SOLICITATION NOTICE
A -- Research and Cataloging Services
- Notice Date
- 11/26/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch 1849 C Street NW, MS 1324 Washington DC 20240
- ZIP Code
- 20240
- Solicitation Number
- NBCQ8Z00384
- Response Due
- 12/10/2007
- Archive Date
- 11/25/2008
- Point of Contact
- Lauren Kunze Contract Specialist 2022083107 Lauren_C_Kunze@nbc.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the Simplified Acquisition Procedures of FAR part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The US Department of Interior, National Business Center (NBC) is issuing this solicitation as a Request for Quote (RFQ) on behalf of the Office of Budget. See Statement of Work Below. THIS IS A 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code is 541720 and the Product Service Code is: AZ16. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. SPECIAL QUOTE INSTRUCTIONS: 52.212-01 Instructions to Offerors - Commercial Items, 52.212-02 Evaluation - Commercial Items, 52.212-03 Offeror Representations & Certifications - Commercial Items, 52.212-4 Contract Terms & Conditions - Commercial Items, 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items Please note that offerors MUST be certified in ORCA (http://orca.bpn.gov) and CCR (http:www.ccr.gov). The resultant contract will be a Firm-Fixed Price type. CLOSING DATE: December 10, 2007 at 3:00 PM EST Offerors must submit their quotes containing the hourly rate, overall price, resume of proposed candidate(s) with relevant experience, as well as business info including DUNS, Tax ID Number (TIN), etc. via email to Lauren Kunze at lauren_c_kunze@nbc.gov . If you have questions regarding this solicitation, please submit your inquiries immediately via email only, NO LATER THAN December 4, 2007 at 4:00 PM EST. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. STATEMENT OF WORK: 1.0 BACKGROUND: The Commission of Fine Arts, established in 1910 by Act of Congress, is charged with giving expert advice to the President, Congress and the heads of departments and agencies of the Federal and District of Columbia governments on matters of design and aesthetics, as they affect the Federal interest and preserve the dignity of the nation's capital. Minutes of Commission meetings, as well as the library of the U.S. Commission of Fine Arts, are available to the general public. The public may use these materials for purposes such as analyzing design trends, reviewing precedence for alterations to historical structures, researching prior Commission actions that may have relevance to current pending projects, or simply documenting the design history of a building or monument. 2.0 OBJECTIVES: To provide knowledgeable and prompt response to research requests received by the U.S. Commission of Fine Arts; to determine the relative value of various records and make recommendations or decisions regarding the ultimate disposition of particular records in order to facilitate researcher responses. 2.1 SCOPE: The scope of work is broken into individual tasks: 2.1.1 Research. The Contractor will respond to external research requests received by the Commission for information regarding the history of the Commission and its actions on specific submission reviews. To respond to research requests, the Contractor will conduct the necessary research to locate documents and materials that are germane to the request and, as required, write summary statements and reports to convey information to the requester or the Commission. 2.1.2 RECORD ORGANIZATION. The Contractor will assist with the organization of the Commission's physical records and non-digital collections. Contractor will evaluate records, recommend retention or disposal, and catalog reference materials in order to expedite requests. Contractor will determine relative significance of particular groups of records, implement methods to retrieve information from these records, and work with researchers to help them obtain the information they desire. Contractor will consider such matters as the arrangement and accessibility of the information in the records; the legal requirements or administrative purposes to be served by their retention; the volume of records involved; the availability of similar information from other sources; and the cost of accessioning, arranging, preserving and providing reference service from such records. 2.2 CONTRACT TYPE: The Government anticipates a Labor Hours contract type. The level of effort is estimated to be approximately 16 hours per week. However, this may fluctuate as needed. 3.0 REQUIRED QUALIFICATIONS OF KEY PERSONNEL: Resume(s) submitted for employee(s) assigned to perform under this statement of work shall contain documented experience directly applicable to the functions to be performed. Further, prior work experiences shall be specific and of sufficient variety and duration that the employee is able to effectively and efficiently perform the functions assigned. Contractor should meet, at minimum, the requirements listed below. 3.0.1 Contractor must possess graduate level training in history and/or architectural history; or a combination of education and professional experience-college-level education, training, and/or technical experience. 3.0.2 Understanding of the mission of the U.S. Commission of Fine Arts, its policies and operations. 3.0.3 Broad knowledge of the research sources, needs, and methods of the field or fields (i.e., history, community planning, architecture, etc.) in order to evaluate the relative value of retained records. 3.0.4 Broad knowledge of the buildings and monuments of the Washington, DC area, including Georgetown, and its changing landscape. 3.0.5 Specific knowledge of the 1902 McMillan Act, which established the urban design of the Nation's Capital. 4.0 DELIVERABLES & DELIVERY SCHEDULES: In fulfillment of this effort, the Contractor shall provide the following deliverables. All deliverables shall be submitted to the COTR, unless otherwise agreed upon. Delivery of research summaries varies depending on type and number of requests received. Accessioning and cataloging duties are ongoing based on volume. Contractor will provide a monthly report to the COTR detailing work performed, due on or before the 10th of each Month. 5.0 GOVERNMENT FURNISHED EQUIPMENT: At the request of the Government, or at completion of this effort, the Contractor shall immediately return any Government-provided property, including any equipment, specialized or off-the-shelf software, and all other property provided by the Government for the Contractor to use to complete this effort. Upon commencement of this effort, unless otherwise indicated, the Government will provide the following property to the Contractor: computer work station, desk area, access to telephone and copiers plus routine office supplies. 6.0 SECURITY: The work to be performed is non-sensitive, and does not require a background clearance or identification badge. Entrance to the facility is controlled by security personnel. Handbags and parcels are subject to search at the discretion of the security officer. Contractor will adhere to all security requirements. 7.0 PERFORMANCE REQUIREMENTS: 7.1 PLACE OF PERFORMANCE: Work will be completed on-site at the offices of U.S. Commission of Fine Arts in the National Building Muesum, 401 F St. NW, Ste 312, Washington, DC 20001. 7.2 PERIOD OF PERFORMANCE: One year from date of award, estimated December 20, 2007 - December 20, 2008. 7.3 DUTY HOURS: Contractor personnel are expected to conform to normal operating hours. The normal duty hours of 8:00 AM to 5:00 PM, Monday through Friday, with the exception of Federal Government holidays, with an allowance for a one-hour lunch period each day. The level of effort is estimated to be approximately 16 hours per week. 8.0 EVALUATION FACTORS: Evaluation will be on a Best-Value determination, based on (in descending order of importance) key personnel, relevant past experience and price. Relevant experience is defined as similar agency experience within the past two years.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=227161)
- Place of Performance
- Address: 401 F St NW, Suite 312 Washington, DC 20001
- Zip Code: 20001
- Country: USA
- Zip Code: 20001
- Record
- SN01458024-W 20071128/071126223620 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |