Solicitation Number: W912HQ-15-R-0013 – Request for Quotation

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 03 August 2015.

This requirement is set aside 100% for Woman Owned Small Businesses and the associated NAICS code is 519120 – Libraries and Archives. The size standard for this NAICS code is $15,000,000.00.

Description:

The Office of History (CEHO) maintains a rich collection of artifacts, documents, photographs that chronicle the history of the U.S. Army Corps of Engineers. The artifacts are housed in CEHO’s Museum Collection and the documents and photographs in the Research Collection. Both the Museum and Research Collections have accumulated a significant backlog of material that needs to be assessed, cataloged, arranged, scanned, indexed, and entered into their respective collections.

In support of the Corps of Engineers Office of History’s (CEHO) Research collection, the contractor will provide archival support services including provenance research, arrangement, conservation, and description of historic materials including documents, photographs, books, audio recordings, and electronic data. The contractor will re-house collections in properly labeled folders and create finding aids for specific collections. The contractor will scan images and enter the metadata into the digital file.

In the Museum Collection the contractor will photograph and update the Army Historical Collection Accountability System (AHCAS) catalog records for the objects in two cabinets.

Date, Time, and Place Offers are Due:

The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 1300 Eastern Daylight Time (EDT), on Friday, 04 September 2015. All questions regarding combined synopsis/solicitation W912HQ-15-R-0013 must be received in writing at no later than 1300 Eastern Daylight Time (EDT) on Wednesday, 2 September 2015 in order to allow the Government time to review and respond accordingly. Questions received after 1300 EDT on 2 September 2015 are not guaranteed to be answered prior to the solicitation closing date. Quotes should be e-mailed or mailed to the Point of Contacts (POCs) shown below by the closing date and time. If quotes are mailed, an electronic version of the quote (i.e. CD, DVD, etc.) should accompany the paper copy. All emailed correspondence to the POCs listed below shall include the full solicitation number in their subject line.

POC - Primary: Randy Force, Procurement Analyst

Address: US Army Humphreys Engineer Center Support Activity

CECT-HC

7701 Telegraph Road

Alexandria, VA 22315-3860

Phone: 703-428-7390

E-mail:

POC – Secondary: Susan Hill, Contract Specialist

Phone: 703-428-6420

E-mail:

Period and Place of Performance:

The base period of performance will be from the award date through 12 months after the date of award. The services associated with the Performance Work Statement (PWS) will be performed at the US Army Corps of Engineers’ facility at 7701 Telegraph Road, Alexandria, Virginia, 22315. The government will provide all of the necessary equipment, software, and museum and archival supplies necessary to complete the work. Acceptance of work will be as described in the PWS.

Basis for award:

The Government will award a contract resulting from this combined synopsis solicitation on the basis of the lowest evaluated price of responsible offers meeting the acceptability standards as outlined in FAR 52.212-2, Evaluation – Commercial Items.

Offerors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting a quote.

ITEM NO / SUPPLIES/SERVICES / QUANTITY / UNIT / UNIT PRICE / AMOUNT
0001 / 1 / Job
Research Collection Support
FFP
In accordance with the attached Performance work statement.
FOB: Destination
MILSTRIP: W74RDV51346871
PURCHASE REQUEST NUMBER: W74RDV51346871
NET AMT
ITEM NO / SUPPLIES/SERVICES / QUANTITY / UNIT / UNIT PRICE / AMOUNT
0002 / 1 / Job
Museum Support
FFP
In accordance with the attached Performance work statement.
FOB: Destination
MILSTRIP: W74RDV51346871
PURCHASE REQUEST NUMBER: W74RDV51346871
NET AMT

PERFORMANCE WORK STATEMENT

Archival and Curatorial Services

Office of History, HQ U.S. Army Corps of Engineers

1. General Description

The Office of History (CEHO) maintains a rich collection of artifacts, documents, photographs that chronicle the history of the U.S. Army Corps of Engineers. The artifacts are housed in CEHO’s Museum Collection and the documents and photographs in the Research Collection. Both the Museum and Research Collections have accumulated a significant backlog material that needs to be assessed, cataloged, arranged, scanned, indexed, and entered into their respective collections.

2. Statement of Work

In support of CEHO’s Research collection, and will provide archival support services including provenance research, arrangement, conservation, and description of historic materials including documents, photographs, books, audio recordings, and electronic data. The contractor will rehouse collections in properly labeled folders and create finding aids for specific collections. The contractor will scan images and enter the metadata into the digital file.

In the Museum Collection the contractor will photograph and update the Army Historical Collection Accountability System (AHCAS) catalog records for the objects in two cabinets.

3. Final Products

a. Research Collection

The contractor will complete the processing of the Memphis District Historic Photos, to include rehousing, scanning, describing, and creating a finding aid to this collection. The collection consists of 23 archival boxes and 25 photo albums.

The contractor will review the 8 records center boxes of material from the former HQUSACE photographer and recommend what is to be retained. Based on this review, that material determined to be significant will be organized, properly housed, and a finding aid created for the collection.

The contractor will review an existing plan for the Research Collection General images files and make a recommendation based on it for a system to reorganize this collection. Once agreed to by the Office of History staff, the contractor will follow it to complete the reorganization of the Research Collection General images files.

The contractor will continue prior work on the Civil Works document files, following the existing organization system, and will update the finding aid to reflect the contents of the boxes. In those instances where the boxes and folders are worn, dirty, or too full, the contractor will re-house the material and update the finding aid as necessary.

Archival supplies including boxes, folders, and labels, will be provided by the government.

b. Museum Collection

The contractor will photograph and update the AHCAS catalog records for museum objects in Lockers 5 and L6, a total of 481 objects.

4. Schedule

a. Within ten days of award the Contractor shall participate in a conference with the Government Technical Point of Contact (Technical POC) to review the requirements of the contract and discuss research methods and identify the files to be searched. Additional telephone calls and meetings with the Technical POC will be held at the request of any of the parties involved. All telephone calls and meetings are considered part of the contract and no additional payment will be provided for participating in them.

b. Within four months of award the Contractor shall complete the processing of the Memphis District Historic Photos and the review of former HQUSACE photographer material and recommend what is to be retained.

c. Within six months of award the Contractor shall have completed half of the processing of the former HQUSACE photographer material and have the reorganization plan prepared for the General images files. The contractor will also formally meet with Office of History staff and adjust procedure as needed.

d. Within twelve months of award the contractor will complete all the remaining work specified in the statement of work.

5. Location and Contractor Furnished Equipment and Software

All of the work completed under this contract will be performed at the Corps of Engineers’ facility at 7701 Telegraph Road, Alexandria, Virginia, 22315. The government will provide all of the necessary equipment, software, and museum and archival supplies necessary to complete the work.

6. Contractor qualifications and experience

The contractor must have a master’s degree in history or archival management and at least three years of archival and museum experience including: document research, the preparation of document inventories; and inventorying and cataloging historic artifacts and preparing them for storage.

7. Access to the Government Computer Network

The contractor will be required to complete the required computer training and the necessary background screening to gain access to the government’s non-classified computer network as a condition completing this contract.

8. The Contracting Officer’s Representative (COR)

The COR for this effort will be Eric Reinert. He can be reached at (703) 428-7241 or at .

9. Use of Information

The contractor will not release the information produced under this contract to others outside of the Office of History without the prior written consent of the Contracting Officer’s Representative.

10. Security Requirements

All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum.

All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes.

The contractor and all sub-contractors employees will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an interim CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management.

The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training.

All contractor employees with access to a government info system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the information systems and then annually thereafter in accordance with personnel security standards listed in AR 25-2 (Information Assurance), an appropriate background investigation will be conducted prior to accessing the government information systems.

All contractor employees with access to a government info system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the information systems and then annually thereafter in accordance with personnel security standards listed in AR 25-2 (Information Assurance), an appropriate background investigation will be conducted prior to accessing the government information systems.

All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the RA OPSEC Officer in presentation form which will be documented via memorandum.

All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of employment.

All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas.

The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award.