SOLICITATION NOTICE
B -- B--MWRO - Prepare NHL Nomination for Watkins Mill
- Notice Date
- 8/28/2020 8:07:06 AM
- Notice Type
- 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
- 140P6020Q0035
- Response Due
- 9/4/2020 12:00:00 AM
- Archive Date
- 09/19/2020
- Point of Contact
- Kircher, Adam
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- MWRO - Prepare NHL Nomination for Watkins Mill 140P6020Q0035 (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) 140P6020Q0035, for the preparation of a revised National Historic Landmark (NHL) nomination for Watkins Mill, located in Clay County near Lawson, Missouri 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 140P6020Q0035 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 541720 - Research and Development in the Social Sciences and Humanities with a small business size standard of $22.0M. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. (v) Line items: 10- Prepare NHL Nomination for Watkins Mill (vi) The acquisition is for preparation of a revised National Historic Landmark (NHL) nomination for Watkins Mill, located in Clay County near Lawson, Missouri. The current NHL documentation was prepared in 1983 and does not meet current requirements of the NHL program. A new NHL nomination is required meeting today�s professional standards and thematic framework, addressing all relevant historic contexts and areas of significance. 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 Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 24 months ARO Location: Watkins Mill, located in Clay County near Lawson, Missouri (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. a. Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before August 21, 2020 at 16:00 CST. All questions will be answered in an Amendment to this solicitation and posted on or about August 25, 2020. b. At a minimum, quotes must include (1) Provide your companies DUNS number and CAGE Code under which your offer is made. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: The PI must formulate a project quote in response to the Scope of Work provided in this solicitation. The quote shall address all components identified in the statement of work. A successful quote shall include four components; 1) evidence of personnel qualifications and professional experience with completion of projects of similar size and degree of complexity, 2) a detailed strategy for completing research and preparing the nomination, including a list of collections and repositories that will be consulted, 3) a description and evidence of successful past performance on similar projects, and 4) a detailed cost estimate. The cost quote shall be submitted separately. In order to submit a quote for this project, the contractor must, at a minimum, have the following degrees: Principal Investigator (PI) = Master's degree in History, Public History, or Historic Preservation; Project Historian(s) = Bachelor's degree in History, Public History, or Historic Preservation The technical summary shall include the following: A. Detailed research strategy 1. A description of the methods, techniques and procedures of research, including a summary of repositories and other sources of information to be used. 2. A project schedule for the completion of research, analysis, and preparation of the NHL nomination, with dates or time-frames for the submittal of a detailed outline, a first draft for the NPS to review, subsequent drafts if deemed necessary by the NPS, a final draft submittal for consideration by the NHL Committee, and a final document. The project schedule shall include time for NPS review of draft submittals. The entire project must be completed within 24 months of the date of award. B. Evidence of personnel qualifications for the following: 1. The Principal Investigator The Principal Investigator (PI) is responsible for all aspects of the proposed study. The PI must have an M.A. degree in the field of History, Public History, or Historic Preservation from an accredited college or university. The PI shall have a publication record demonstrating a professional level of research, analysis, and report preparation. It is expected that the publication record will reflect education and experience beyond that of a project historian, an understanding of research methodology, and a technical writing style that is required in National Historic Landmark and National Register nominations. It is highly recommended that the PI have experience and good past performance in the successful preparation of NHL nominations. 2. Project Historian(s) 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) to accomplish the research. The minimum requirements for a PH are a Bachelor's degree in History, Public History, or Historic Preservation from an accredited college or university. The prospective PI must submit a cost quote that includes a fully justifiable and reasonable estimate of all applicable costs, including: 1. Personal services a. Principal Investigator b. Other personnel 2. Cost of research, analysis, and nomination preparation 3. Travel 4. Supplies and equipment 5. Overhead (if applicable) 6. Other expenses 7. Total estimated cost of project completion (ix) FAR 52.212-2, Evaluation-Commercial Items, Evaluation of the quote will be performed as per FAR Part 13. A firm-fixed price award will be made to the quote that reflects a cost that is considered both Fair and Reasonable to the government. Also, the quote will be evaluated for technical acceptability and price; in evaluating technical acceptability and price reasonableness, the following factors will be considered: (1) technical (2) past performance and (3) price. An NPS Technical Evaluation Committee composed of at least two cultural resource professionals will evaluate responses to the Scope of Work for this project. These professionals may include NPS historians, historical architects, and historical landscape architects. Each potential contractor must submit a formal written quote. The technical portion of the quote will be the most important single consideration in the award of the contract, and should, therefore, be as complete as possible. The merits of each quote will be carefully evaluated in terms of the requirements of the Scope of Work and in context with the other quotes under consideration. A quote that does no more than reiterate the information contained in the Scope of Work will be considered a non-responsive offer. The NPS will evaluate each quote on the following criteria: Factor 1: Understanding the Requirements / Strategy for Project Completion Subfactor 1: Describe how the project will be organized, managed, and completed. Subfactor 2: Identify repositories, collections, and other sources to be researched. Factor 2: Key Personnel, Qualifications, and Experience Subfactor 1: Principal Investigator possesses the minimum requirement of a Master's degree and the Project Historian possesses the minimum requirement of a Bachelor's degree in the field of History, Public History, or Historic Preservation. Subfactor 2: Record of research and publications, with focus on preparation of National Historic Landmark and National Register of Historic Places nominations, demonstrating the ability to complete the project as described in the Scope of work. Factor 3: Past Performance Subfactor 1: Provide a narrative describing past performance on similar projects. (Emphasizing preparation of NHL and NR nominations) Subfactor 2: Provide at least one completed Past Performance Questionnaires (PPQs), but no more than two. Factor 4: Price/Cost Quote (To be evaluated separately from Factors 1 through 3). The government may award a contract based on the initial offer received without discussion of such offers. Accordingly, each initial offer should reflect the best technical summary at the most favorable price which the offeror can offer the government. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (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): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-4, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice : N/A. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. (xiii) The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: SF-18 (40 pages) Attachment 1 - A04 SOW (8 pages) Attachment 2 - A06 Drawings - Specifications (16 pages) Attachment 3 - B12 MISC (Past Performance Questionnaire) (3 pages) (xiii) N/A (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before August 28, 2020 at 16:00 CST. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1606 Phone adam_kircher@nps.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a27ba38d8ab44543a0686c53d6e405b2/view)
- Record
- SN05777471-F 20200830/200831093737 (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 |