Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2011 FBO #3618
DOCUMENT

B -- B-503 Archeological-Paleontological Studies Cultural Resources Services at various locations in Arizona, California and Nevada. - Attachment

Notice Date
10/19/2011
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247312R2002
 
Response Due
12/2/2011
 
Archive Date
12/19/2011
 
Point of Contact
Dawn Evans 619-532-1266 Linda Protocollo, Contracting Officer
 
E-Mail Address
protocollo@navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Cultural Resources Services at various locations in Arizona, California and Nevada. Work will be performed at various locations throughout the desert and high-elevation areas of western Arizona, eastern California and Nevada; however, it is anticipated that most of the will be performed in eastern California. Resulting contracts will be fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Service Contract. This solicitation is issued as 100% set-aside for small business. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541690 - Other Scientific Technical Consulting Services and the size standard is $7.0M. The contract(s) will be awarded for a base period of one year with two one- year option periods. The minimum guarantee is $3,000 and it applies to the three-year term of the contract. The aggregate value of task orders issued under the resulting contract(s) shall not exceed $10,000,000. The task order range is $3,000 to $250,000. The Contractor shall furnish all labor, management, supervision, tools, materials, equipment, travel and transportation necessary to obtain services for performing cultural resource services such as studies, investigations, and preparation of historic and archaeological documents. The outcomes to be achieved include prehistoric archaeological (cultural resources) investigations for compliance with Sections 106 and 110 of the National Historic Preservation Act of 1966 (NHPA) as amended, and cultural resources management documents. FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on "Best Value" to the Government, price and other factors considered. The Government intends to award a minimum of 3 and a maximum of 5 contracts. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance; Factor 2 - Specialized Experience; Factor 3- Safety; Factor 4 - Contract Management (Subfactors 4.1 Key Personnel and 4.2 Scenario); Factor 5 - Technical Approach “ Proposed Task Order (PTO) 0001, and Factor 6 “ Price. PTO 0001 is for the evaluation of four endangered archaeological sites in the Lavic Lake Training Area at Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, California. The Government intends to award without discussions. A pre-proposal site visit and meeting will be held on 10 November 2011 at 9:30 a.m. local time at MCAGCC, Twentynine Palms, CA. Firms shall meet at Natural Resources and Environmental Affairs (NREA), Building 1451. All firms interested in attending the site visit must submit the following: Company name, attendee ™s legal name as printed on driver ™s license, last four numbers of attendee ™s social security number (do not send full social security number), attendee ™s date of birth, business address, and phone number to Dawn Evans by email at dawn.i.evans@navy.mil no later than 7 November 2011. In order to drive aboard MCAGCC, the driver of each vehicle will be required to provide a valid driver ™s license, current automobile registration and current proof of insurance. Due to space limitations, participation is limited to two (2) representatives from each firm. Costs associated with participating in the pre-proposal site visit/meeting or responding to the solicitation will not be compensated. Directions to the site visit will be posted on NECO/FedBizopps website. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://neco.navy.mil or http://www.fbo.gov under pre-solicitation notice N62473-12-R-2002. There will be no paper copies of this solicitation issued. Amendments will be posted on the NECO web sites for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web sites periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov and meet eligibility requirements to participate in this procurement. The solicitation issue date is on or about 2 November 2011. The anticipated closing date set for receipt of proposals is 30 days after the issuance of the solicitation. Proposals are due by 2:00 PM local time. The primary POC for this solicitation is Dawn Evans at 619-532-1266 or dawn.i.evans@navy.mil. The Contracting Officer is Linda Protocollo at 619-532-1159 or linda.protocollo@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247312R2002/listing.html)
 
Document(s)
Attachment
 
File Name: N6247312R2002_Map__Directions_to_NREA_MCAGCC.pdf (https://www.neco.navy.mil/synopsis_file/N6247312R2002_Map__Directions_to_NREA_MCAGCC.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247312R2002_Map__Directions_to_NREA_MCAGCC.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02609254-W 20111021/111019233859-d4ce7559ee94e3cfe8aac81885c8dda2 (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 |
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.