Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
SOLICITATION NOTICE

B -- Combined Synopsis/Solicitation - Radio Carbon Dating

Notice Date
5/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
P12PS12073
 
Response Due
5/30/2012
 
Archive Date
5/15/2013
 
Point of Contact
Jordan W. Gunn Contract Specialist 9076443306 jordan_gunn@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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. SOLICITATION NUMBER: P12PS12073 This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-55, effective February 2, 2012. SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE (IAW FAR Subpart 19.5)NAICS Code: 541380 Small Business Size Standard: $12.0M SCOPE OF WORK Radiocarbon Analysis for the National Park Service Katmai National Park & Aniakchak National Monument, AK April 23, 2012 1. GENERAL RESPONSIBILITY: The Contractor shall furnish all labor, management, supplies, equipment and material (other than those identified herein to be provided by the Government), and do all things necessary for performance of the work as set forth below. The Contractor shall provide the Government all requested reports, and supporting material developed during the period of service. During the work, the Contractor shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness and progress of work. 2. PERSONNEL: Personnel shall have experience with sample preparation, storage, graphitization, measurement with an accelerator mass spectrometer, calibration and reporting. 3. BACKGROUND: This request is for radiocarbon age determinations on samples taken from cultural and non-cultural contexts along the Alaska Peninsula, for use in archaeological interpretation. Samples may include (but will not be limited to) wood charcoal, peat, shell, bone, carbonates, or bulk soil samples, from terrestrial and/or marine environments. Most samples will come from middle to late Holocene contexts, some may be modern, and a few will be late Pleistocene. Occasionally old-carbon specimens (e.g. coal or jet) may be inadvertently sampled. Because of the diverse nature of the specimens, a mixture of conventional (i.e. gas proportional counting or liquid scintillation counting) and accelerator mass spectrometric (AMS) methods of radiocarbon analysis will be necessary. Analysis includes pretreatment to remove contamination as appropriate. Contractor is required to have the necessary equipment for both conventional and AMS analysis on-site; sub-contracting for AMS measurement is unacceptable. 4. DESCRIPTION OF TASKS: The services to be provided shall include the following: A. Contractor shall provide radiocarbon age estimates of all numbered samples. Reports will include measured radiocarbon ages, 13C/12C ratios, ?13C-corrected conventional radiocarbon ages, and calibrated age estimates. B. Contractor shall report pretreatment methods (e.g. A-B-A wash, collagen extraction and ultrafiltration, etc.), isotope ratios and measurements, half-life, correction calculations, analytical precision, calibration software, calibration curves, reservoir corrections, and any other modifications used to convert isotopic ratios to radiocarbon years and/or calendar years. 5. SCHEDULE OF WORK AND SUBMITTALS: Deliverables for 2012 shall include: Contractor shall complete all sample analysis and reporting no later than 1 June 2013 6. GOVERNMENT FURNISHED MATERIALS The NPS will provide samples (organic charcoal, bone, shell, carbonate, or organic matter), rough age estimates for standard selection, and local estimates for reservoir corrections. 7. CONTRACTOR FURNISHED MATERIALS: The Contractor shall provide all equipment needed to complete the 'Description of Tasks' listed above. Unused sample portions must be returned to the Park. 8. POINT OF CONTACTS: Contracting Officer Representative (COR) for Technical Support: To be provided at time of award. Contracting Office for Contractual Support: Jordan Gunn - Contract Specialist National Park Service Alaska Regional Office (Attn: AKRO - AAP) 240 W. 5th Ave., Room 114 Anchorage, AK 99501 9. SUBMIT INVOICE(S) TO Submit the original invoice to the COR, and a copy to the Contracting Office. 10. CONTRACTING OFFICER'S AUTHORITY The Contracting Officer is the only person with the authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the Statement of Work or specifications; (2) modify or extend the period of performance; (3) change the delivery schedule; or (4) otherwise change any terms and conditions of this contract. The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and not withstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. CONTRACT LINE ITEMS:Line Item 001: Radio Carbon Analysis and Reporting - 54 Samples Each: $___________ PERIOD OF PERFORMANCE: DOA through June 1, 2013 PLACE OF DELIVERY/ACCEPTANCE: Katmai National Park & Preserve, King Salmon AK 99613 CLAUSES AND PROVISIONS:The following Federal Acquisition Regulation clauses and provisions apply to this acquisition: 52.212-01, Instructions to Offerors-Commercial 52.212-02, Evaluation-Commercial ItemsThe specific evaluation criteria shall be as follows: 1. BASIS OF AWARD The Government will make award to the offeror submitting the lowest price technically acceptable proposal. The Government will first review unpriced technical proposals to determine acceptability to the Government. The objective of the Government is to award a contract to an offeror who submits a proposal that when evaluated is determined to meet the acceptability levels established in the solicitation for each non-price evaluation factor or sub-factor. Each non-price evaluation technical factor will receive a rating of "Acceptable" or "Non-Acceptable." A rating of non-acceptable for any evaluation factor will result in an overall rating of "Non-Acceptable." Award will be made to the technically acceptable proposal with the lowest evaluated price. 2. INTENT TO AWARD WITHOUT DISCUSSIONS The Government intends to evaluate proposals and issue a contract without discussions, but reserves the right to conduct discussions and receive revised proposals if later determined necessary. 3. LIST OF EVALUATION FACTORS AND SPECIFIC TECHNICAL EVALUATION CRITERIA Each evaluation factor is of equal importance. A rating of non-acceptable for any evaluation factor will result in an overall rating of "Non-Acceptable." In order to be considered technically acceptable, proposals must meet the following minimum requirements: FACTOR #1Equipment This factor will evaluate the offeror for its understanding of the scope of work and minimum specifications contained within the solicitation. Evaluation Factor Submission Requirements: Offeror shall submit with their proposal/offer, a certification showing they in possession of an accelerator mass spectrometer. Standard of Acceptability: The vendor must have a certification that they have an accelerator mass spectrometer and are able to provide the required services. Any company that does not include this with their cost proposal will be deemed non-acceptable and therefore non-responsive to the solicitation. The Government will award a firm fixed price contract to the responsible offeror whose proposal it determines conforms to the solicitation, is affordable, fair and reasonable, and offers the best overall value to the Government, considering all non-price factors and price. All non-price factors when combined are approximately equal to price. The Government reserves the right to accept other than the lowest priced offer or reject all offers. 52.212-03, Offeror Representations and Certifications-Commercial ItemsCENTRAL CONTRACTOR REGISTRATION INFORMATION: Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award in order to be eligible for a government contract - the link can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their bid to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event a bidder is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful quoter. Refer to FAR 52.204-7, Central Contractor Registration, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror." ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12 and FAR 52.204-8) 52.212-04, Contract Terms and Conditions-Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which includes the following applicable clauses: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.222-53 PROPOSAL SUBMISSION:Quotes must be received at the following address, via mail, or email, prior to the closing date of this combined synopsis/solicitation. Closing date of this solicitation is May 30, 2012 at 10:00AM, local Alaska time. POINT OF CONTACT: National Park Service Attn: Jordan Gunn 240 W. 5th Ave, Room 532 Anchorage, AK 99501 Phone: (907)644.3306 Fax: (907)644.3802 (If faxing your quote, you must submit a cover page, clearly indicating the solicitation number and Contract Specialist's name)Email: Jordan_gunn@nps.gov Additional Info: Please click here to view more details. Contracting Office Address: ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501 Place of Performance: King Salmon, Alaska 99835 USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS12073/listing.html)
 
Place of Performance
Address: Katmai National Park & Preserve, King Salmon, AK
Zip Code: 99613
 
Record
SN02748081-W 20120517/120515235407-4c2646179eaa6775cdfe1a0e950460bf (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.