Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOURCES SOUGHT

B -- The National Archives and Records Administration (NARA) - Visitor Site Research services

Notice Date
8/1/2023 6:13:28 AM
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
NARA CONTRACTING OFFICE COLLEGE PARK MD 20740 USA
 
ZIP Code
20740
 
Solicitation Number
88310323Q00113
 
Response Due
8/18/2023 12:00:00 PM
 
Archive Date
09/02/2023
 
Point of Contact
Stephanie Pitts, Phone: 301-837-1988, Ana D. Camacho, Phone: 3018373229
 
E-Mail Address
stephanie.pitts@nara.gov, ana.camacho@nara.gov
(stephanie.pitts@nara.gov, ana.camacho@nara.gov)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 88310323Q00113 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 effective June 2, 2023. This is a full and open RFQ under NAICS code 541618, Other Management Consulting Services. CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement to obtain Visitor Site Research services. See Attachment 2, Performance Work Statement. PERIOD OF PERFORMANCE: The period of performance will consist of a base year and two (2) option years. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract. FAR provisions will be removed prior to award. FAR provision 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services. (Mar 2023). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (2) Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION (In lieu of FAR provision 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services as prescribed by FAR 12.301(c)(2). Selection of the Contractor for award of this contract will be based on NARA�s assessment of the best overall value to the Government. Accordingly, best value for this contract will be evaluated based on the following evaluation factors: (1) Technical Approach (Volume I). The Government will assess the Contractor�s demonstrated technical knowledge and competence with regard to the Government�s requirements and program objectives; understanding of and approach to the work that the Contractor would have to perform in accordance with Attachment 2, Performance Work Statement. The Government will assess whether the Contractor exhibits adequate techniques and approaches to meet the contract needs and provide effective and efficient support. (2) Management and Quality Control (Volume I). The Government will assess the suitability of the Contractor�s management and personnel who will work with the Government project manager as well as the management of challenges and risks, such as staffing (i.e. qualifications, clearances (if applicable), experience, recruitment and retention). The Government will also assess whether the Contractor exhibits adequate management capability and effective quality control procedures to accomplish the overall objectives of this contract. (3) Relevant Past Performance (Volume II). The Contractor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous relevant work. Contractors are requested to submit no more than three (3) references for relevant past performance performed during the past five (5) years. Submission should include the entity name,�a point of contact,�contact information, dollar value of�contract/order, brief description of work performed. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. (4) Price (Volume III). The Contractor must submit a price breakdown of each Phase within the base and option years. All evaluation factors other than cost or price, when combined, are more important than cost or price. Selection of the contractor to perform this contract will be based on NARA�s assessment of the best overall value to the Government. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor�s quotation entitled �Exceptions�. The Contractor must also include a justification and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without communicating with contractors. For evaluation purposes, the evaluated total contract price will be determined by summing the total prices of all performance years (base year and all option years). FAR provision 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. (Dec 2022) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. FAR clause 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services. (Dec 2022) � see Attachment 6, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. (Jun 2023) - see Attachment 7, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. FAR provision 52.217-5, Evaluation of Options (Jul 1990). The Contractor is required to be registered in the System for Award Management (SAM) and maintain registration until final payment in accordance with FAR provision 52.204-7, System for Award Management (Oct 2018). Full text provisions and clauses can be found at http://www.acquisition.gov. QUESTIONS: Questions regarding this RFQ must be submitted in writing to the Contract Specialist, Stephanie Pitts (Contractor) at stephanie.pitts@nara.gov no later than 12:00 PM ET on August 3, 2023 to be considered. Questions submitted in any other manner will not be answered. Contractors are requested to group and submit questions in the same order found in the RFQ while making reference to the particular paragraph number. The Government will answer questions or requests for clarification via a written RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 3:00 PM ET on August 18, 2023. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractors email one (1) copy of the quotation (Volumes I, II and III) to: stephanie.piits@nara.gov. The quotations must not exceed 20 pages to include Volumes I, II, and III. Contractors must also submit, with its quotation, representations required by FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR provision 52.204-26, Covered Telecommunications Equipment or Services-Representation, or FAR provision 52.212-3(v), Covered Telecommunications Equipment or Services-Representation. Please indicate in the quotation if the representations are complete in the contractor�s SAM profile.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f665c0ded80c414c92917badffe71cbf/view)
 
Place of Performance
Address: College Park, MD 20740, USA
Zip Code: 20740
Country: USA
 
Record
SN06772429-F 20230803/230801230058 (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.