SOURCES SOUGHT
B -- 503 Studies/Archeological-Paleontological for Cultural Resources
- Notice Date
- 4/10/2017
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247317S0012
- Response Due
- 5/11/2017
- Archive Date
- 5/26/2017
- Point of Contact
- Penny Brown, Email address: penny.brown@navy.mil. Phone: (619) 532-3859
- E-Mail Address
-
Link to the Contract Specialists email
(penny.brown@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes to determine whether to set-aside the requirement for small businesses. The Naval Facilities Engineering Command, Southwest is seeking Small Business sources that are capable of performing Cultural Resource Services at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) area of responsibility. The anticipated solicitation and resulting contract will be for Multiple Award, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts with an expected value Not to Exceed (NTE) $35 Million. The contractor(s) will be expected to manage several task orders that may be in separate geographical areas which may be issued simultaneously. 2. The purpose of this Sources Sought Notice is to seek potentially qualified small business sources to include the following: 8(a) Small Business Firms HubZone Small Businesses Service-Disabled Veteran Owned Small Businesses Small Disadvantaged Businesses Women-Owned Small Businesses Veteran-Owned Small Businesses Small Businesses 3. The NAICS Code for this procurement is 541720 and the Small Business Size Standard is $20.5 million. 4. SUMMARY:A summary of the anticipated requirement is as follows: Naval Facilities Engineering Command, Southwest is seeking Small Business sources with current relevant qualifications, experience, personnel, and capability to provide, all labor, management, supervision, tools, materials, travel, lodging/subsistence, equipment, and transportation to provide cultural resources related studies, investigation, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended. a. The proposed contract will be an IDIQ type contract for both, work with no pre-established fixed contract prices (Annex 18, Spec Item 3.0) and pre-established firm-fixed prices (Annex 18, Spec Item 4.0). b. The anticipated work under this contract will be ordered by issuance of written Task Order(s) issued by the Contracting Officer (KO). Task Orders may be based on the following procedures: (1) To the firm providing the lowest price based on Exhibit Line Items Numbers (ELINs) (Annex 18, Spec Item 4); or (2) Through price or best value competition for work requirements not covered by the fixed priced ELINs (Annex 18, Spec Item 3). Several task orders may be issued simultaneously. Contractors are expected to successfully manage all task orders awarded to them. c. The work shall be performed primarily at various locations throughout the States of Arizona, California, Colorado, Nevada, New Mexico, and Utah. The majority of the work is expected to be performed in California. However, on occasion work may also be performed in other locations within the continental forty-eight (48) states and will be competed under Annex 18, Spec Item 3, Non-Pre-Established Fixed Price Work of the resulting contracts. 5. ANTICIPATED GENERAL CONTRACT REQUIREMENTS: The anticipated general contract requirements are as follows: In accordance with the 48 Federal Register 44738-39 (September 29, 1983) requirements and Archaeological Resources Protection Act (ARPA) guidelines, the Contractor must have employees with knowledge and experience in military architecture, prehistoric and historic archaeology, and architectural history for Arizona, California, Colorado, Nevada, New Mexico, and Utah. The Contractor shall have employees that possess the minimum educational and experience required for such work. a. The Contractor shall have experience in cultural resources (prehistoric and historical archaeology and built environment historic resources) investigations for complying with Sections 110 and 106 of the National Historic Preservation Act of 1966 (NHPA), as amended and the preparation of cultural resources management documents (such as, but not limited to, Archeological Surveys, Historic Resources Survey and Evaluation/Eligibility Investigations, Archeological Evaluation/Eligibility Investigations, Mitigation: Archeological Data Recovery, Mitigation: Sparse Lithic Scatter Program, Integrated Cultural Resources Management Plans (ICRMP), Archeological Monitoring services, Cultural Landscape Studies, Historic Structure Reports (HSR), Design Guidelines/Historic Building Maintenance Plans, Historic or Archaeological Research Designs, Context Studies (Historic or Prehistoric), HABS/HAER/HALS Documentation, Regional Research Designs and Studies, Historic Context Studies, and Historic Building Maintenance Plans, specifically in Arizona, California, Colorado, Nevada, New Mexico, and Utah. b. The Contractor shall have the ability to conduct specialized studies in support of compliance cultural resources investigations either conducted by the Contractor s key personnel or by its subcontractors with demonstrated experience and expertise in 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 analysisobsidian hydration and sourcing, radiocarbon (14C) analysis, geomorphology, geophysical archaeology, historical archaeology, history, historic architecture, architectural history, and landscape history. The Contractor is required to use only personnel that have experience and expertise required to complete the Task Order. 6. SUBMISSION REQUIREMENTS: Responses to this sources sought notice shall not exceed five (5) pages and shall be prepared using Times New Roman Font, no smaller than 10 point. The page size is 8-1/2 inches by 11 inches. Two sided pages will count as two pages. Legible tables, charts, graphs, and figures may be submitted. These documents/displays shall not exceed 11 X 17 inches in size. Foldout pages shall fold entirely, and may only be used for large tables, charts graphs, diagrams and schematics which are included in the (5) page count limit. a. Provide copies of any and all Small Business certifications including those issued by the Small Business Administration (SBA); and those which are derived from self-reported information submitted through the System for Award Management (SAM) portal. Small Business categories include: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business. Copies of SBA Certifications will not be counted in the five (5) page limit. b. Provide a one (1) page cover sheet (not included in the 5 page limit), that includes the following: Contractor/offeror s name, address, primary phone number and email address. Contractor/offeror s status and size of the business relative to NAICS code 541720 and Size Standard of $20.5M. Two points of contact with telephone numbers and e-mail addresses. Short description of the contractor s/offeror s history including years in business, number of employees, and main disciplines of the contractor. Statement of contractor s/offeror s past and current ability to meet all security clearance(s) requirements for access to military sites/property/installations. The contractor/offeror s capabilities and experience to manage large IDIQ Cultural Resource Contracts and task orders. c. Firms shall provide three (3) hard copies of the submittal package. Interested qualified parties should respond no later than 2:00 P.M. Pacific Daylight Savings Time (PDST) on May 11. 2017. d. Submittal packages shall be submitted to the following address by mail; hand delivery or other delivery methods: NAVFAC Southwest ATTN: CODE ACQ4, PENNY BROWN (Bldg. 1, 5th floor) 1220 PACIFIC HIGHWAY, Bldg. 128 SAN DIEGO, CA 92132 e. Submittal packages must clearly identify the Sources Sought Number (N62473-17-S-0012) and title (Studies/Archeological-Paleontological for Cultural Resources), and they must be received before 2:00 P.M. Pacific Standard Time (PST) on May 11. 2017. 7. The Government will use responses to this Sources Sought Notice to determine the appropriate acquisition method and to determine whether to set-aside the anticipated acquisition for Small Business concerns. 8. Should the Government decide to proceed with this acquisition, a Pre-Solicitation Announcement will be published on the Navy Electronic Commerce On-line (NECO) Website, and on the Federal Business Opportunities (FEDBIZOpps) Website. 9. This is not a solicitation announcement for Request for Proposals, Request for Quote, or Invitation for Bid. No contract will be awarded directly from this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement/notice or for any follow-up information requests. No telephone calls requesting a solicitation package will be accepted because there is no solicitation package at this time. 10. In order to protect the procurement integrity of any potential future procurement that may arise from this announcement, no appointments for presentations will be arranged. Contractors shall not contact any technical personnel regarding this notice, or any aspect of this requirement. All requests for information, questions or concerns shall be directed to the Contract Specialist, Penny Brown, at email address penny.brown@navy.mil. No phone calls please.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247317S0012/listing.html)
- Record
- SN04465821-W 20170412/170410235241-89b431179f5fe4e56f6539b38f4f926e (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 |