Kansas Bids > Bid Detail

BRVB Conservation Service 0040600891

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159530802113386
Posted Date: Jan 5, 2023
Due Date: Jan 13, 2023
Solicitation No: 140P6023Q0002
Source: https://sam.gov/opp/66309876ac...
Follow
BRVB Conservation Service 0040600891
Active
Contract Opportunity
Notice ID
140P6023Q0002
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MIDWEST REGION(60000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 05, 2023 09:41 am CST
  • Original Date Offers Due: Jan 13, 2023 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: T016 - PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL
  • NAICS Code:
    • 512191 - Teleproduction and Other Postproduction Services
  • Place of Performance:
    1515 SE Monroe Street Topeka , KS 66612-1143
    USA
Description
BRVB Conservation Service 004060891

(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 National Park service is issuing this request for quote (RFQ) 140P6023Q0002, to digitize various forms of analog recorded media, including hundreds of audio tapes, video tapes and files at Brown v. Board of Education (BRVB) National Historical Park in Topeka, KS, in accordance with the provided Scope of Work (SOW). All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6023Q0002 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 512191 - Teleproduction and other postproduction services with a small business size standard of $34.5M.

(v) Line items:
10- BRVB Conservation Service 004060891

(vi) The acquisition is for the performance of digitization services. Brown v. Board of Education National Historical Park (BRVB) intends to contract for digitization of various forms of analog recorded media, including hundreds of audio tapes, video tapes, and film. These materials are currently stored at BRVB in Topeka, Kansas, as part of the site's collections. Primarily, the recorded media dates from the last thirty years and was produced by various entities conducting oral history interviews for the National Park Service (NPS). Secondarily, the museum collections contain recordings made for other purposes, such as public meetings, interpretive programs, and the opening of the site in 2004. The Contractor chosen to complete this work, by producing high-quality digital files, will assure the preservation of the data on the analog recordings and allow access to the data through access-quality digital files. The National Park Service (NPS) defines resource management records as "valuable, continuously active records that document all cultural, natural and informational resources that are found within every unit of the National Park Service."
Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW).

(vii) Date(s) and place(s) of delivery and acceptance and FOB point:
Period of Performance: 285 days from receipt of Award.
Location: Brown v. Board of Education NHP, 1515 SE Monroe St. Topeka, KS 66612

(viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision.
a. Any questions pertaining to this solicitation must be sent via email to dorinda_clark@nps.gov on or before January 10, 2023 at 12:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about January 11, 2023.
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:

1. Technical Questionnaire - Offerors shall complete the attached Technical Questionnaire. Provide documentation and/or describe your company's experience and ability to meet the technical specifications of the solicitation and statement of work including the factors listed below, but not limited to:
a. Describe in detail how you plan to approach to project management and quality control in accordance with the scope of work.
b. Provide 3-5 examples of previous experience and knowledge of handling and conserving analog recordings.
c. Describe Contractor's methodology for transferring and digitizing the media.

Factor 2 Past Performance:

1. Past Performance Questionnaire - Offerors shall complete the attached Past Performance Questionnaires (preferably a minimum of 3 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

1. Offer shall complete the "Price Schedule" in the solicitation and sign and date the offer (SF-18).

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 dorinda_clark@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.

(e) Partial payments may be made up to 80% of the contract award amount. Payments must be based on deliverables accepted by the government (see FAR 52.212-4(a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance & FAR 52.211-1, Time of Delivery). Payment requests must be in accordance with the clause titled, Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP).

Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition.

(ix) 52.212-2, Evaluation-Commercial Products and Commercial Services

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.
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 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): 52.219-6, 52.219-28, 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 solicitation 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.

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 (38 pages)
Attachment 1 - A04 SOW (Attachment 1) (3 pages)
Attachment 2 - B12 MISC (Attachment 2 - Technical Questionnaire) (2 pages)
Attachment 3 - B12 MISC (Attachment 3 - Past Performance Questionnaire) (3 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 December 30, 2022 at 1:00 pm CDT.
Quotes shall be submitted electronically to dorinda_clark@nps.gov

(xvi) Contract Administration Data
Dorinda Clark
Contract Specialist
National Park Service, Interior Regions 3, 4, and 5
601 Riverfront Drive
Omaha, NE 68102-4226
402 278-4475 Phone
Dorinda_clark@nps.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 601 Riverfront Drive
  • OMAHA , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 05, 2023 09:41 am CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >