Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2003 FBO #0753
SOLICITATION NOTICE

99 -- Historic Preservation Services in Hawaii, Guam, Commonwealth of the Northern Mariana Islands, Other Locations in the Pacific

Notice Date
12/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-04-R-1855
 
Response Due
1/5/2004
 
Archive Date
1/20/2004
 
Point of Contact
Velma Wong, Contract Specialist, Phone (808) 474-5707, Fax (808) 474-0746, - Richard Keener, Supervisory Contract Specialist, Phone (808) 474-6815, Fax (808) 474-1146,
 
E-Mail Address
velma.wong@navy.mil, keenerrr@efdpac.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Previously synopsized as N62742-02-R-1803, Pacific Division, Naval Facilities Engineering Command(PACNAVFACENGCOM), Pearl Harbor, Hawaii plans to solicit for Historic Preservation Services (NAICS 712120) in Hawaii, Guam, Commonwealth of the Northern Mariana Islands, and elsewhere under the cognizance of Pacific Division such as Wake Island, Midway, Japan, Singapore, Australia, and Diego Garcia --The Historic Preservation services, in compliance with the Department of the Navy?s OPNAVINST 5090.1, NAVFACENGCOMINST 11010.70, The National Historic Preservation Act of 1966, as amended and other Federal statutory requirements, include (1) Archaeological Survey: Phase I Reconnaissance; (2) Archaeological Survey: Phase II Detailed Recording; (3) Archaeological Monitoring; (4) Emergency Data Recovery; (5) General Laboratory Analysis; (6) Interim Site Protection; (7) Archaeological Subsurface Testing; (8) Fieldwork at Hazardous Waste Sites; (9) Documentary Archival Research; (10) Archival Document Reproduction; (11) Preparation of National Register of Historic Places (NRHP) Registration Forms; (12) Integrated Cultural Resource Management Plans (ICRMP)/ Agreement Documents; (13) Cultural Resource Management Overview Survey; (14) General Macro-Botanical Identification; (15) Carbonized Wood Species Identification; (16) Charcoal Particle Counts; (17) Radiocarbon Dating; (18) Pollen Extract Preparation; (19) Stable Carbon Isotope Analysis; (20) Pollen, Phytolith, Faunal, and Mechanical Soils/Sediment Sampling and Analysis; (21) Ceramic and Diatom Analysis; (22) Stone Sourcing and Residue Analysis; (23) Geo-morphological,(24) Historical and Ethnographic Studies; (25) Interpretative Programs; (26) Scientific Illustration; (27) Electronic Graphics; (28) Geographical Information Systems; (29) Architectural History Studies; (30) Historical Architectural Studies; (31) Photographic Documentation; (32) Historic/Cultural Landscape Studies; (33) Historic Preservation Studies;(34) Report Reproduction; and (35) Backhoe/Front-End Loader. The Contractor will furnish all labor and supervision planning, scheduling, tools and equipment necessary to provide archaeological services. This will be an Indefinite Quantity type contract under which work will be required on an ?as needed? basis, intermittently during the life of the contract. Each project contract will be a firm-fixed price Task Order. The government will determine the task order amount by using rates negotiated and negotiate the effort, required to perform the particular project. The contract includes a 12-month base period and four (4) option years for a total of five years with a maximum contract limitation of $5,000,000. There will be no future synopsis in the event the options, included in the contract, are exercised. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. THIS PROSPECTIVE CONTRACT IS A 100 PERCENT SET-ASIDE FOR SMALL BUSINESS CONCERNS, utilizing Source Selection Procedures. Proposals will be evaluated on the basis of price and technical factors. The Government intends to evaluate proposals and award a contract without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The technical evaluation criteria follows: (1) Technical Factors: (A)-Method of Operations include sub-factors (1) Overall Organization Structure, (2) Cost Management, and (3) Quality Control Plan; (B)-Sample Project; (C)-Past Performance, Personnel and Experience include sub-factors (1) Past Performance as a Prime Contractor, (2) Experience of Senior Level Staff, (3) Current Staff and (4) Safety Performance; (D) Resources include sub-factors (1) Field and office equipment and equipment operators, alternate sources for simultaneous projects and (2) Laboratory analysis equipment and facilities. Technical Factors A, B, C and D are of equal importance, and when combined, are considered significantly more important than price. Many military areas of work are anticipated under this contract. The field crew of the potential contractor shall be composed of personnel who can qualify for access to any of these areas. The Government utilizes the following software suite: Microsoft WINDOWS 2000, Microsoft OFFICE 2000 PROFESSIONAL (WORD 2000, POWERPOINT 2000, EXCEL 2000, ACCESS 2000 and ESRI ArcGIS 8). In preparation of documents and correspondence, the contractor shall ensure compatibility with the government?s software. The entire solicitation will be available sometime after 5 January 2004 for viewing or downloading. Request for additional information may be addressed to the attention of Ms. Velma Wong via email after 5 January 2004 at velma.wong@navy.mil. It is the Government?s intention to issue this solicitation electronically through the Internet at http://www.esol.navfac.navy.mil and at www.fedbizops.gov. Interested parties are advised to register in E-Sol as a plan holder. This will normally be the only method of distribution of amendments; therefore, it is the offeror?s responsibility to periodically check the websites for amendments to the solicitation. Prospective offerors are encouraged to subscribe to both web sites and are requested to submit their Qualification statement, provide a name of your point of contact with telephone number, email address, fax number and mark for Solicitation N62742-04-R-1855. Submit a copy of your Qualification Statement electronically to velma.wong@navy.mil, no later than 5 January 2004 and marked for Solicitation N62742-04-R-1855. Please include complete company name, point of contact, address, telephone and fax numbers, including area code. You must indicate whether you are a small business, small disadvantaged business, woman-owned business, etc. Facsimile transmissions and late submissions of qualification Statements will not be accepted. This synopsis is for information and planning purposes. A forthcoming synopsis will include the solicitation for downloading.
 
Place of Performance
Address: Commander, Pacific Division, Naval Facilities Engineering Comand, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii
Zip Code: 96860-3134
Country: United States
 
Record
SN00492365-W 20031220/031218212524 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.