Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2004 FBO #0887
SOLICITATION NOTICE

B -- B?INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CULTURAL RESOURCES SERVICES CONTRACT FOR VARIOUS LOCATIONS IN ARIZONA, CALIFORNIA, NEVADA, NEW MEXICO, OREGON, AND WASHINGTON

Notice Date
4/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-6609
 
Response Due
6/17/2004
 
Archive Date
7/2/2004
 
Point of Contact
Elia Martinez, Contract Specialist, Phone (619) 532-3748, Fax (619) 532-3358, - Elia Martinez, Contract Specialist, Phone (619) 532-3748, Fax (619) 532-3358,
 
E-Mail Address
elia.martinez@navy.mil, elia.martinez@navy.mil
 
Description
The Primary Point of Contact for information regarding this solicitation is Len Brown (619) 532-1266 or by email at joseph.l.brown2@navy.mil. This procurement consists of one solicitation with the intent to award multiple (4-6) firm fixed-price IDIQ Service Contracts. Two of the contracts will be made to qualified small business firms considered to be the Best Value, provided a proposal is submitted, price and technical factors considered. The remaining contracts will be made to the firms considered to be the Best Value and will be competed UNRESTRICTED. Any qualified small business concern may compete for one of the unrestricted contracts, as well s for the two contracts reserved for small business. However, only one contract award per firm is allowed. Contracts will be awarded to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantages to the Government resulting in the Best Value, price and other factors considered. Price evaluation preference for the unrestricted competition will be given to HUBZoneSmall Business concerns, in accordance with FAR 52.219-4. This IDIQ contract includes both work with no pre-established fixed contract prices and work with pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed-price basis. The work to be acquired under this solicitation is for cultural resources services at various locations in Arizona, California, Nevada, New Mexico, Oregon, and Washington. However, it is anticipated the majority of the work will be performed in Southern California. The work includes, but is not limited to, archival and historical research, reconnaissance and intensive archaeological field surveys, site testing/evaluation for the National Register of Historic Places (NRHP), develop historic context studies to evaluate historic buildings, structures, objects, and landscapes, apply National Register criteria to evaluate eligibility for buildings, structures, objects, and landscapes, data recovery of archaeological sites through excavation, preparation of cultural resources management plans, special studies, laboratory analyses, computerized data base creation and management, use ArcView to create GIS layers for reports and management documents, technical reports, and preparation of National Register nomination forms, cultural resources related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 compliance for the National Historic Preservation Act of 1966, as amended. Experience and expertise in the areas of the fields of lithic technology, ceramic analysis, ceramic sourcing (INAA analysis), lipid residue analysis, faunal analysis, physical anthropology, pollen and phytolith analysis, macrobotanical studies, protein residue analysis, obsidian hydration and sourcing, radiocarbon (14C) analysis, and geomorphology, military architecture, prehistoric and historic archeology, and architectural history for Arizona, California, Nevada, New Mexico, Oregon, and Washington is required including the ability to meet the Secretary of the Interiors? requirements (Federal Register VOL 48, No. 190, Thursday, September 29, 1983, page 44739) and the Archaeological Resources Protection Act Qualifications. The contractor shall accomplish coordination between disciplines; the Government WILL NOT coordinate the work for the Contractor. The Government reserves the right to award one or more contracts under this solicitation. The Government further reserves the right to award the remaining two or more contracts within the acceptance period based upon the availability of funds for the minimum guarantee. Each contract will be for one (1) base year with the Government having the option to renew for four (4) additional one-year periods. Successful offerors will receive a minimum guarantee of $5,000.00 for the base year. The minimum guarantee will be met by issue of Task Order(s). After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. Should any of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded task orders. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered to each awardee. Contractors are not guaranteed work in excess of the minimum guarantee. Selection for award will be based on evaluation of the following: Factor 1 - Past Performance of Offeror and Offeror's Team; Factor 2 - Technical/Management of Offeror and Offeror's Team; Factor 3 ? Small Business Subcontracting Effort (Applicable to the unrestricted competition only); Factor 4 - Price. The Government intends to evaluate proposals and award contract(s) WITHOUT discussions. Therefore, each initial offer should contain the offeror?s best terms from a price, past performance, technical/management, and small business subcontracting effort standpoint. However, the Government reserves the right to conduct discussions if later determined to be necessary by the Contracting Officer. For the unrestricted competition, when the proposal is evaluated as a whole, Factors 1, 2, and 3 combined are significantly more important than price. For the small business reserve competition, when the proposal is evaluated as a whole, Factors 1, and 2 combined are significantly more important than price. The recommended subcontracting goals for the contract value (base and all options periods) are as follows: 5% - Woman-Owned Small Business; 5% - Small Disadvantaged Business; 3% - HUBZone Small Business; 3% - Veteran-Owned Small Business; 3% - Service Disabled Veteran-Owned Small Business; 3% - Utilization of Locally-Owned Small Business (for work in remote areas); - and 25% Other Small Business. THIS ACQUISITION IS SOLICITATED ON AN UNRESTRICTED BASIS WITH TWO AWARDS SET-ASIDE FOR QUALIFIED SMALL BUSINESS CONCERNS. The NAICS for this procurement is 541690 and the size standard is $6.0M. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil -- on or about 14 May 2004. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the Government. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website daily for any and all amendments to this solicitation. Plan holders list will not be faxed and will be available only at the Internet website address listed above. Note: All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://edi.disa.mil. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal Contractor Veterans' Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information and follow-up assistance is provided at VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto:helpdesk@vets100.com.
 
Place of Performance
Address: Multiple States in US
 
Record
SN00577007-W 20040501/040429212448 (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.