Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOURCES SOUGHT

F -- Multiple Award Task Order Contract (MATOC) for Cultural Resource and Related Investigations and Studies in the Pacific Region

Notice Date
11/29/2011
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-Z-0009
 
Response Due
12/13/2011
 
Archive Date
2/11/2012
 
Point of Contact
Maria Buckner, 808-438-8583
 
E-Mail Address
USACE District, Honolulu
(maria.r.buckner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a 2nd Sources Sought Synopsis (market survey) notice for this requirement (previous annoucement was issued under W9128A-11-Z-0007). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Honolulu District is performing a second market research (Initial Sources Sought/Market research was issued under solicitation number W9128A-11-Z-0007) for a follow-on contract to current Single Award Task Order Contract (SATOC) W9128A-08-D-0009, Indefinite Delivery Indefinite Quantity Service Contract for Cultural Resource Investigations and Studies in the Pacific Region. Previous contract information is as follows: Award Date: 10 September 2008 Previous Contractor: Cultural Surveys Hawaii, Inc., P.O. Box 1114, Kailua, HI 96734 Contract Amount: NTE $5M (Est. $1M per year) Contract Period: Base year (10 Sep 2008 to 9 Sep 2009) + 4 option years Previous contract, W9128A-08-D-0009 was in its 2nd Option Period with twenty-five (25) task orders issued exhausting the contract capacity of $5M much earlier than the Government expected. The Government intends to award a firm-fixed price commercial service Multiple Award Task Order Contract (MATOC) to not more than two awardees. The contract will include a base year + four option periods with a contract capacity NTE $9M (Est. $1.8M/yr). The Government anticipates using the Lowest Price Technically Acceptable (LPTA) evaluation criteria. Non-price factors are all equal with price more important than non price factors. Anticipated evaluation factors may include the following: Factor 1: Previous Experience Factor 2: Qualifications of Key Personnel (Principal Investigator; Project Manager/Director; Field Director; Laboratory Director; Field Crew Supervisory; and Laboratory Crew Supervisor) Factor 3: Technical Approach for Sample Project Factor 4: Past Performance Factor 5: Price The purpose of this sources sought notice is to determine interest and capability of potential qualified 8(a) small businesses; Women Owned Small Business (WOSB); Historically Underutilized Business Zone (HUBZONE) small businesses; and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 541720 for the follow-on contract. The Small Business size standard for this NAICS code is $7 million average annual revenue. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4) Size of firm including category of small business, such as 8(a), HUBZONE, or SDVOSB (5) Firms Statement of Capability (SOC). This should include documentation of past specialized experience and technical competence in performing similar projects, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than two pages in length. (6) Does your firm (as a prime contractor) possess at least 7 years experience from date of this notice related to cultural resources projects in the Pacific Region? (7) Does your firms Key Personnel (Principal Investigator; Program/Project Manager; Field Director; Lab Director; Lab Supervisor; and Field Supervisor) possess the minimum educational background and degree (i.e., bachelor's, master's, PhD.) required in accordance with the attached draft Performance Work Statement? Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses: Submit responses to Ms. Maria Buckner via email at maria.r.buckner@usace.army.mil Response deadline: 13 December 2011 p.m. 2:00 p.m. (Hawaiian Standard Time) Place of Performance: U.S. Army Corps of Engineers, Pacific Ocean Division Area of Responsibility (areas in the Pacific Ocean including but not limited to Hawaii; Guam; American Samoa; Alaska; Commonwealth of the Northern Mariana Islands; Federated States of Micronesia; Republic of Palau; Republic of the Marshall Islands; Republic of South Korea; and Kwajalein Atoll). Refer to the draft Performance Work Statement (click on ADDITIONAL DOCUMENTATION link) for specific required services for this MATOC. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Proposals will be due approximately 30 days after the actual solicitation issuance date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-Z-0009/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02629924-W 20111201/111129234146-7e33a903a36e3ece84ec12f2a28384f9 (fbodaily.com)
 
Source
FedBizOpps 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.