General Buy Information
Buy #: | 997522 | |
---|---|---|
Solicitation #: | 140P6419Q0058 | |
Buy Description: | Ethnographic Overview and Assessment | |
Category: | R4 -- Support Services - Professional | |
Sub Category: | R499 -- SUPPORT- PROFESSIONAL: OTHER | |
NAICS: | 541720 -- Research and Development in the Social Sciences and Humanities | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | DOI NPS Midwest Ohio Buying Office | |
End Date: | 09/16/2019 | |
End Time: | 13:00 ET | |
Seller Question Deadline: | 9/13/2019 - 12:00 ET | |
Delivery: | Special Delivery Instructions - See Statement of Work/Delivery Attachment |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s)
Item No | Description | Qty | Unit |
---|---|---|---|
001 | An Ethnographic Overview and Assessment for Isle Royale National Park that will identify, document, and define culturally significant ethnographic cultural and natural resources at Isle Royale National Park. IAW attached Scope of Work | 1 | EA |
Bidding Requirements
Instructions |
---|
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: -- Capability Statement must be completed - indicating ability to perform as described in the Statement of Work (SOW)
-- Past Performance Questionnaire must be completed
-- Technical Questionnaire must be completed
****BE ADVISED, THE PRICE IN FEDBID WILL BE THE EVALUATED PRICE****
This service is subject to Service Contract Act; Service Contract Labor Standards apply
CONTRACTING POC: Katherine Bernard at 330-468-2500 Ext: 9 -- Katherine_bernard@nps.gov
|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
|
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
|
This solicitation is a Small Business set-aside and only qualified Sellers can bid.
|
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
|
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.
|
Buy Terms
Name | Description |
---|---|
SAM Requirement | This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. |
Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
Shipping Condition | Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. |
Commercial Items Terms and Conditions | The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. |
Addenda to 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018) | To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all quotation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in the quotation all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. There will be no public opening of the proposals received as a result of this RFQ. Failure to meet a requirement may result in an offer being ineligible for award. TO SUBMIT AN OFFER: 1. Ensure the Past Performance Questionnaire attached is completed. 2. Complete a Capabilities Statement demonstrating knowledge of, and experience in, the services described in the attached Statement of Work. 3. Complete the attached Bid Schedule. 4. Ensure the Technical Questionnaire is completed 5. Ensure the Bid Schedule is completed REGISTRATION REQUIREMENTS 1. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNS). You may obtain this number free of charge at 1(866)705-5711. 2. Your company must also be registered as a small business in System for Award Management (SAM) with the NAICS code found in block 10 on Page one(1) of this solicitation, NO EXCEPTIONS. The direct SAM website for registration is: https://www.sam.gov/portal/public/SAM/. If you have any registration questions or need assistance, please call the SAM helpdesk at 886-606-8220. You may also receive assistance by contacting the Procurement Technical Assistance Center nearest you at (615)-268-6644 or via their website at: http://www.aptac-us.org/new/Govt_Contracting/find.php. (End of addenda) |
52.212-2, Evaluation-Commercial Items, or other description of eval factors for award (Oct 2018) | (a) The Government will award a firm-fixed price 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Government will award based on “Best Value” Technical and Past Performance, when combined, are approximately equal to cost or price. Technical: Capability Statement - written confirmation that company specializes in, or has sufficient documented direct experience in, providing all labor, material, tools, supervision and travel necessary to provide Carpet installation service as described in the SOW. Price: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately. Past Performance: completed Past Performance Questionnaires that can confirm your company has successfully completed all tasks outlined in the Statement of Work. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) |
52.222-41, Service Contract Labor Standards (May 2014) | Wage Determination No.: 2015-4871, Revision No.: 11, Date of Revision: 07/16/2019, State: MI |
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) | This Statement is for Information Only It is not a Wage Determination Employee Class:30463 - Technical Writer III Monetary Wage - 34.07 |
52.223-10 - Waste Reduction Program (May 2011) | (a) Definitions. As used in this clause- "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of section 3(e) of Executive Order 13423, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. (End of Clause) |
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) | a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.(b) The acceleration of payments under this clause does not provide any new rights under the PromptPayment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. |
Invoicing Processing Platform (IPP) – Treasury Electronic Invoicing System (May 2016) | 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: 1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all line items. 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) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fms.treas.gov 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 proposal or quotation. (End of Local Clause) |
1452.201-70 AUTHORITIES AND DELEGATIONS (SEP 2011) | (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR¿s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor’s risk. (End of notice) |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
HOUGHTON | MI | 49931 |
Seller Attachment(s): Required
The attachment(s) must include the following non-pricing information: -- Capability Statement must be completed - indicating ability to perform as described in the Statement of Work (SOW) -- Past Performance Questionnaire must be completed -- Technical Questionnaire must be completed ****BE ADVISED, THE PRICE IN FEDBID WILL BE THE EVALUATED PRICE**** This service is subject to Service Contract Act; Service Contract Labor Standards apply CONTRACTING POC: Katherine Bernard at 330-468-2500 Ext: 9 -- Katherine_bernard@nps.gov |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | Past_Performance_Questionaire.pdf | 61 KB | |
002 | DOL_Wage_Determination.pdf | 72 KB | |
003 | Technical_Questionnaire.pdf | 116 KB | |
004 | Scope_of_Work.pdf | 43 KB |