Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2022 SAM #7425
SOLICITATION NOTICE

B -- PERI - PERI Historic Resource Study 36568

Notice Date
3/28/2022 12:32:13 PM
 
Notice Type
Combined Synopsis/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
140P6022Q0011
 
Response Due
4/20/2022 11:00:00 AM
 
Archive Date
05/05/2022
 
Point of Contact
Kircher, Adam, Phone: (402) 661 - 1606
 
E-Mail Address
adam_kircher@nps.gov
(adam_kircher@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PERI - PERI Historic Resource Study 36568 140P6022Q0011 (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) 140P6022Q0011, for the performance of research and writing of a Historic Resource Study for Pea Ridge National Military Park in Benton County, Arkansas 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 140P6022Q0011 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Businesses competition in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, under NAICS Code 541720 - Research and Development in the Social Sciences and Humanities with a small business size standard of $22.0M. (v) Line items: 10- PERI HISTORIC RESOURCE STUDY (vi) The acquisition is for the performance of research and writing of a Historic Resource Study for Pea Ridge National Military Park in Benton County, Arkansas. The study will help complete basic historical documentation of the park's story and resources. The information contained in the Historic Resource Study is essential for present and future interpretation and resource management. 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 from receipt of Award. Location: NPS, MWR, MWRO, Cultural Resources, 601 Riverfront Drive, Omaha NE 68102 (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 April 12, 2022, at 1:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about April 15, 2022. 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: 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. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. Proposals submitted for consideration must bear the endorsement, by means of signatures, of the proposed Principal Investigator. If the proposal is submitted by an organization it must bear the endorsement of both the Principal Investigator and a representative of the organization who is empowered to commit the organization to such an undertaking. Factor 1: TECHNICAL CAPABILITY (A) Research Strategy: The offeror shall provide a realistic plan that demonstrates the ability to fulfill the government's need in accordance with the Scope of Work (SOW). This strategy shall describe how the prospective contractor will organize, manage, execute, and evaluate the project. The strategy shall include a completion schedule with timelines and the identification of repositories and other information sources to be searched. (B)Team: Offeror shall provide a description of the entire proposed research team identifying the prime contractor and all subcontractors and specific areas of responsibility. The description shall identify lines of communication, the responsibilities of each proposed team member, and shall highlight the experience of the team in working jointly on similar type projects. The experience of the Principal Investigator in organizing and conducting similar studies with experience in NPS Historic Resource Studies and shall be explained in detail. In addition, a resume for each proposed team member shall be provided showing the necessary background, skills, and experience of each individual. The Principal Investigator: The Principal Investigator (PI) is responsible for all aspects of the proposed study. The PI must have, at minimum, a Ph.D. degree in United States History from an accredited university. Degrees in fields other than history will not be accepted. The PI shall have a publication record demonstrating a professional level of research, analysis, and complex historical report preparation. It is expected that the publication record will reflect past performance on historical studies including NPS Historic Resource Studies, education and experience beyond that of a project historian, and a good understanding of research methodology. Past performance also entails completing contract history studies within the scope and schedule of past contracts, and include contact information of the Contracting Officer's Representative. 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 and Master of Arts degrees in United States History from an accredited college or university, with a subsequent record of research and publication. Standards for consultants: Personnel hired or subcontracted for their special knowledge and expertise must carry academic and experiential qualifications in their particular area of expertise. Such qualifications are to be documented by means of vitae attachments to the quote or submitted at a later date if the consultant has not been identified at the time of the quote. Failure to provide the request information may indicate a lack of understanding of the requirement and may result in the entire offer being excluded from further competition. (C) Pervious Experience: Offerors shall submit a list at least (3), but not more than (5), recent and relevant examples of completed projects, which should demonstrate the offeror's and its team member's experience in performance of the work similar to that described in the SOW. For the purpose of this solicitation the term recent means projects that have been completed within the last three (3) years. The offeror must indicate whether it was the prime or subcontractor on each project. If the offeror was the prime contractor, the offeror shall also describe its primary role/duties in execution of the work (i.e. the major components of the project which were completed by the prime's staff and major components which were subcontracted out). The offeror shall also provide information on the project as to the size, complexity, and distinctive and/or unique features of the project. The offeror should provide specific information to demonstrate that it has relevant experience as it relates projects listed in the Specifications. Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. Factor 2: PAST PERFROMANCE Offerors shall complete the attached Past Performance Questionnaires (preferably a minimum of 3 and/or a maximum of 5) that provide information on the performance quality of work on similar projects as outlined in the Statement of Work. THE ATTACHED PAST PERFORMANCE QUESTIONNAIRE, WITH THIS REQUIREMENT'S TITLE AND SOLICITATION NUMBER FOR THIS SPECIFIC REQUIREMENT, MUST BE THE ONE COMPLETED - NO EXCEPTIONS. Contact information SHALL be provided so that the Government may contact and confirm the information provided. Additionally, the Government may consider any and all other sources of information, including, but not limited to, contacting the contractor or contracting officer of the projects provided, and retrieval of information from the Past Performance Information Retrieval System (PPIRS). Factor 3: PRICE (A) Offer shall complete the ""Price Schedule"" in the solicitation and sign and date the offer (SF-18). (B) Contractor Information and Certifications: This will not be evaluated but must be completed in order to become eligible for award. Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. Evaluation Ratings The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. 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. In determining best value, the following factors will be considered: Technical Capability, Past Performance, and Price. (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: A scanned copy of your traditional invoice on company letterhead detailing all charges, attached to your electronic submission plus any other documentation as stipulated by the Contracting Officer. Contract Number is on all documents. 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. EXECUTIVE ORDER 14042 The Government will take no action to enforce the clause implementing requirements of Executive Order 14042, absent further written notice from the agency, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, ""Excluded State or Outlying Area""). In all other circumstances, the Government will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at https://www.saferfederalworkforce.gov/contractors/. Working in a Federal building or Federally controlled indoor workspaces: In order to take steps to prevent the spread of COVID-19 and to protect the health and safety of all Federal employees, onsite contractors, visitors to Federal buildings or Federally controlled indoor workspaces, and other individuals interacting with the Federal workforce, employees under the subject contract who are required to work on site in Federal buildings or Federally controlled indoor worksites must comply with requirements located at https://www.saferfederalworkforce.gov/overview/. See Attachments 5 and 6. 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. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov at the time of offer, time of award, and throughout the life of the contract. 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 (Attachment 1)(12 pages) Attachment 2 - A21 MISC (Attachment 2 - EXHIBIT B 100 Years Ago Great Battle Fought at Pea Ridge) (1 page) Attachment 3 - A21 MISC (Attachment 3 - EXHIBIT C Van Winkle Dissertation) (345 pages) Attachment 4 - A21 MISC (Attachment 4 - EXHIBIT D Van Winkle Mill & Anderson Slave Cemetery) (4 pages) Attachment 5 - B12 MISC (Attachment 5 - Vaccination Certification) (2 pages) Attachment 6 - B12 MISC (Attachment 6 - Certification of Vaccination Form) (4 pages) Attachment 7 - B12 MISC (Attachment 7 - Past Performance Questionnaire) (3 pages) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before April 20 at 1:00 pm CDT. 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://sam.gov/opp/3c0ae3c922b2484bbad0284fa1adec5b/view)
 
Place of Performance
Address: 601 Riverfront Drive, Omaha, NE 68102, USA
Zip Code: 68102
Country: USA
 
Record
SN06280817-F 20220330/220329211516 (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 |
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.