Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2022 SAM #7409
MODIFICATION

X -- Curatorial Services, Scotty's Castle Collection St

Notice Date
3/12/2022 3:31:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DSC CONTRACTING SERVICES DIVISION DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2022Q0013
 
Response Due
4/1/2022 3:00:00 PM
 
Archive Date
04/16/2022
 
Point of Contact
Mascarenas, Joelle, Phone: 808-738-6518
 
E-Mail Address
Joelle_Mascarenas@nps.gov
(Joelle_Mascarenas@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Curatorial Services, Scotty's Castle Collection Storage, Death Valley National Park, DEVA-316016 (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. (ii) This solicitation is issued as Request for Quote #140P2022Q0013. (iii) The solicitation, provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. (iv) The proposed contract is 100% set-aside for small business concerns. NAICS code: 541990, Small business size standard: $16.5 million. All responsible small business concerns may submit a quote which shall be considered by the National Park Service (NPS). (v) Refer to the price schedule for a list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable). (vi) Description of requirements for each line item: Reference the attached Scope of Work and attachments. The Scope of Work (SOW) consists of the following attached documents: 1) 2021 Non-Accs Loan 2) 2021 non-CAT loan 3) 2021 SC02 Loan 4) 2021 SC05 Loan 5) 2021 SC11 Loan 6) Return Objects SC02exhibits 7) Storage Container sizes 4-14-2021 8) Contract Price Schedule 9) Service Contract Act Wage Determination #96-0271 10) Memo Certification of Vaccination Form 11) Certification of Vaccination Form (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: The contractor shall commence all work upon award and shall complete all work as specified in the attached RFQ. Dates are estimated. Actual dates will be used in contract award documents. (viii) FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision can be accessed at https://www.acquisition.gov/browsefar. In addition to the requirements noted in 52.212-1; quotes shall contain the documents and information noted below. (ix) FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The provision can be accessed at https://www.acquisition.gov/browsefar. The specific evaluation criteria to be included in paragraph (a) of the provision are noted below. (x) FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Quoters shall complete provision 52.212-3 at the Government's System for Award Management (SAM), https://www.sam.gov/portal/SAM/#1. (xi) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Refer to attachment for a full listing of clauses applicable to this solicitation and the resultant purchase order. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Refer to attachment for a full listing of clauses applicable to this solicitation and the resultant purchase order. (xiii) Additional contract requirement(s) or terms and conditions: a) Contract Type: Firm fixed price b) Applicable FAR Parts: This acquisition is being conducted per the procedures authorized by FAR Parts 12 and 13. c) Wage determination: The attached wage determination WD 1996-0271 (Rev. 47) dated 12/27/2021 applies to this solicitation and the subsequent contract. d) Clauses: The attached contract clauses apply to this solicitation and the subsequent contract. e) Pre-proposal Site Visit: SITE VISITS UNAVAILABLE Due to concerns with the Coronovirus-19 pandemic, site visits will not be possible prior to bidding. All interested offerors should carefully review the government-furnished inventories listed below prior to bidding to better understand the collection, in order to accurately provide a fixed price for the services. f) Required Quote Submittal Contents: 1) SF-18: Complete all sections of the form as appropriate 2) Contract Price Schedule: Provide pricing for all line items shown on the provided contract price schedule. 3) Acknowledgement of all government-issued amendments, if any. Acknowledge on Quote / Proposal Form. 4) Response to Other Evaluation Factors: Provide responses to all evaluation factors noted below. g) Evaluation Criteria: Refer to the evaluation factors and methods noted below. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. (xvi) The date, time and place Quotes are due: Submit to: Joelle Mascarenas at joelle_mascarenas@nps.gov. Due Date / Time: Submit to insure Government receipt by 4:00 pm Mountain Time, 4/1/2022 (xvii) Please contact Joelle Mascarenas at joelle_mascarenas@nps.gov if you have any questions regarding this solicitation. Evaluation Factors 1. Prior Experience: Quoters are instructed to provide information regarding a minimum of 2 projects, but not more than 4 projects, similar in nature to the proposed contract that the Quoter has completed within the past 5 years. ""Prior Experience"" is differentiated from ""Past Performance"" in that Prior Experience is factual, documented, information about specific work the Quoter has completed; whereas ""past performance"" is how well the contractor performed the work. Contracts must be those completed by the prime contractor; not subcontractor's nor prime contractor's staff while employed by other companies. 2. Samples of Packing Materials Quoters are instructed to provide product cut sheets for all packing materials to be utilized on this project. 3. Description of Storage Facility Quoters are instructed to provide documentation of the storage facility proposed for this project, including physical address, owner's name and address, building capacity, proof of physical security and documentation that the building ventilation and HVAC systems meet the minimum requirements for museum storage. 4. Past Performance: Quoters shall provide contact information for the contracts noted under the Prior Experience evaluation factor above. Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS may evaluate Quoters' past performance by contacting references provided by the quoter; the Government's knowledge of Quoter'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 Quoters to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State, or local governmental agencies; and private sector businesses. 5. Price: Quoters shall provide pricing for all line items Evaluation Method Trade-Off The Government will use the tradeoff process, in accordance with Federal Acquisition Regulations, for evaluation of quotes and contract award. Award will be made to the responsible Quoter whose proposal conforms to the solicitation requirements and provides the best value to the Government. The relative importance of evaluation factors are: a) Technical and past performance, when combined, are approximately equal to cost or price. 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. b) Each of the non-price factors is approximately equal in importance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f6f56ac1f124eae95256a03aa128b61/view)
 
Record
SN06265271-F 20220314/220312230056 (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.