SOLICITATION NOTICE
R -- Library Support Services; Library Technician and Archives Technician
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G12PS00611
- Response Due
- 8/31/2012
- Archive Date
- 9/30/2012
- Point of Contact
- Lisa Hayes
- E-Mail Address
-
ldhayes@usgs.gov
(ldhayes@usgs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION The U.S. Geological Survey (USGS), Core Science Systems, Libraries Program Denver, CO, requires library services in support of circulation desk, interlibrary loan, and scientific field records archival functions. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFP Number G12PS00611. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 15, Contracting by Negotiation, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 519120. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0010 (Base Year) Services, Non-Personal to provide library support services for a Library Technician for circulation desk coverage and Interlibrary Loan (ILL) services in accordance with the attached Statement of Work. Period of Performance: September 24, 2012 through September 23, 2013. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00020 (Base Year) Services, Non-Personal to provide library support services for an Archives Technician for the USGS scientific field records collection in accordance with the attached Statement of Work. Period of Performance: September 24, 2012 through September 23, 2013. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00030 (Option Year One) Services, Non-Personal to provide library support services for a Library Technician for circulation desk coverage and Interlibrary Loan (ILL) services in accordance with the attached Statement of Work. Period of Performance: September 24, 2013 through September 23, 2014. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00040 (Option Year One) Services, Non-Personal to provide library support services for an Archives Technician for the USGS scientific field records collection in accordance with the attached Statement of Work. Period of Performance: September 24, 2013 through September 23, 2014. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00050 (Option Year Two) Services, Non-Personal to provide library support services for a Library Technician for circulation desk coverage and Interlibrary Loan (ILL) services in accordance with the attached Statement of Work. Period of Performance: September 24, 2014 through September 23, 2015. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00060 (Option Year Two) Services, Non-Personal to provide library support services for an Archives Technician for the USGS scientific field records collection in accordance with the attached Statement of Work. Period of Performance: September 24, 2014 through September 23, 2015. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00070 (Option Year Three) Services, Non-Personal to provide library support services for a Library Technician for circulation desk coverage and Interlibrary Loan (ILL) services in accordance with the attached Statement of Work. Period of Performance: September 24, 2015 through September 23, 2016. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00080 (Option Year Three) Services, Non-Personal to provide library support services for an Archives Technician for the USGS scientific field records collection in accordance with the attached Statement of Work. Period of Performance: September 24, 2015 through September 23, 2016. CLIN NO. 00090 (Option Year Four) Services, Non-Personal to provide library support services for a Library Technician for circulation desk coverage and Interlibrary Loan (ILL) services in accordance with the attached Statement of Work. Period of Performance: September 24, 2016 through September 23, 2017. Note to Offeror's: This is a Performance Based Service. CLIN NO. 00100 (Option Year Four) Services, Non-Personal to provide library support services for an Archives Technician for the USGS scientific field records collection in accordance with the attached Statement of Work. Period of Performance: September 24, 2016 through September 23, 2017. Note to Offeror's: This is a Performance Based Service. (VI) Refer to the attached Statement of Work. (Attachment 1) (VII) Period of Performance, including all option periods is September 24, 2012 through September 23, 2017. Place of Performance: USGS-Library, Box 25046, MS-914, Denver Federal Center, Bldg. 20, Denver, CO. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide past performance references as stated in paragraph (10) of the referenced clause. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Each proposal must be determined acceptable under each factor in order to be considered for award. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. The following factors shall be used to evaluate offers: Factor (A): Technical Capabilities of Proposed Technical Personnel - Offerors shall provide resumes and/or qualifications of proposed technical personnel in past experience and performance per the Statement of Work under Paragraph 3.9 Contractor Qualifications. Factor (B): Past performance - Past Performance shall include (quality, timeliness, integrity, business relations, and comparable experience). The offeror shall submit references from three (3) customers that have purchased similar services including contact information (person's name, phone number, and email address). Offerors shall provide a point of contact name, phone number, email and company address for those references. Statements by past clients may be used in the evaluation of the vendor's technical quote under any and all applicable evaluation criteria. Any information obtained by the Government from references outside the vendor's quote may be used in a similar manner. Past performance information provided by references, from Government records, or from other than the sources identified by the offeror may be used in the evaluation under any or all applicable evaluation factors. In addition to the foregoing, PIPRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information required under this solicitation. All past performance information will be used for both the responsibility determination and the best value decision. (b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012) (41 U.S.C. 2313). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (d)(2) and (3)). (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses and provisions are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.204-7 Central Contractor Registration. (FEB 2012) The provisions are incorporated by reference, and their terms and conditions apply: 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification. (NOV 2011) Refer to Attachment 2 for all additional applicable clauses and provisions. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Electronic Submission of Offers Required - Proposals are required to be received no later than 3:00 p.m. MDT on August 31, 2012. Only electronic proposals will be accepted. Proposals may be submitted through FedConnect (https://www.fedconnect.net/FedConnect/ ) or may be emailed to ldhayes@usgs.gov. (XVI) Questions relating to this Solicitation shall be presented by e-mail to ldhayes@usgs.gov not later than close of business 3:00 p.m. MDT on August 27, 2012. The Government will evaluate the questions, and if needed, an Amendment will be issued. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00611/listing.html)
- Record
- SN02846731-W 20120822/120820235624-3a4672d5a9bd0b381a2827508159a0f2 (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 |