Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
MODIFICATION

R -- Facilitation Services for Lewis and Clark National Historic Trail

Notice Date
7/18/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
P12PS26322
 
Response Due
8/10/2012
 
Archive Date
7/18/2013
 
Point of Contact
Nicholas M Murray Contract specialist 4026611698 Nicholas_m_murray@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
The purpose of this Amendment is to make a correction the the response date of this combined synopsis sollicitation. DESCRIPITION OF SERVICE This is a combined synopsis solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures, and with format in Subpart 12.6. As supplemented with additional information include in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Independently, and not as an agent of the government, the contractor (you the vendor) shall provide the National Park Service with facilitation services at meetings that take place between National Park Service (NPS) units and Tribal Colleges and Universities (TCU). STATEMENT OF WORK: I. Scope The government has a requirement for (5) two day facilitated meetings to be held in four different locations over a twelve month period from the date of award. The purpose of each meeting is to facilitate and build a common vision and plan between various National Park Units (NPS) and Tribal Colleges and Universities (TCU) that leads to the development of an interpretive and tourism based curriculum at the TCUs. The meetings need to be designed and facilitated in a way that creates a common understanding of program vision and leads to a programmatic design for curriculum development and an action plan for future needs (to view program vision go to the following link: http://www.nps.gov/lecl/parkmgmt/upload/Indigineous-Interpretation-Curriculum-Overview-3-2012.pdf). The government requires the contractor to work with the NPS and TCUs to move from the vision stage of the project to the design and implementation stage. Facilitated meetings between the NPS and TCUs and other specialty groups such as tourism and interpretive organizations and expertise is needed to maintain a focus on the mission of this project. The NPS seeks to build relations with TCU and other organizations in order to move toward classroom curriculum in these areas within the colleges. II. Functions a. Pre Work Pre-work is required before each meeting. Pre-work includes developing and preparing the meeting agenda, handouts, guidelines and gathering knowledge and information about participating organizations. All pre work has to be approved by the Contracting Officer's Representative a minimum of two weeks before each facilitated meeting. Prior to any meeting, the contractor will be required to submit a brief 1 page or less narrative of what they propose the objectives of the meeting should be to include proposed outcome of meetings, action items for participants and times frames for completion by meeting participants. Additionally, the contractor is to provide 1 example to the Contracting Officer's Representative of the evaluation form on which meeting participants will fill out to give to the facilitator for feedback on facilitated meetings. b. Facilitated Meetings The contractor will lead in person facilitated meetings. Facilitation includes agreeing on ground rules; introducing main topic/theme of meeting; directing and focusing the discussion so that the agenda is accomplished; handling conflicts as they arise; maintaining visible list(s) of action items, "parked" issues and assignments; keeping meeting on schedule; reviewing each day's progress with the Contracting Officer's Representative (COR) after meeting has adjourned. Facilitator will guide each group through design standards of developing a curriculum development program for the group. This list is not meant to be inclusive of all "facilitation" requirements. c. Post Work Post-work includes preparing and providing a meeting summary report to the COR including the meeting agenda, summary notes, action items, pending issues, meeting evaluation (from participants) and schedule for completion, within 10 working days after conclusion of each meeting. This report shall be provided in electronic format. Post-work also includes tracking progress on action items. d. Travel Contractor is responsible for all travel related expenses for the contractor and/or contractor's employees. The contractor is required to facilitate meetings at the following location: -Omaha, NE (2) -Rapid City, SD -Bellingham, WA -Browning, MT III. Schedule If awarded this contract, all meetings will be coordinated with and approved by the COR within 60 days in advance of the month the facilitation service will take place. This coordination will establish a hard date, time, and specific location for the facilitated meeting. IV. Facilitation Model If awarded this contract, any changes to the accepted facilitation model must be approved by the Contracting Officer's Representative in advance. (End of Statement of Work) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition will be 54611 applies, with as size standard of $14.0M. All proposals shall be IAW wage determinations No. 2005-2325, Revision No. 12, dated 06/13/2012 that can be found at the following link: http://www.wdol.gov/wdol/scafiles/std/05-2325.txt?v=12 FAR 52.212-3, Offeror Representations and Certifications -Commercial Items. Annual Representations and Certifications will be obtained through the Government On-line Representation and Certification Application site (https://orca.bpn.gov) for contractors that have worked with the Government and are registered in CCR (Central Contractor Registration). All contractors that do not have previous Government experience or are not registered in CCR will need to submit the information in accordance with FAR clause 52.204-8 Annual Representations and Certifications. Interested parties capable of providing the above must submit a written price quote to include discount terms and firm's evidence of their ability to perform. Additionally, offers shall comply with the instruction listed below To be eligible to receive an award resulting from this solicitation, contractor must be registered in Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. Responses to this notice shall be provided in writing via e-mail Nicholas Murray (nicholas_m_murray@nps.gov) no later than 2:30 PM CST on 10 August 1012. In the subject line of the email reference the solicitation number and project title. ADDENDA TO FAR 52.212-1, To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all quotation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in the quotation all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. There will be no public opening of the proposals received as a result of this RFQ. Failure to meet a requirement may result in an offer being ineligible for award. All questions must be asked by July 27, 2012 at 11:59PM. All questions received by that date/time will be answered in one amendment. Send questions via email to Nicholas Murray (nicholas_m_murray@nps.gov). DESCRIPTION questions via email to Nicholas Murray (nicholas_m_murray@nps.gov). Instructions to Offerors - Commercial Items, applies to this acquisition; A. Offerors will be required to submit the following for each evaluation factor: 1. Factor 1 - Technical - Offer shall provide a resume of the facilitation team/facilitator and no more than a three page summary of the following: A. Methodology: The technical methodology shall include the following: 1. The contractor shall provide a description of the facilitation model they will utilized to fulfill the SOW. 2. The contractor shall provide at least three facilitation objectives. 3. List the process and flow of the meetings. 4. Illustrate how the contractor plans to get the organization engaged in the meetings which will lead to the end result of what was described in the Section I paragraph 1 of the SOW. B. Schedule: The contractor shall provide a schedule of proposed months in which 5 facilitated sessions will take place at the various locations. If the contractor is selected for an award, each meeting will be coordinated with and approved by the Contracting Officer's Representative within 60 days in advance of the month the facilitation service will take place. This coordination will establish a hard date, time, and specific location for the facilitated meeting. 2. Factor 2 - Past Performance - Offer shall provide at least (3) examples of a previous projects within the last 3 years that are of a similar scope and magnitude as detailed in the scope of work. At least one written example shall include previous facilitation work with tribal communities and/or tribal organizations. For all example provided please include the following; A)Project name B)Location C)Customers name, phone number and email D)Period of performance of services E) Description of services performed 3. Factor 3 - Price -Offerors shall provide a quote that includes all cost for labor, equipment, materials, supplies, travel and transportation necessary for performing the work IAW the Statement of Work. All quotes should be in the following format (unit cost and total cost to be filled in by contractor): CLIN 01 Omaha, NE Quantity: 1 Unit: JOB Unit Cost $__________ Total Cost $__________ CLIN 02 Rapid City, SD Quantity: 1 Unit: JOB Unit Cost $__________ Total Cost $__________ CLIN 03 Bellingham, WA Quantity: 1 Unit: JOB Unit Cost $__________ Total Cost $__________ CLIN 04 Browning, MT Quantity: 1 Unit: JOB Unit Cost $__________ Total Cost $__________ CLIN 05 Omaha, NE Quantity: 1 Unit: JOB Unit Cost $__________ Total Cost $__________ FAR 52.212-2, Evaluations-Commercial Items; 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. Best value will be determined by using the trade-off process. In determining best value, the following factors will be considered: (1) technical (2) past performance and (3) price. The factors are listed in descending order of importance. When combined, the technical evaluation factor and past performance factor are significantly more important than price. Offers that provide a proposal that show they have performed facilitation services for tribal communities may be given greater consideration. FAR 52.212-4 Addendum, Contract Terms and Conditions - Commercial Items; Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (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. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, 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: 0241-GS-11 Step 01 Monetary Wage -- Fringe Benefits: $59,321/yr The following FAR clauses and provisions apply to this solicitation which can be accessed at www.farsite.hill.af.mil, and are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - 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; FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts). FAR 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. FAR 52.246-4, Inspection of Services -- Fixed-Price FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.204-7, Central Contractor Registration;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS26322/listing.html)
 
Place of Performance
Address: Lewis and Clark National Historic Trail601 Riverfront Dr.Omaha, NE 68102
Zip Code: 68102
 
Record
SN02806922-W 20120720/120718235200-0e1ca6f1867cdf58adeaaa375e1b323a (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.