SOLICITATION NOTICE
D -- Edit Database for Cultural Landscape Inventories, Yellowstone National Park.
- Notice Date
- 5/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1571124013
- Response Due
- 5/24/2012
- Archive Date
- 5/14/2013
- Point of Contact
- Andy H. Fox Contract Specialist 3073442149 andy_fox@nps.gov;
- E-Mail Address
-
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 items/services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 13 and 12.5, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1571124013. A WRITTEN SOLICITATION WILL NOT BE ISSUED.This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 518210 and the small business size standard is $25.0 Million. QUOTES ARE DUE for this combined synopsis/solicitation on May 24, 2012, at 2:00 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office (Andy Fox). Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to andy_fox@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), http://www.ccr.gov., and we request that you put the Representations and Certifications information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to Andy Fox. Overview of Task:Edit Database for Cultural Landscape Inventories (CLI) for the North Entrance Road, Lake Fish Hatchery, and Yellowstone Park Transportation Company Historic Districts I. PROJECT TITLEEdit Cultural Landscape Inventories (CLI) for North Entrance Road Historic District (NERHD), Lake Fish Hatchery Historic District (LFHHD), and the Yellowstone Park Transportation Company Historic District (YPTCoHD) at Yellowstone National Park. IILOCATION AND ENVIRONMENTYellowstone National Park is located in Wyoming, Montana and Idaho accessed by five entrances. The park is comprised of over 2 million acres of mountains, valleys and river corridors. The NERHD and the YPTCoHD are located on the northern boundary of the park near the historic north entrance in Gardiner, Montana. The LFHHD is on the west shore of Yellowstone Lake. The road accessing LFHHD is closed to wheeled vehicles during the winter, beginning November 1-15 and opening between May-June. Facilities close the first week of October. The archives are open year-round in Gardiner, Montana. III. INTRODUCTION AND BACKGROUND (Contact the CO Andy Fox if you would like to see this section. Contact info listed in this combined synopsis/solicitation). IVSCOPE OF WORKThe contractor shall edit the existing CLIs for the NERHD, the LFHHD, and the YPTCoHD that have been entered into the CLI database to what was considered to be a final draft. The contractor shall make edits that streamline and simplify the draft and make improvements to this database so that it conforms to the most recent NPS CLI PPG.Item 1: Edit collection of historic photo images, maps, plans, diagrams, etc.Item 2:Edit CLI sections for 100% completion, following the NPS Cultural Landscapes Inventory Professional Procedures Guide (PPG.) This includes:(a)Annotated Chronology, History, and Site Plan: Edit existing chronology and site plan to adhere to the PPG. In addition, edit an existing historical base map that documents the cultural landscape at the end of the period of significance. (b)Statement of Significance: Edit existing statement of significance and period of significance and clarify necessary changes to accommodate proposed landscape features/patterns. (c)Analysis and Evaluation: Edit existing entries to adhere to the intent of the NPS PPG, include an inventory and documentation of landscape characteristics and integrity based on National Register criteria.(d)Site Plan of existing conditions, edit map so that it clearly communicates appropriate contributing and pertinent non-contributing features and patterns. Map shall show existing historic district boundary and any proposed changes, if necessary, that is justified through statement of significance, period of significance, and annotated chronology. Site plan shall cover enough of the area to show relationship to contextual features that are reference in the document.Item 3:Include any changes to photos, maps, and other items copied during research, but not included in document, on CD.Item 4:Provide both hard copy and electronic version of edited document, maps, and photos for park and regional review.Item 5:Conduct site visit to verify existing CLI analysis and evaluation.The contractor shall submit edited CLI in both printed (5 copies of the final document) and electronic form using MS WORD. The contractor will also submit 3 hard copies and a digital file to the park at 100% completion of edits for purposes of staff review and comment. All photos and maps collected during the development of this document will be included in digital form in the submittal, even though the CLI database restricts graphics. V.CONTRACTOR'S OBLIGATIONS, CONTRACT REQUIREMENTS, AND STANDARDS1)Technical requirements: meet the requirements for professional expertise under the standards established by the Secretary of the Interior, demonstrated knowledge of cultural landscape inventory procedures, and understanding and demonstrated use of the Cultural Landscape Inventory database. 2) Technical Contacts: Eleanor Clark and Zehra OsmanLandscape ArchitectsComprehensive Planning and DesignPO Box 168Yellowstone National Park, WY 82190307.344.2315 and 344.26253)Delivery of Submittals:Same as above4)The Government will provide the following to the contractor:"Previously completed CLI and completed database. Assistance which will include: organizing in-house reviews, providing access to park archives and historic data, obtaining supplemental relevant files and photos from the park's archive collection, distributing the document drafts to SHPO, and providing the contractor with needed SHPO changes, compiling comments from all reviewers and providing one list of needed changes to the consultant after each review, coordinating necessary meetings with park staff or persons to interview, site specific data checks, and other specific assistance as needed."Provide the contractor with current NPS reports, guidelines, policies and documents as needed."There will be a maximum of two rounds of comment, review and changes at 85% and 100% completion.5)If necessary, edits shall adhere to the following Special Considerations. Please note that all of these components already exist:"Maps will be to scale and will be created by an agreed upon software in a clear and legible form. Submit on CD when project is completed."Photographic images and foldout maps will be on separate pages from the text and referenced to the text portion of the document. Graphics are to be in jpg, tiff or gif format, on a CD. "The text will be provided in MS WORD format appropriate for later input into the CLI database file. "The contractor shall enter their work will be entered into the CLI database. All fields will be entered, unless there is COTR approval for exclusion."Existing condition photographs must be submitted when project is completed."All historic photographs, maps, etc. or their xerox copies indicating the actual physical depository location must be submitted when project is completed."Hardcopies of any historical documents (e.g. original design drawings, etc.) in approximate 24" x 36" or 11" x 17" format must be submitted when project is completed"Draft bibliography must be submitted as formatted in PPG when project is completed. Research file (copies of historic documents used to develop document) must also be submitted. VI.PROJECT SCHEDULE/SUMMARY LIST OF SUBMITTALSPeriod of Performance:North Entrance Road Historic District, Lake Fish Hatchery Historic District and Yellowstone Park Transportation Company Historic District CLIs:1. Initiate edits of pre-existing CLI and database 15 days after award2. Conduct Site Visitwithin 90 days of award3. 85% draft documents60 days from site visit 4. Final edits for CLI and database15 days from receipt of NPS Comments 4. Approval of final edits15 days from receipt of any changes5. Return CD and all materials to Park15 days from final documentCLI database data entry:1.Data entry into CLI database by or before 2/2013.NPS reviewers will take a minimum of 30 days for the 85% and 100% review. VII.SOURCES OF INFORMATIONAll research has been conducted and information has been incorporated into the database. Solicitation #:Q1571124013Submit to:andy_fox@nps.gov or fax to 307-344-2079Date:______________________Business Name: ______________________________________ Business Address: ________________________________________________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ Base Proposal Line Items:Line Item #: 1, Edit Database for Cultural Landscape Inventories (CLI) for the North Entrance Road Historic District Quantity: 1 LS, Unit Price: $____________________; Extended Price: $___________________; Line Item # 2. Edit Database for Cultural Landscape Inventories (CLI) for the Lake Fish Hatchery Historic District. Quantity: 1 LS, Unit Price: $____________________; Extended Price: $____________________; TOTAL PRICE FOR BASE PROPOSAL LINE ITEMS: $ ______________________ Option Proposal Line Items:Line Item # 3. Edit Database for Cultural Landscape Inventories (CLI) for the Yellowstone Park Transportation Company.Quantity: 1 LS, Unit Price: $____________________; Extended Price: $_____________________;TOTAL PRICE FOR OPTION PROPOSAL LINE ITEM: $___________________TOTAL PRICE FOR BASE PROPOSAL LINE ITEM AND OPTION PROPOSAL LINE ITEM: $___________________ General Notes1.Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable.2.On lump-sum line items, provide total price only.3.If no item exists for a portion of the work, include the price in a related line item.4.In case of error in extension of prices, unit price governs.5.In case of error in summation, the total of the corrected amounts govern.6.Offerors acknowledge that estimated quantities are not guaranteed, and are solely for the purpose of proposal evaluation, and final payment for all Unit Price Items will be based on actual quantities, determined as provided in the Contract Documents.7.The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-58. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "The Government will evaluate proposals per the procedures noted in Part 13 and 12.5 of the Federal Acquisition Regulations. The Government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements and provides the best value to the Government. The value of proposals shall be evaluated based upon price and the following non-price factors: 1) NPS CLI Experience: Furnish a list of Federal, State, or local government or commercial projects similar in scope, complexity, and magnitude to the work required under this solicitation meeting the requirements of the specification completed by the offeror within the last 5 years, which clearly demonstrate ability to successfully accomplish projects in a timely manner, utilize resources and work with project owners. Similar scope, complexity and magnitude is defined as: (1) Evidence that Company has previously had experience with NPS CLI, (2) Has completed a CLI, understands the terminology and process, (3) Has an understanding of the components of a CLI and the meaning of each component. Provide the following information for each project: (1) Name of project, (2) Description of work, (3) Name(s), telephone number(s), e-mail addresses of references from the acquiring customer who may be contacted for further information. References with incorrect or missing phone numbers, contact names, or e-mails may not be evaluated, potentially resulting in a less favorable rating of the offeror's proposal. In addition to the past performance information submitted by the offeror, the Government may obtain past performance information from other Federal or State agencies.2) Landscape Architectural Qualifications: Submission Requirements: 1. Landscape Architectural Degree, academic institution and credentials. Indication that the Secretary's Standards have been met for professional qualifications. 2. Experience in cultural landscape properties and an understanding of the CLI process: Number of years of work in the field or similar field.3) Past Performance: Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The reference information provided under company experience above will be used to determine past performance. The NPS will evaluate offeror's past performance based on contacting references, the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources may include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses.4) Key Personnel: Furnish resume information, which includes previous responsibilities on major contracts or subcontracts, for the individual who will occupy the key performance and leadership functions on this project. Resume information furnished shall be limited to three pages, and shall, at a minimum, contain the following: Name to be assigned, educational background, qualifying experience covering at least the last eight years to include the following: (1) Project name, location, period of performance, (2) Description of primary project feature(s), (3) Name, address, and telephone number of point of contact, (5) Position(s) occupied on each assignment and time assigned to each position, including current position(s), (6) Description of duties and responsibilities for each position occupied, and (7) Professional registrations, licenses, certifications, accomplishments, or other pertinent information that demonstrates their suitability for the work assigned to them.5) CULTURAL LANDSCAPE INVENTORY Database Experience: Demonstrated ability to utilize the NPS CLI database for minor edits of an existing document. A current understanding of the components and significance of the criteria within the CLI database.Offerors submitting proposals for this project should limit submissions to data essential for evaluation of proposals so that a minimum of time and monies will have been expended in preparing information required herein. However, in order to be effectively and equitably evaluated, the proposals must include information sufficiently detailed to clearly describe the offeror's CLI experience, Landscape Architectural qualifications, past performance, key personnel, and minor editing of the CLI database experience. Proposals should follow in the order of sequence set forth in the RFQ.Pricing: The Government will analyze proposed prices to determine if they are fair and reasonable. The Government is prohibited from awarding a contract to an offeror unless their proposed prices are determined to be fair and reasonable.Basis for Award: The basis for award will be best value, which will be based on consideration of the following factors: 1) CLI Experience, 2) Landscape Architectural Qualifications, 3) Past Performance, 4) Key Personnel, and 5) CLI Database Experience, which are in descending order of importance. In the evaluation of proposals, all evaluation factors other than cost or price (listed in this provision), when combined, are considered to be significantly more important than cost or price. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Representations and Certifications information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, 52.222-42 and 52.222-44. 52.217-5 Evaluation of Options.Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Clause 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion."Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials."Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products.(b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation.INSTRUCTIONS FOR PROPOSAL CONTENT: Volume I shall address the specification SEQUENTIALLY and shall demonstrate your capability to perform all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Offeror to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212-3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet, with a font size of 10-12.PROPOSAL SUBMISSION: Please submit your proposals in two separate volumes. Volume I shall contain all non-price factors. Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Mr. Andy Fox. Please submit: (1) One original and one copy of Volume I. (2) One original and one copy of Volume II. If being submitted by email the correct number of copies will be printed. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1571124013/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02746910-W 20120516/120514235615-8e816ae204f80106a199aacb25e4c487 (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 |