MODIFICATION
B -- MWAC - Complete Archeological Overview and Assessm
- Notice Date
- 6/14/2022 6:36:56 AM
- 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
- 140P6022Q0025
- Response Due
- 7/12/2022 11:00:00 AM
- Archive Date
- 07/27/2022
- Point of Contact
- Kircher, Adam, Phone: (402) 661 - 1606
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- MWAC - Complete Archeological Overview and Assessments 36649 140P6022Q0025 (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 Solicitation Number is 140P6022Q0025 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) 2022-06. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Women-Owned Small Businesses (WOSB) competition in accordance with FAR 52.219-30 - Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program, 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- MWAC - Complete Archeological Overview and Assessments (vi) The acquisition is for the performance of an Archeological Overview and Assessment (AOA) each for Theodore Roosevelt National Park (THRO) in Billings and McKenzie Counties, North Dakota, and Wind Cave National Park (WICA), Custer County, South Dakota. The project involves conducting a thorough investigation of existing records, documents, and reports, a description and evaluation of known and potential archeological resources, and consensus-driven recommendations for protection, management, and research for each of the park's management units. The Contractor must prepare draft and final versions of the AOA report and updated GIS maps of known sites, previously surveyed areas, and areas of potential archaeological sensitivity. The report will meet the criteria for an archeological overview and assessment as identified in NPS directive 28, which describes an AOA as follows: This report describes and assesses the known and potential archeological resources in a park area. The overview reviews and summarizes existing archeological data; the assessment evaluates the data. The report assesses past work and helps determine the need for and design of future studies. It is undertaken in a park or regional geographical framework and may be a part of multi-agency planning efforts. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 18 months from receipt of Award. Location: NPS, MWR, MW Archeological Ctr, NPS - Midwest Archeological Center, Federal Building Rm 474, 100 Centennial, Lincoln NE 68508-3873. (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 July 5, 2022, at 1:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about July 8, 2022. b. At a minimum, quotes must include (1) Provide your companies UEI 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: Factor 1: TECHNICAL CAPABILITY Sub factor I - Strategy: Performance Plan; this plan is to detail how, when and who will be preforming work of this contract. Provide a proposed schedule detailing how the work will be accomplished within the 18 month period of performance. Sub factor II - Team: Key Personal; provide a resume of personal including any and all work history, professional credential, certification and licensing. List of employees that will perform work of this contract. List is to included names, position title, responsibility. Sub factor III - Previous Experience: Provide a minimum of three examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and outcome. Information should be short and concise but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. 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 Offer shall complete the ""Price Schedule"" in the solicitation and sign and date the offer (SF-18). Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. c. Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on the SF-18. d. Offerors shall submit one (1) electronic copy via email to adam_kircher@nps.gov e. Binding and Labeling: Section I (Technical), Section II (Past Performance), and Section III (Price) shall be submitted together without binding. A cover sheet should be provided, clearly marked as to the project title, solicitation identification, the offeror's name and the offerors UEI number. Be sure to apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), ""Restriction on Disclosure and Use of Data"". f. Page Limitations: The maximum page limitation for the technical quote is 40 pages (excluding cover pages, table of contents, list of figures, glossaries, tabs, dividers, blank pages, or other pages as identified throughout the quote that do not provide information related to the evaluation factors). Compliance with page count limits shall be verified. When both sides of a sheet display printed material, it shall be counted as 2 pages. If the page count is exceeded, the excess pages will not be read or considered in the evaluation of the quote. g. The prospective contractor must submit a planning schedule and matrix identifying key project milestones and associated products pertaining to the project. h. The quote must include a work schedule diagramming the duration of field and archival work for project. i. Partial payments may be made up to 80% of the contract award amount. Payments must be based on deliverables accepted by the government (see FAR 52.212-4(a), Contract Terms and Conditions � Commercial Items, Inspection/Acceptance & FAR 52.211-1, Time of Delivery). Payment requests must be in accordance with the clause titled, Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP). Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. (ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. 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): 52.219-28, 52.219-30, 52.222-3, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (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. 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 3 and 4. 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. 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 (39 pages) Attachment 1 - A04 SOW (Attachment 1) (8 pages) Attachment 2 - B12 MISC (Attachment 2 - Past Performance Questionnaire) (3 pages) Attachment 3 - B12 MISC (Attachment 3 - Vaccination Certification) (2 pages) Attachment 4 - B12 MISC (Attachment 4 - Certification of Vaccination Form) (4 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 July 12, 2022 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/33533af7692c4e0798974d2c8498e290/view)
- Record
- SN06357139-F 20220616/220614230110 (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 |