|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1998 PSA#2088SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 B -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CULTURAL RESOURCES
SERVICES CONTRACTS FOR VARIOUS LOCATIONS IN ARIZONA AND CALIFORNIA SOL
N68711-98-D-5711 DUE 070898 POC Len Brown, Contract Specialist, (619)
532-1266; Maria Williams, Contracting Officer E-MAIL: Contract
Specialist, jlbrown@efdswest.navfac.navy.mil. PRESOLICITATION NOTICE:
This procurement consist of one solicitation with the intent to award
multiple firm fixed-price IDIQ Service Contracts 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. Services to be performed under
fixed-price IDIQ contract may include, but not be limited to, archival
and historical research, reconnaissance and intensive
archaeological/geomorphological field surveys, site testing/evaluation
for the National Register of Historic Places (NRHP), data recovery
through site excavation, preparation of cultural resource management
plans, special studies, laboratory analyses, computerized data base
creation and management, 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. Knowledge and experience in the areas of military
architecture, prehistoric and historic archeology and architectural
history for Arizona and California 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 work will
be assigned by Task Orders (TO) issued by the Contracting Officer and
performed at various locations within the states of Arizona and
California. The contractor shall accomplish all discipline
coordination; 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. The total maximum value for the base period and all options
shall not exceed $5,000,000.00 per contract. Successful offerors will
receive a minimum guarantee of $10,000.00 for the base year. The
minimum guarantee will be met by issue of Task Order(s). The Government
will endeavor to award at least one Task Order to each successful
offeror to establish a base line for past performance under the instant
contract. Subsequent TOs will be awarded based on FAR 16.505(b)
including past performance on TOs, quality of deliverables, price, and
other factors. The awarded TOs will be a performance scope, firm
fixed-price task with a specific completion date. Initial award of the
contract(s) will be based on best value to the government. Proposals
will be evaluated for award using three major technical factors: Past
Performance, Pricing, and Technical/Management which consist of three
sub-factors: Experience, Business Plan, and Example Documentation. The
Government intends to evaluate proposals and award a contract without
discussions with offerors. Therefore, each initial offer should
contain the offeror's best terms from a price, past performance, and
technical/management standpoint. However, the Government reserves the
right to conduct discussions if later determined to be necessary by the
Contracting Officer. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL
BUSINESS. The SIC for this procurement is 8999 and the annual size is
$5.0M. Plans and specs will not be mailed to firms within a 20 mile
radius of the issuing office. Solicitation packages may be acquired in
person form Plan Issue or by mail. Telephone messages will not be
accepted. Request for the solicitation must be in writing stating the
solicitation number N68711-98-R-5711, complete name, address, area code
and phone number, fax number, and whether bid as a
Prime/Subcontractor/Supplier, and point of contact to call. Planholders
list will not be faxed. Facsimile request to (619) 532-2083, or mail
request to Southwest Division, Naval Facilities Engineering Command
(PLAN ISSUE), Building 132, 1220 Pacific Highway, San Diego, Ca
92132-5187. (0120) Loren Data Corp. http://www.ld.com (SYN# 0015 19980505\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|