Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2024 SAM #8125
SOLICITATION NOTICE

B -- Pre-Solicitation Notice: Cultural Resources Services for NAVFAC SW

Notice Date
2/23/2024 9:47:46 AM
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247324R3204
 
Response Due
3/11/2024 11:00:00 AM
 
Archive Date
03/26/2024
 
Point of Contact
Linde Heinrich, Christen M. Gonzales, Phone: 6197055529
 
E-Mail Address
linde.y.heinrich.civ@us.navy.mil, christen.m.gonzales.civ@us.navy.mil
(linde.y.heinrich.civ@us.navy.mil, christen.m.gonzales.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The source of the requirement is the Naval Facilities Engineering Systems Command Southwest (NAVFACSW), Environmental Business Line. The Navy and Marine Corps requires a �follow-on� procurement to contract N62473-20-D-0008 (Cultural Resources Services contract) to provide a recurring need for Cultural Resources Services at NAVFAC SW Navy and Marine Corps Installations. Cultural Resources Services will assist the Navy and Marine Corps in performing cultural resources related studies, investigations, 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. Areas of responsibility including of Arizona, California, Colorado, Nevada, New Mexico, and Utah, and other States as needed. The majority of the services is expected to be performed in California. The acquisition strategy is to pursue a multiple award, combination firm-fixed-price (FFP) and indefinite delivery/ indefinite quantity (IDIQ) contract for cultural resources services. As authorized in accordance with agency procedures per FAR 17.204(e) procedures, the performance period will be for: 12 months (1 year) Base Period; 24 months (2 years) Option Period 1; 24 months (2 years) Option Period 2; 36 months (3 years) Option Period 3; and 6 months FAR52.217-8 Option to Extend Service. These services are consistent with FAR 37.101 definition for services contracts, and the Performance Work Statement (PWS) is consistent with Performance-Based service contracting. The anticipated aggregate ceiling amount is $99.9 million. The Task Order range is $5,000 to $1,000,000. This procurement will replace the contract for similar services awarded in FY20, N62473-20-D-0008. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The Contractor will perform cultural resources services for the following: Archaeological Survey and/or Site Recordation Historical Survey and Evaluation Archaeological Evaluation and Eligibility Investigation � Prehistoric Period Sites Archaeological Evaluation and Eligibility Investigation � Historic Period Sites Cultural Resources Mitigation Archaeological Monitoring Graphics and Presentations Work Plans Backhoe Use to Remove Overburden/Exposure of Deeply Buried Deposits Meetings Travel The Product and Service Code is B503 Special Studies/Analysis/Archeological/ Paleontological. The North American Industry Classification System code for this procurement is 541720 � Research and Development in the Social Sciences and Humanities. The small business size standard is $28 million. The pending solicitation described here is intended for a total small business set-aside. These cultural resources services are in need of a qualified, capable, and experienced contractor to meet all of the complex and interrelated requirements of the Government, and the program management of such a significant and complex bunch of programs is significant. Market Research was performed in evaluation of the marketplace, including the results of a Sources Sought Notification (N62473-24-R-G001; published 06 October 2023), where the capabilities and interest of industry was evaluated in coordination with the Small Business Administration. Please note that the solicitation number for this synopsis has changed from N62473-24-R-G001 to N62473-24-R-3204. The Government has approved a Small Business Coordination Record (DD2579) to record the details of the decision for using a total small business set-aside for this solicitation. Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov under �contract opportunities� when it becomes available. NAVFAC SW plans to post the solicitation on 11 March 2024. The point of contact for this solicitation is Linde Heinrich: linde.y.heinrich.civ@us.navy.mil 750 Pacific Highway FL12 San Diego, CA 92132
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e540902669384096b43dfbd471be317b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06975208-F 20240225/240223230041 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.