Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

B -- Administrative History, MORU

Notice Date
7/30/2024 12:59:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6024Q0060
 
Response Due
8/13/2024 11:00:00 AM
 
Archive Date
08/28/2024
 
Point of Contact
Bissaillon, James, Phone: 4028008292
 
E-Mail Address
James_Bissaillon@nps.gov
(James_Bissaillon@nps.gov)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
MORU Administrative History Combined Synopsis Solicitation 140P6024Q0060 (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) Solicitation number 140P6024Q0060 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement is set aside for Women-Owned Small Business Concerns in accordance with FAR 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program, under NAICS Code 541720 - Research and Development in the Social Sciences and Humanities with a small business size standard of $28.0M. (v) Line items: 00010 MORU Administrative History, quantity of one (1), unit of issue job (jb) (vi) This solicitation is for the performance of developing and completing an administrative history for Mount Rushmore National Memorial. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 24 Months After Receipt of Order (ARO) Delivery and Acceptance Location: NPS, Midwest Regional Office, 601 Riverfront Dr, Omaha, NE 68102 and NPS, Mount Rushmore National Memorial, 13000 Highway 244, Building 31, Suite 1, Keystone, SD 57751. FOB: Destination (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) in the Standard Form 18 document) Any questions pertaining to this solicitation must be sent via email to james_bissaillon@nps.gov on or before August 6, 2024, at 1:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about August 8, 2024. (ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsive offeror submitting a quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical (2) Past Performance and (3) Price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer or mark (xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. 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 except for administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition including paragraph (a) and the following clauses in paragraph (b): 52.203-19, 52.204-23, 52.204-25, 52.209-10, 52.232-40, 52.233-3, 52.233-4, 52.203-17, 52.204-27, 52.204-28, 52.204-30, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-13, 52.232-34 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-55, 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) Offerors shall comply with the included terms and conditions applicable to acquisitions of commercial items and all addenda/attachments. Offerors are to refer to the complete solicitation package for full terms and conditions. The complete solicitation package includes this posting, all attachments, and any amendments which may be posted during the solicitation. The full text of the referenced FAR clauses (and provisions) may be accessed electronically at https://www.acquisition.gov/far/. Attachments included: 1. Scope of Work 2. SCA Wage Determination 3. Past Performance Questionnaire (PPQ) 4. Standard Form 18 (xiv) N/A (xv) All offers must be submitted by the due date to be considered. Quotes are due on or before August 13, 2024, at 1:00 pm CDT. Quotes shall be submitted electronically via email to: james_bissaillon@nps.gov (xvi) Contract Administration Data James Bissaillon Contract Specialist DOI, National Park Service, Interior Region 3,4,5 ConOps Central, Nebraska Major Acquisition Buying Office Phone: (402) 800-8292 Email: james_bissaillon@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa947be675104fee9a824a444a0c5656/view)
 
Record
SN07148335-F 20240801/240730230114 (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.