SOLICITATION NOTICE
B -- INSTALLATION AND MAINTENANCE OF PROTECTIVE SIGNING FOR ARCHAEOLOGICAL SITE AT SAN CLEMENTE ISLAND, CALIFORNIA
- Notice Date
- 8/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-02-Q-8084
- Response Due
- 9/11/2002
- Point of Contact
- Elia Martinez, Contract Specialist, Phone (619) 532-3748, Fax (619) 532-3358, - Joseph Brown, Contract Specialist, Phone 619 532-1266, Fax 619 532-3358,
- E-Mail Address
-
martineze@efdsw.navfac.navy.mil, brownjl@efdsw.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Simplified Acquisition Procedure (SAP) issued in accordance with the Small Acquisition Procedures of the Federal Acquisition Regulation, Part 13, which prescribes policies and procedures for the acquisition of supplies and services, the aggregate amount of which does not exceed $100,000.00. The work includes the furnishing of all archaeological services, labor, management, supervision, tools, materials, equipment, necessary to install and maintain protective signing on archaeological sites on San Clemente Island, California. The Government intends to award a firm fixed-price purchase order to the responsible offerors whose proposals, conforming to the Request for Quotation (RFQ), will be most advantages to the Government resulting in the Best Value, price and other factors considered. Services to be performed under fixed-price contract include, but not limited to, prepare Project Work Plan; locate approximately 90 previously-recorded or known-but-undocumented archaeological sites and erect protective signing; relocate approximately 570 previously-signed archaeological sites for maintenance of deteriorated or lost sign elements; mark newly located archaeological sites during fieldwork; and prepare a Project Final Report. The contractor shall accomplish all discipline coordination; the Government will not coordinate the work for the Contractor. Award of the purchase order will be based on best value to the government. Proposals will be evaluated for award using three factors: Past Performance, Pricing, and Technical Experience, which consist of two sub-factors: Archaeological and historic investigations for complying with Sections 106 and 110 of the National Historic Preservation Act of 1996, as amended, specifically in California and current and past cultural resource permits including Archaeological Resources Protection Act (ARPA) permits. The Government intends to evaluate proposals and award a purchase order without discussions with offerors. Therefore, each initial offer should contain the offeror?s best terms from a price, past performance, and technical experience 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 NAICS code for this procurement is 541690 and the annual size is $6.0M. In accordance with FAR 5.102(a)(7) availability of the RFQ will be limited to the electronic medium; the RFQ will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil -- hard copies (paper sets) or CD-ROM of the RFQ will not be provided by the Government. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. Note: All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://edi.disa.mil . Tentative issue date for the RFQ is 28 August 2002. There is NO site visit scheduled for this project. Proposals must be received on later than 2:00 P.M. local time on 11 September 2002. See RFQ for proper address for delivery of proposals.
- Place of Performance
- Address: San Clemente Island, California
- Zip Code: 92135-5211
- Zip Code: 92135-5211
- Record
- SN00148101-W 20020824/020822214041 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |