separate storage. 7. Re-house oversize items: Any oversize item removed from its original location will be replaced with an acid-free Archival Separation Sheet documenting a description of the item, the date of removal, the name of the person removing the item, and the new location of the item. A copy of the separation sheet will be placed with the item in order to cross-reference the original location. Footnotes in the Collection Listing section of the finding aid will cross-reference removed items. 8. Generate folder labels: All folders will be labeled in a neat, consistent manner and following conventions already established at the park. Folders will be labeled in pencil. Folder labels will include the following data: the catalog numbers of the items cataloged individually, the folder topic with inclusive dates of the materials in the file, the map case and drawer number. Phase II - Cataloging. The Contractor will develop under this Phase II the catalog records in the Collection Management module of the Automated National Catalog System Plus (ANCS+). Provide Accountability: Provide accountability and automated access by creating a catalog record in the Collection Management module of ANCS+ for each object. In addition, a list of artifacts needing conservation work will be provided. V. Government Responsibilities. A. The Government will designate the groups of records to be processed. B. The Government will schedule a walk-through to examine the records to be processed. C. The Government will provide appropriate software restricted to the Automated National Catalog System Plus (ANCS+) at the park. D. The Government will provide access to applicable supporting NPS Cultural Resources Bibliography material as needed. E. In performance of this contract, the Contractor will be allowed to use park library and archival materials pertaining to the individuals and events documented in the archival materials being processed and cataloged. VI. Contractor Responsibilities A. Contractor shall accomplish the work in its own secure facility or on site. B. Contractor will provide archival supplies that adhere to National Park Service standards as described in the Detailed Description of Work. C. Contractor will catalog items using the National Park Service's Automated National Cataloging Program (ANCS+). An electronic copy of this information will be provided to the park on a zip disk or CD. D. Contractor shall obtain access to or copies of (as appropriate) supporting documentation including, but not restricted to, the NPS Museum Handbook, Part I: Museum Collections, NPS Museum Handbook, Part II: Museum Records, NPS Automated National Catalog System User Manual, and NPS Conserve-O-Grams via the Internet (see above cited URLs). E. The Contractor will be responsible for keeping work areas clean and neat in accordance with museum standards. No food, beverages or smoking will be allowed when in contact with the collection. VII. Payment Schedule Contractor may invoice the Government at completion of milestones outlined below. Contractor shall include a log of work performed with each invoice. 20% after research, survey and analysis completed, and processing plan is approved. 25% after arrangement and re-housing is completed. 30% after cataloging worksheets approved 25% after all information entered into ANCS+ and approved and list of items needing conservation work submitted. VIII. Project Reports. Written progress reports will be submitted to the NPS monthly. The monthly progress reports will be a narrative that will include, but not be limited to, the status of each of the elements in the Description of Work with statistical summaries stating the following: (1) total number of objects surveyed; and (2) total number of objects cataloged and re-housed. Submit Key Personnel and Company Resume with quotes. Proposed personnel substitutes must have comparable qualifications to those of the persons being replaced. Contractors may submit multiple quotes for performance either at contractor's facility or at Government's site. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed on-line at www://orca.bpn.gov. FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 14, 15, 16, 17, 18, 19, 20, 22, 30, and 31 (if payment by MasterCard is acceptable to the contractor). The deadline for receipt of quotes is August 4, 2005, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each item, extended price, proposal submittals as detailed above, prompt payment and warranty terms, whether you will accept payment by MasterCard, name, phone number, and address of your point of contact, and a completed copy of FAR 52.212-3. Submit) proposals to: Contracting Officer, Gateway National Recreation Area, 210 New York Ave, Staten Island, NY 11234. Or by FAX to (718) 354-4553. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov and at http://ideasec.nbc.gov and https://orca.bpn.gov/ . Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the cancel this solicitation. Point of contact is Cathy DeFilippis (718) 354-4724.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2186024)
- Place of Performance
- Address: Staten Island, NY Gateway National Recreation Area
- Zip Code: 10305
- Country: USA
- Zip Code: 10305
- Record
- SN01073246-W 20060621/060619222456 (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 |