Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SOLICITATION NOTICE

B -- MWAC - Unidentified Bone Analysis for NAGPRA 36915

Notice Date
8/1/2022 10:55:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6022Q0058
 
Response Due
8/11/2022 12:00:00 PM
 
Archive Date
08/26/2022
 
Point of Contact
Parizek, Bridget, Phone: 402 6611896, Fax: 5806222296
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MWAC - Unidentified Bone Analysis for NAGPRA 36915 140P6022Q0058 (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The Solicitation Number is 140P6022Q0058 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Businesses competition in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, under NAICS Code 541990 - All Other Professional, Scientific, and Technical Services with a small business size standard of $16.5M. (v) Line items: 0010- MWAC - Unidentified Bone Analysis for NAGPRA 36915 (vi) The acquisition is for services in physical anthropology and zooarchaeology for identification and NAGPRA evaluation of approximately 70 cubic feet of unidentified bone in archeological collections from multiple National Park Service (NPS) units. Work will take place on-site at the Midwest Archeological Center in Lincoln, NE. Any Native American human remains identified through this project will be subject to the Native American Graves Protection and Repatriation Act (NAGPRA), 25 U.S.C. 3001 et seq., and reported by the National Park Service through the appropriate process as set forth by law. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 150 calendar days from Receipt of Award. Location: NPS, Midwest Archeological Center, 100 Centennial Mall, North Federal Bldg, Room 474, Lincoln, NE 68508 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. a. Any questions pertaining to this solicitation must be sent via email to bridget_parizek@nps.gov on or before August 3, 2022, at 2:00 pm CT. All questions will be answered in an Amendment to this solicitation. b. At a minimum, quotes must include (1) Provide your companies UEI number and CAGE Code under which your offer is made. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: Factor 1: TECHNICAL CAPABILITY (A) Sub Factor 1 - Strategy: A performance plan to detail how, when, and who will be performing work for this contract. This plan must meet NPS approval. (B) Sub Factor 2 - Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last 3 years that are of similar size and scope as this project. Describe the project requirement and work performed. Information should be short and concise but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Factor 2: PAST PERFROMANCE Offerors shall complete the attached Past Performance Questionnaires (preferably a minimum of 2 and/or a maximum of 5) that provide information on the performance quality of work on similar projects as outlined in the Statement of Work. THE ATTACHED PAST PERFORMANCE QUESTIONNAIRE, WITH THIS REQUIREMENT'S TITLE AND SOLICITATION NUMBER FOR THIS SPECIFIC REQUIREMENT, MUST BE THE ONE COMPLETED - NO EXCEPTIONS. Contact information SHALL be provided so that the Government may contact and confirm the information provided. Additionally, the Government may consider any and all other sources of information, including, but not limited to, contacting the contractor or contracting officer of the projects provided, and retrieval of information from the Past Performance Information Retrieval System (PPIRS). Factor 3: PRICE (A) Offer shall complete the ""Price Schedule"" in the solicitation and sign and date the offer (SF-18). (B) Contractor Information and Certifications: This will not be evaluated but must be completed in order to become eligible for award. Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. Quote Submission Instructions and Limitations (a) Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on the SF-18. (b) Offerors shall submit one (1) electronic copy via email to bridget_parizek@nps.gov (c) Binding and Labeling: Section I (Technical), Section II (Past Performance), and Section III (Price) shall be submitted together without binding. A cover sheet should be provided, clearly marked as to the project title, solicitation identification, the offeror's name and the offerors UEI number. Be sure to apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), ""Restriction on Disclosure and Use of Data"". (d) Page Limitations: The maximum page limitation for the technical quote is 40 pages (excluding cover pages, table of contents, list of figures, glossaries, tabs, dividers, blank pages, or other pages as identified throughout the quote that do not provide information related to the evaluation factors). Compliance with page count limits shall be verified. When both sides of a sheet display printed material, it shall be counted as 2 pages. If the page count is exceeded, the excess pages will not be read or considered in the evaluation of the quote. Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. (ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. Evaluation Ratings The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. Evaluations will be completed using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award is contemplated for the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: Technical Capability, Past Performance, and Price. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-28, 52.219-30, 52.222-3, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 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: A scanned copy of your traditional invoice on company letterhead detailing all charges, attached to your electronic submission plus any other documentation as stipulated by the Contracting Officer. Contract Number is on all documents. 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 Boston (FRBB) 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 ippgroup@bos.frb.org 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 quotation. EXECUTIVE ORDER 14042 Working in a Federal building or Federally controlled indoor workspaces: In order to take steps to prevent the spread of COVID-19 and to protect the health and safety of all Federal employees, onsite contractors, visitors to Federal buildings or Federally controlled indoor workspaces, and other individuals interacting with the Federal workforce, employees under the subject contract who are required to work on site in Federal buildings or Federally controlled indoor worksites must comply with requirements located at https://www.saferfederalworkforce.gov/overview/. See Attachments. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov at the time of offer, time of award, and throughout the life of the contract. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: SF-18 Attachment 1 - SOW (2 pages) Attachment 2 - Past Performance Questionnaire (3 pages) Attachment 3 - Vaccination Certification (3 pages) Attachment 4 - Certification of Vaccination Form (2 pages) Attachment 5 - Memo from SPE (2 Pages) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before August 22, 2022 at 2:00 pm CDT. Quotes shall be submitted electronically to bridget_parizek@nps.gov (xvi) Contract Administration Data Bridget Parizek Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1896 Phone bridget_parizek@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/595058fdd198462b8307ba900bf66d7d/view)
 
Place of Performance
Address: 100 Centennial Mall North Federal Bldg., Lincoln, NE 68508-3873, USA
Zip Code: 68508-3873
Country: USA
 
Record
SN06408777-F 20220803/220801230126 (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.