Nebraska Bids > Bid Detail

MWAC - Unidentified Bone Analysis for NAGPRA

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159713614584087
Posted Date: Jun 29, 2023
Due Date: Jul 21, 2023
Solicitation No: 140P6023Q0047
Source: https://sam.gov/opp/5c38ad5de6...
Follow
MWAC - Unidentified Bone Analysis for NAGPRA
Active
Contract Opportunity
Notice ID
140P6023Q0047
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 27, 2023 08:45 pm CDT
  • Original Date Offers Due: Jul 21, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B503 - SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Federal Building Rm 474 Lincoln , NE 68508
    USA
Description
MWAC - Unidentified Bone Analysis for NAGPRA
140P6023Q0047

(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 140P6023Q0047 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) 2023-04-06. 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 $19.5M.

(v) Line items:
0010- MWAC - Unidentified Bone Analysis for NAGPRA

(vi) The acquisition is for services in physical anthropology and zooarchaeology for identification and NAGPRA evaluation of approximately 60 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: 365 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 July 6, 2023, at 12:00 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: Provide a brief performance plan detailing how, when, and who will be performing the work of this contract. The plan must adequately address the Government's scope of work.

(B) Sub Factor 2 - Team: Provide a list of all personnel performing the work of this contract must be submitted
including names, position titles, and project responsibilities. A resume/curriculum vitae must be provided for all key personnel including education, professional credentials, relevant work history, previous experience, and any
certifications and/or licenses held.

(C) Sub Factor 3 - Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome, including a writing sample of work. 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 PERFORMANCE

Offerors shall provide contact information for all examples in Factor I, Sub factor III above. Information shall include name, phone number, address, and email.

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.

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)

(xiv) N/A

(xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before July 21, 2023 at 12:00 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
402-800-7927
bridget_parizek@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
  • Jun 27, 2023 08:45 pm CDTCombined 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 >