SOLICITATION NOTICE
M -- Statuary Conservation-George Washington Carver NM
- Notice Date
- 6/6/2024 12:02:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- MWR MISSOURI MABO(62000) Omaha NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6224Q0020
- Response Due
- 6/20/2024 10:00:00 AM
- Archive Date
- 07/05/2024
- Point of Contact
- Mitchell, Cecilia, Phone: 5013888732
- E-Mail Address
-
cecilia_mitchell@nps.gov
(cecilia_mitchell@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (1) Action Code: Not applicable (2) Date: June 6 (3) Year: 2024 (4) Contracting Office ZIP Code: 20240 (5) Product or Service Code: M1PZ, Operation of Other Non-Building Facilities (6) Contracting Office Address: National Park Service Contracting Operations Central, Missouri Major Acquisition Buying Office (7) Subject: Inspection, maintenance, and treatment of three statues at George Washington Carver National Monument in Diamond, MO. (8) Proposed Solicitation Number: 140P6224Q0020 (9) Closing Response Date: Noon CDT on June 20, 2024 (10) Contact Point or Contracting Officer: cecilia_mitchell@nps.gov (11) - (15) Not applicable for solicitation (16) Description. (i) This is a combined synopsis/solicitation for commercial services being procured in accordance with the format in subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All clauses may be viewed in the entirety at www.acquisition.gov (ii) The solicitation number is 140P6224Q0020 and is issued as a request for quote (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular 2024-05. (iv) This requirement is unrestricted. The relevant NAICS is 332321, Metal Window and Door Manufacturing (v) Line Items: CLIN 0010 - Inspection, maintenance, and treatment of three statues (vi) George Washington Carver National Monument, a unit of the National Park Service, is seeking quotes for inspection, maintenance, and treatment of three statues. See attached statement of work for full details on this requirement. Any contract resulting from this solicitation will be firm, fixed price. SITE VISIT: (a) The provision 52.237-1, Site Visit is included in this solicitation. Quoters are urged to inspect the site and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Accordingly, offerors or quoters are urged and expected to inspect the site. (b) George Washington Carver National Monument is located at 5646 Carver Road, Diamond, MO 64840 is open daily from 9 am - 5 pm. Interested vendors may visit the site to examine the statues during business hours. (vii) The period of performance for the services is anticipated to be 07/08/2024 - 09/30/2024. The actual period of performance will be determined at time of award. Services must be provided at George Washington Carver National Monument in Diamond, MO. (viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services (SEP 2023) applies to this acquisition. (ix) Award will be made in accordance with FAR Part 13 to the quoter that provides the best value to the government based on price, technical capability, and past experience. The solicitation is not stating nor is it required to state the relative importance assigned to each evaluation factor and/or sub factor (FAR 13.106-1(a)(2)) listed below. 1. Price. Provide an itemized price schedule showing costs related to the assessment and maintenance treatment of the statuary. Price schedule must include: -Labor for on-site work (cost per hour) -Supplies and materials -Photography -Report production for preparation of a final report -Travel costs -Any other expenses 2. Technical Capability: Technical capability as indicated by the firm�s qualifications is the factual documentation of the firm�s ability to meet the requirements of the statement of work. To document technical capability, quotes must include: a) A list of individuals that will be involved in the inspection, maintenance, and treatment of the statuary and the nature and the extent of their anticipated involvement. b) Documentation showing Professional Associate (PA) or Fellow of the American Institute for Conservation of Historic and Artistic Works (AIC) for those that will provide the inspection, maintenance, and treatment. 3. Prior Experience: Prior experience is the factual documentation of a firm�s experience relative to inspection, maintenance, and treatment of statuary as described in the statement of work. To document prior experience, quotes must include: a) Descriptions of at least three of the firm�s most recent projects within the past five (5) years of similar size and scope. a1) The description of each project must include the nature of the work, the entity for whom the work was performed, and the dollar value of the project a2) Point of contact information including name, phone number, and email address. The Government will determine its level of confidence that a quoter will successfully perform the requirements at George Washington Carver National Monument based on its assessment of the firm's technical capability and experience. (x) FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. The Offeror verifies by submission of their quote that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this quote is submitted and are incorporated in this quote by reference (see FAR 4.1201). If representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, are not current, offeror shall submit paragraph (b) of 52.212-3 with their quote. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. The following clauses within 52.212-5 apply: 52.203�17, Contractor Employee Whistleblower Rights (NOV 2023) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.204�30, Federal Acquisition Supply Chain Security Act Orders� Prohibition. (DEC 2023) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C.644) 52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024) 52.222-3, Convict Labor (June 2003) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.223-23, Sustainable Products and Services (May 2024) ( E.O. 14057, 7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This statement is for information only. It is not a wage determination. Employee Class: Exhibit Specialist III GS-09 Monetary Wage: $24.60 per hour � Fringe Benefits: $8.92 per hour 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (xiii) The following provisions are incorporated by reference IAW FAR 52.252-1 into this request for quote: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (DEC 2023) 52.212-1 Instruction to offerors-Commercial Products or Commercial Services (SEP 2023) The following clauses are incorporated by reference IAW FAR 52.252-2 into this request for quote: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) The following provisions and clauses are included in full text: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) ( https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". (d) Representation. The Offeror represents that� (1) It � will, � will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It � does, � does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) (a) Definitions. As used in this provision, 'covered telecommunications equipment or services' and 'reasonable inquiry' have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for 'covered telecommunications equipment or services'. (c) Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) FAR 52.237-1 Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) (FEB 2021) 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: Invoice on company letterhead with stated contract number. 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 St. Louis (FRBSTL) 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 IPPCustomerSupport@fiscal.treasury.gov 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 proposal or quotation. (End of local clause) DIAR 1452.201-70 Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) (xiv) N/A (xv) Submit quotes to cecilia_mitchell@nps.gov by noon CDT on June 20, 2024. (xvi) All communication regarding this solicitation, including questions and requests for information, shall be emailed to cecilia_mitchell@nps.gov. (17) Place of Contract Performance: George Washington Carver National Monument in Diamond, AR (18) Set-aside Status: Total small business set aside. Attachments: Statement of Work Wage Determination for Arkansas Counties of Carroll and Newton
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d7b16ee98cd4ba0be47776fae62e9b0/view)
- Place of Performance
- Address: 5646 Carver Road, Diamond, MO, USA
- Country: USA
- Country: USA
- Record
- SN07088431-F 20240608/240606230118 (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 |