DOCUMENT
B -- 503-– Historic and Cultural Preservation Research and Development, and Archeological Research and Development Services - Attachment
- Notice Date
- 12/3/2012
- Notice Type
- Attachment
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247313RSS04
- Response Due
- 1/4/2013
- Archive Date
- 1/19/2013
- Point of Contact
- Penny Brown, Contract Specialist (619) 532-1266
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: (1) Seek potentially qualified small business sources, with indication of business size classification, including: 8(a) HubZone Small Business Service-Disabled Veteran Owned Small Business Small Business Small Disadvantaged Business Women-Owned Small Business Veteran-Owned Small Business Note: Small business size standard earnings ceiling is $19 million gross annual income (averaged over the past 3 year period). (2) Determine if the contractor is submitting as any of the following: Team- with the prime and subcontractors SBA Approved Mentor Protégé Agreement Other Joint Venture Agreements The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the Government still plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system, and Federal Business Opportunities (FedBizOpps). This is not a solicitation announcement for proposals and no contract will be awarded directly from this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls requesting a solicitation package will be accepted because there is No solicitation package. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will not be given and no appointments for presentations will be made. SYNOPSIS: Required NAICS business experience classification code is 541720 “ Historic and Cultural Preservation Research and Development, and Archeological Research and Development Services. ƒ Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, travel, transportation, equipment, material, and supervision necessary in performing cultural resource and archaeological related studies, investigations, and services. Firms shall demonstrate their experience in archaeological and built-environment (cultural resources) investigations for complying with Sections 110 and 106 of the National Historic Preservation Act of 1966 (NHPA), as amended and the preparation of cultural resources management documents (such as, but not limited to, Archeological Surveys, Historic Resources Survey and Evaluation/Eligibility Investigations, Prehistoric and Historical Archeological Evaluation/Eligibility Investigations, Archival Research, Mitigation: Archeological Data Recovery, Mitigation: Sparse Lithic, Scatter Program, Integrated Cultural Resources Management (ICRMP) Plans, Archeological Monitoring services, Cultural Landscape Studies, Historic Structure Reports (HSR), National Register of Historic Places Nominations, Historic Property Inspection Reports (HPIR), Design Guidelines/Historic Building Maintenance Plans, Historic Built Environment or Archaeological Research Designs, Context Studies (Historic or Prehistoric), HABS/HAER/HALS Documentation, Regional Research Designs and Studies, Historic Context Studies, Historic Building Maintenance Plans, Compliance Cultural Investigations: Ceramic Analysis, Ceramic sourcing (INAA analysis), Lipid Residue Analysis, Faunal Analysis, Physical Anthropology, Pollen and Phytolith Analysis, Macrobotanical Studies, Protein Residue Analysis, Architectural History, Obsidian Hydration and Sourcing, Radiocarbon (14C) Analysis, Geomorphology, Geophysical Archaeology; and Other Section 106/110 Products and Services (i.e. Programmatic Agreements, MOAs, etc.). Firms shall demonstrate knowledge of and experience with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended, DOD Instruction 4715.15, OPNAV Instruction 5090.1C, and MCO P5090.1C, 48 Federal Register 44738-39 (latest edition) requirements and Archaeological Resources Protection Act (ARPA) guidelines. Firms must demonstrate the ability to meet Secretary of the Interior ™s Professional Qualifications Standards (36 CFR Part 61) in Prehistoric and Historical Archaeology, History, Architectural History, and Historic Architecture. Services will be performed at various locations in the Naval Facilities Engineering Command, Southwest (NAVFAC SW) area of responsibility and the NAVFAC Atlantic area of responsibility as approved by the Contracting Officer. Work may be located in Arizona, California, Colorado, New Mexico, Nevada, Utah, and other locations nationwide as deemed necessary to meet workload requirements. However, most of the work is expected to be performed in California. Work will be accomplished under Task Orders that are competed under an Indefinite-Delivery-Indefinite-Quantity (ID/IQ) contract with Fixed Priced Exhibit Line Items (ELINS). The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders. The proposed contract will be for a base period of twelve (12) months, and four (4) one-year option periods. The estimated value of the potential multiple award contracts is approximately $50M. Each firm (e.g. Joint Venture/Subcontractors/Team) must demonstrate knowledge and experience in the services cited above and have the ability to obtain appropriate security clearances to access military sites/property/installations. SUBMISSION REQUIREMENTS: Responses to this sources sought notice shall not exceed Eighteen (18) pages and will be prepared using Times New Roman font no smaller than 10 point. Two sided pages will count as two pages. Provide copies of any and all Small Business certifications including those issued by the Small Business Administration (SBA) and those which are derived from self-reported information submitted through the System for Award Management (SAM) portal. Small Business categories include: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business. Copies of SBA Certifications will not be counted in the Eighteen (18) page limit. 1. Provide a one (1) page cover sheet that MUST include: Contractor name, address, primary phone number Contractor ™s status and size of the business relative to NAICS code 541720 Two Points of Contact with telephone numbers and e-mail addresses Short description of the contractor ™s history including years in business, number of employees, and main disciplines of the contractor Statement of past and current ability to meet all security clearance(s) requirements for access to military sites/property/installations 2. Provide up to two (2) pages listing key employees of both the contractor and all subcontractors, and their experience relative to the services described above. 3. Provide up to fifteen (15) pages listing past and current contracts/task orders that show the contractor ™s ability to perform the services described above. Use the attached Matrix and complete one sheet for each contract/task order. Ensure that all fields are completed in as much detail as possible. When determining the type of contracts/task orders to include, participants should give greater consideration to the following: Contracts/Task Orders valued at $25,000.00 to $500,000.00 that are the same or similar to the work requirements/experiences described above. Contracts/Task Orders for services that are the same or similar to the work requirements/experiences that were performed in Arizona, California, Colorado, New Mexico, Nevada, Utah, and/or other locations nationwide. Provide full Point of Contact Reference information on as many projects as possible. This should be someone who has knowledge of the work that was performed. Contact information should include: name, job title, phone and email address SUBMITTAL PACKAGE REQUIREMENTS: Submittal/capabilities packages shall be submitted on a CD-ROM in searchable PDF format. Firms shall provide three (3) copies of the Submittal/capabilities package (CD-ROM). Submittal/capabilities packages shall be submitted to the following address by mail or hand delivery by the date and time set for receipt: NAVFAC SW ATTN: CODE AQE, PENNY BROWN/BEA APPLING ROOM 108 1220 PACIFIC HIGHWAY SAN DIEGO, CA 92132 Submittals/Capabilities packages identify the sources sought solicitation number and title, and must be received before 2:00 P.M. Pacific Standard Time (PST) on 4 January 2013. SUBMITTAL INQUIRY POCs: Penny Brown, Contract Specialist (619) 532-1266 Beatrice Appling, Contracting Officer (619) 532-1620
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247313RSS04/listing.html)
- Document(s)
- Attachment
- File Name: N6247313RSS04_Sources_Sought_Past_Performance_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N6247313RSS04_Sources_Sought_Past_Performance_Matrix.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N6247313RSS04_Sources_Sought_Past_Performance_Matrix.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247313RSS04_Sources_Sought_Past_Performance_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N6247313RSS04_Sources_Sought_Past_Performance_Matrix.xlsx)
- Record
- SN02940907-W 20121205/121203233955-29e0aebcb49df5e611d29278a20d20f0 (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 |