SOLICITATION NOTICE
R -- Leasing Consultant Support Services
- Notice Date
- 8/23/2012
- Notice Type
- Presolicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- Q1200002083
- Response Due
- 9/7/2012
- Archive Date
- 8/23/2013
- Point of Contact
- Tommie D. Allen Contract Specialist 3039692340 Tommie_allen@contractor.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 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: proposals are being requested and a written solicitation will not be issued. The Solicitation No. Q1200002083 will be issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This will be a Small Business Set Aside NAICS: 541611 Size Standard: $14.0 million. Contract Line Item Information: CLIN 0001 - Leasing Consultant Support Services, NTE 780 hours per year, CLIN 0002 - Leasing Consultant Support Services, NTE 780 hours per year, Option Year One, CLIN 0003 - Leasing Consultant Support Services, NTE 780 hours per year, Option Year Two, CLIN 0004-Travel, in accordance with National Travel Regulation (NTR) The provision at 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition. STATEMENT OF WORK: Statement Of Work Leasing Support Services SCOPE: In accordance with the terms and conditions of the Contract, the Contractor will perform the work of this task order for the National Park Service (NPS) as described below. CONFIDENTIALITY: All data, information, and deliverables provided to the Contractor under this order and/ or developed by the Contractor under the order are the property of the U.S. Government and shall be kept in strict confidence. PERFORMANCE PERIOD: The work under this order shall be performed from January 15, 2013 through January 14, 2014. In addition, two one year options are included, which if exercised, would extend the performance period through January 14, 2016. I. INTRODUCTION The National Park Service Commercial Services Program is responsible for implementation of Title IV of the National Parks Omnibus Management Act of 1998 as well as leasing NPS buildings and lands within areas of the National Park System. The Commercial Services Program administers the leasing under 36 C.F.R. Parts 17 and 18. Currently there are over 100 Part 18 leases in the National Park Service and this number is growing. There are multiple types of leases, including residential, commercial and agricultural. The Contractor shall assist NPS with the leasing of park area property and utilization of park area property by the private sector for purposes compatible with park area missions. The Contractor will also provide assistance regarding policy considerations under the Concession Management Improvement Act of 1998. II. SERVICES TO BE PERFORMED The Contractor shall provide NTE 780 hours per year technical assistance to the Commercial Services Manager, Regional Chiefs and parks in support of the following: 1. Drafting of prospectuses for the leasing of park area property and for utilization of park area property by the private sector for visitor service or other compatible purposes. 2. Evaluation of NPS park area lease proposals and for other proposals from the private sector for the utilization of park area property for visitor service or other compatible purposes. 3. Negotiation of NPS park area leases and in the negotiation of instruments for the utilization of park area property by the private sector for visitor service or other compatible purposes. 4. Development of policies and procedures for the appraisal of the fair market value rent for NPS leases and for the establishment of appropriate fees for use of NPS park area properties by the private sector for visitor service or other compatible purposes. 5. Oversight of NPS park area administration of property leasing and in administration of other building utilization activities by the private sector for visitor service or other compatible purposes. 6. Development of system-wide regulations, policies, and procedures regarding the leasing of park area property and other private sector utilization of NPS park area property for visitor use or other compatible purposes. 7. Development of standard NPS forms and solicitation documents for the lease of park area property and other private sector utilization of park area properties for visitor service or other compatible purposes. 8. Leasing of NPS park area historic properties, including, without limitation, experience in the application of The Secretary of the Interior Standards for Rehabilitation of Historic Properties. 9. NPS Historic Rehabilitation Federal Income Tax Credit Program. 10. Policies and procedures called for by Section 106 of the National Historic Preservation Act, particularly as related to the leasing of NPS park area historic properties. 11. National Park Service Concessions Management Improvement Act of 1998, Public Law 105-391 and 36 C.F.R. Part 51. III. MILESTONES AND DELIVERABLES The Contractor shall invoice for services and direct costs on a monthly basis. The Contractor shall provide written recommendations, as requested by the COR, relative to NPS documentation. The Contractor will provide a regular monthly written summary of project documents reviewed and corresponding hours worked to the COR. IV. DESIGNATED NPS OFFICIALS Contracting Officer Representative (COR): Janet Campbell janet_campbell@nps.gov Contracting Officer: Michelle B. Yates michelle_yates@nps.gov V. PAYMENT The Contractor shall be paid for hours expended at the rate specified in the order, and other direct costs as incurred. Any required travel shall billed in accordance with Federal Travel Regulations (FTR). Invoices shall be submitted to: WASO-WCP-Denver Contracting & Procurement waso-wcp_invoicing@nps.gov, P.O. Box 25287 M.S. WCP Denver, CO 80225 END STATEMENT OF WORK PROPOSAL SUBMISSION INSTRUCTIONS: Offerors must submit proposals electronically via e-mail to the following addresses: Tommie_allen@nps.gov Michelle_yates@nps.gov Questions are to be submitted to the above addresses no later than 29 August, 2012. There is no guarantee that questions submitted after this time will be answered. A complete proposal submittal shall consist of two (2) electronic files. "One Adobe Acrobat PDF file containing proposal elements 1 and 2, as defined below. "One Microsoft Excel file containing proposal element 3 as defined below. Electronic proposal files must be free of any restrictions which prevent or limit the Government's ability to copy, print, comment, etc within the electronic documents. This solicitation imposes strict page limitations on certain proposal sections. The Government proposal evaluation team will disregard and not consider pages submitted in excess of specified limitations. For the purposes of this solicitation, one page is defined as one electronic page which is no larger than 8.5" x 11" with 1" margins on all sides. Font must be either Times New Roman or Arial and the font size must be no smaller than 11. Proposals received after the proposal deadline established herein shall be considered late. The Government shall not be obligated to consider late or incomplete proposals for contract award. Contractor's quotation shall be valid for a period of 120 days after response date identified herein. KEY PERSONNEL: The Government considers the Contractor's designated Project Manager to be essential to the success of the overall project and intends to designate the Contractor's proposed Project Manager by name, as "Key Personnel" under this contract. The Contractor must make every effort possible to maximize stability and continuity of the Project Manager position. The Contractor must notify the Contracting Officer and Contracting Officer Representative, in writing, no less than 30-days prior to replacing key personnel under this contract. If circumstances do not permit 30-days written notice, the contractor must provide written notice as soon as possible after determining a replacement is required. In the event a replacement is required, the Contractor's proposed candidate(s) for replacing the Project Manager must possess qualifications equal to, or superior to, those held by the incumbents in the areas of: 1.Project Manager: Individual(s) with expertise in NPS leasing program and policies and NPS concession program and policies. PROPOSAL PREPARATION INSTRUCTIONS: Offerors must provide three (3) distinct mandatory elements (Evaluation Factors) to their proposal: 1.Technical Approach (Limited to 8 pages) 2.Past Performance (Limited to 3, 1 Page References) 3.Price (Provide on excel spreadsheet) EVALUATION FACTORS FOR AWARD: The evaluation factors for TECHNICAL APPROACH and PRICE will be evaluated using the following rating scale: Outstanding: Exceeds specified minimum performance or capability requirement in a way beneficial to the National Park Service Satisfactory: Meets specified minimum performance or capability requirements necessary for acceptable performance. Marginal: Does not clearly meet some specified minimum performance or capability requirements necessary for acceptable contract perfromance, but any proposal inadequacies are correctable. Unsatisfactory: Fails to meet specified minimum performance or capability requirements. Proposals with an unacceptable rating are not awardable. PAST PERFORMANCE will be evaluated using the following scale: High Confidence: Based on the Offeror's performance record, the government has high confidence the Offeror will successfully perform the required effort. Significant Confidence: Based on the Offeror's performance record, the government has significant confidence the Offeror will successfully perform the required effort. Satisfactory Confidence: Based on the Offeror's performance record, the government has confidence the Offeror will successfully perform the required effort. Little Confidence: Based on the Offeror's performance record, substantial doubt exists that the Offeror will successfully perform the required effort. No Confidence: Based on the Offeror's performance record, extreme doubt exists that the Offeror will successfully perform the required effort. Unknown Confidence: No performance record is identifiable. The Evaluation Factors and associated subfactors are listed in descending order of importance. Evaluation factors and associated subfactors which are represented as "more important" by their placement in the listing above shall carry more weight in the evaluation process than those of lesser importance as signified by their placement in the listing above. Content from one proposal element shall not be used by the Government Evaluation Team to augment content of another proposal element for evaluation purposes. Therefore Offerors are strongly encouraged to ensure they thoroughly address each evaluation factor within the respective proposal element. 1.Technical Approach (Limited to 8 Pages) - a.Executive Summary (Limited to 1 page) Include a summary of your experience working for government or commercial lessees to develop competitive leasing and concession opportunities. The NPS will give greater consideration to contractor experience involving historic properties. b.Proposed Contractor Team - Identify all team members and their rolls in satisfying the requirements of the solicitation. c.Key Personnel and relevant qualifications of Key Personnel on the proposed team which the Offeror believes are absolutely essential to the successful performance of the requirements identified in Section II, Scope of Work, of this solicitation. d.Demonstrate ability to assist the National Park Service Commercial Services Program in: i.Developing/analyzing competitive leasing opportunities for units of the National Park System to assist them in managing their building inventory. ii.Developing/analyzing negotiation positions in support of commercial leasing opportunities. iii.Assessing implications of existing NPS policies and regulations (leasing and concessions) and applications to specific projects. 2.Past Performance References (Limited to Three 1-Page References) - Offerors must submit past performance references for recent projects (within 36 months) representing owners of commercial or public property offered for lease or for use under a concession contract that are similar in size, scope and complexity. At a minimum, each Past Performance Reference must contain the following information: a. Detailed project description, the Offeror's role in the project and the project's relevancy b. Contract number c. Customer name (Agency / Company) d. Primary and alternate customer points of contact (Include Name, Telephone, Fax and E-Mail) e. Project start and end dates f. Total dollar value of project 3.Price For purposes of contract award, the Government will evaluate the total proposed price for all Tasks. The Offeror shall prepare a Price Proposal that contains all information necessary to allow for an evaluation of the prices proposed by the Offeror. Any required travel shall be reimbursed in accordance with the Federal Travel Regulations (FTR). The Government estimates ten to twenty trips per year to various NPS locations in support of this contract. ALL EVALUATION FACTORS OTHER THAN PRICE, WHEN COMBINED, ARE SIGNIFICANTLY MORE IMPORTANT THAN PRICE. CONTRACT AWARD Contract award shall be made to the Offeror representing the Best Value to the Government as determined by a comprehensive evaluation of the factors listed above. Therefore, the Government reserves the right to make contract award to an Offeror other than the lowest priced Offeror provided the higher priced Offer represents a better value to the Government when all evaluation factors specified herein are considered. Offerors must clearly state any deviation from the scope of services for this task and any deviation from the terms and conditions in the base contract. These deviations along with offeror assumptions will not be evaluated and scored as individual factors; however, since these conditions and assumptions may have significant impact on the determination of task order award, the government will review and consider all offeror stipulated conditions and assumptions during the process of making the best value determination. 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). END PROPOSAL SUBMISSION INSTRUCTIONS Dates and places of delivery and acceptance and FOB point: The work under this order shall be performed from January 15, 2013 through January 14, 2014. There are two one year options that, should they be exercised, the period of performance will extend through January 14, 2016. Place of performance shall be at the contractor's place of business except when travel is involved. THE FOLLOWING CLAUSE NUMBERS AND TITLES ARE HEREBY INCORPORATED INTO THIS SYNOPSIS/SOLICITATION 52.212-2 Evaluation - Commercial Items The following factors shall be used to evaluate offers: Technical Approach (Limited to eight pages) Past Performance (Limited to three one page references) Price THESE FACTORS ARE LISTED IN DECENDING ORDER OF IMPORTANCE. ALL EVALUATION FACTORS OTHER THAN PRICE, WHEN COMBINED, ARE SIGNIFICANTLY MORE IMPORTANT THAN PRICE. 52.212-03 Offeror Representations and Certifications, provide a completed copy of the provision with offer. 52.246-06 Inspection - Time and Material and Labor Hour 1452.201-70 Authorities and Delegations 52.209-6 Protecting the Government's Intrest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Rerepresentation 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.246-04 Inspection of Services - Fixed Price 52.203-07 Anti-Kickback Procedures 52.204-07 Central Contractor Registration 52.223-06 Drug Free Workplace 52.232-01 Payments 52.233-01 Disputes 52.246-25 Limitation of Liability-Services 52.249-08 Default (Fixed Price Supply and Service) 52.202-01 Definations 52.217-08 Option to Extend Services; written notification within 30 days. 52.217-09 Option to Extend the Term of the Contract; within 30 days of completion, with 60 days written notice. Contract will not exceed 42 months, to include option periods and extensions. 52.249-04 Termination for the Convenience of the Government (Services)(Short Form) 52.222-25 Affirmative Action Compliance 52.204-08 Annual Representations and Certification, NAICS code: 541611, Small Business Size Standard $14M 52.233-02 Service of Protest 52.217-05 Evaluation of Options 52.219-06 Notice of Total Small Business Set-Aside 52.219-08 Utilization of Small Business Concerns 52.219.14 Limitation on Subcontracting 52.222-03 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.219-01 Small Business Program Representations END OF CLAUSES The DPAS rating does not apply to the solicitation. Any questions are due to the Contract Specialist not later than 29 August, 2012. Offers are due 07 September, 2012 not later than 2:00 MDT. Submit quotes via e-mail to: tommie_allen@nps.gov. Facsimiles will not be accepted. Contact information for questions regarding this solicitation: Primary: Tom Allen, Contract Specialist, 303-969-2340, e-mail: tommie_allen@nps.gov Secondary: Michelle Yates, Contracting Officer, 303-987-6739, e-mail: michelle_yates@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1200002083/listing.html)
- Record
- SN02851886-W 20120825/120823235718-d9380a5867952bd2bb84bc1d3c0bbad9 (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 |