SOLICITATION NOTICE
B -- Archaeological and Historic Preservation Services IDIQ contract for eleven National Park units in the Pacific Islands Support Office cluster (Hawaii, Guam, Saipan and American Samoa)
- Notice Date
- 4/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- PWR - HALE Haleakala NP National Park Service P.O. Box 369 Makawao HI 96768
- ZIP Code
- 96768
- Solicitation Number
- N8298030001
- Archive Date
- 4/23/2004
- Point of Contact
- Tekla Vines Contracting Officer 8085724486 tekla_s_vines@nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Park Service (NPS), Pacific Islands Support Office, is seeking proposals from qualified firms to provide archaeological and other historic preservation services for its eleven units in the Pacific Islands Cluster (Hawaiian Islands, Guam, Saipan and American Samoa). The indefinite quantity contracts will be awarded for a base year with the possibility of four option years. Task orders will be issued as project requirements are developed. Task orders may be short (30 calendar days to complete) or long in duration. The selected contractor must possess relevant experience of archeological and other historic preservation tasks in the Pacific Islands, knowledge of archeological and historic preservation standards and regulatory requirements, and be capable of providing and managing equipment, facilities, and members of the firm or sub-consultants that can handle simultaneous task orders in a timely manner. Services may include archeological inventory survey, archeological monitoring, archeological subsurface testing, specialized analyses of archeological materials (general macrobotanical analysis, radiocarbon dating, ceramic analysis, pollen analysis, mechanical and chemical sediment analysis), preparation of National Register of Historic Places registration forms, ethnographic inventory survey, and traditional use and oral history studies. Required expertise may include, but would not be limited to, the following disciplines: archeology; cultural anthropology; history; federal historic preservation law and regulations; cultural resources management, technical writing, editing and illustration; and CAD/GIS. The contractor shall furnish the necessary labor, transportation, tools, equipment, materials, supplies, supervision coordination and management necessary to provide the required services. This is a "Best Value" negotiated procurement. The Government will consider an offeror's capability (technical expertise and past performance), in comparison to the offered price, with price being equal in importance to the offeror's capability. It is expected that more than one contract will be awarded as a result of this solicitation. Issuance of the Request for Proposal (RFP) is expected to be on or about May 9, 2003 with proposals due thirty days thereafter. Interested parties may download the solicitation from www.fedbizopps.gov or directly from the DOI National Business Center website at http://ideasec.nbc.gov. Hardcopies of this solicitation will not be available. The Solicitation and attachments will be posted on electronic commerce (EC) on or about May 9, 2003 at the following website: http://ideasec.nbc.gov. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at that website. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the EC site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Search by referencing the solicitation number (above), Department of the Interior, National Park Service. Responses will be due approximately 30 days following the date of posting of the solicitation unless extended by amendment. Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy. The point of contact for this solicitation is Ms. Tekla Vines, Contracting Officer, National Park Service, Pacific Islands Support Office, Haleakala National Park, P.O Box 369, Makawao, HI. 96768. Email address is Tekla_S_Vines@nps.gov and the telephone number is (808) 572-4486. Responses from offerors will be accepted in hard copy format at the following address: National Park Service, Haleakala National Park, P.O. Box 369, Makawao, HI. 96768 or by express delivery service to Haleakala National Park, Mile Post Marker 11, Crater Road, Kula, HI. 96790, ATTN: Ms. Tekla Vines, Contracting Officer. Offer form must include manual signature of the authorized company official. Offers must include completed version of Section K, Representations and Certifications, and other data specified in Sections L and M of the solicitation, and applicable attachments. Facsimile offers shall NOT be accepted.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1028169)
- Place of Performance
- Address: Eleven National Park units in Pacific Islands Support Office cluster (Hawaii, Guam, Saipan and American Samoa)
- Zip Code: 96768
- Country: US
- Zip Code: 96768
- Record
- SN00311362-W 20030426/030424213808 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |