Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

B -- Cultural Resources Services for Civil Works, Military and Work for Others Projects at Various Locations in the Los Angeles District ( Southern California, Southern Nevada, Southwestern Utah & Arizona including South Pacific Division Area of Responsibility

Notice Date
7/31/2020 4:59:05 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL20R0023
 
Response Due
9/22/2020 2:00:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
Sandra Oquita, Phone: 2134523249, Fax: 2134524184
 
E-Mail Address
sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Majority of the work and services will be for Civil works projects however there will be a smaller portion of the work and services that will be in support of Military projects. It is anticipated that there will be one (1) Indefinite Delivery Contract award resulting from this solicitation to the responsible offerors whose proposal will provide the Best Value to the Government. The award will be made to the proposal offering the best value to the Government based on stated criteria, evaluation factors, rating scheme and price proposals. The top rated firm will be awarded the contract. The ordering period is for a Three (3) year Base period and One (1) Two Year option period or until the not-to-exceed amount of $6,000,000 is reached. The estimated contract start date is November 2020. 2. PROJECT INFORMATION: The work to be performed under this contract consists of miscellaneous cultural resources (archeological and historical) studies dealing with cultural resources, planning projects, and support for other agencies. The geographical areas would include Southern California, Southern Nevada, southwestern Utah, Arizona and all other areas served by the Los Angeles District, and also all of the South Pacific Division (SPD), U.S. Army Corps of Engineers (USACOE). This IDIQ is designed to obtain the professional expertise in all pertinent cultural resources disciplines, research facilities, equipment, materials, plant and labor to provide the cultural resources services described in the scope of work contained in individual orders issued by the Contracting Officer. These services may include cultural resources literature searches, reconnaissance studies, intensive surveys, National Register of Historic Places testing/evaluation programs, mitigation through data recovery and analysis, construction monitoring, underwater remote sensing surveys, and other related studies. Any or all of the above services may be required during the period of this contract. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Factors 1 through 5. FACTOR 1: TECHNICAL MERIT, APPROACH, METHODS AND PROCEDURES, FACTOR 2: PAST PERFORMANCE, FACTOR 3: EXPERIENCE ON SIMILAR CONTRACTS, FACTOR 4: �SCHEDULE AND FACTOR 5: MANAGEMENT ABILITY AND SUB-CONTRACT MANAGEMENT. THIS IS A 100% SET ASIDE FOR SMALL BUSINESS REQUEST FOR PROPOSAL (RFP) IDIQ, BEST VALUE - TRADE-OFF. ONLY SMALL BUSINESSES WILL BE CONSIDERED FOR AWARD. Both a technical and a price proposal will be required. Refer to Section L Submission Requirements and Instructions and Section M entitled Evaluation Factors for Award.� It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. The North American Industry Classification System (NAICS) code is 541990, $16.5 M average annual gross revenue for the last three (3) fiscal years. The FSC Code is B510. The solicitation will be made available on or about 20 August 2020. This is to notify all potential offerors THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from BetaSAM (beta.sam.gov) will require prior registration in System for Award Management (www.sam.gov). If you are a first time BetaSAM user, you will be required to register in BetaSAM prior to accessing the solicitation documents. Once registered with BetaSAM, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with BetaSAM and therefore must be System for Award Management registered. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY � BETA SAM - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44740f8614f84cd6b66f93bc452d870e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05741424-F 20200802/200731230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.