SOURCES SOUGHT
F -- IDIQ MATOC Tribal Consultation and Cultural Resources work for the Tribal Nations Tehcnical Center of Expertise, Albuquerque District
- Notice Date
- 4/26/2018
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP18R0029
- Point of Contact
- Kathleen A. Mayer, Phone: 5053423391
- E-Mail Address
-
kathleen.mayer@usace.army.mil
(kathleen.mayer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers (USACE), Tribal Nations Technical Center of Expertise (TNTCX), Albuquerque District (SPA) has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Tribal Consultation and Cultural Resources Work that will support TNTCX customers located CONUS and OCONUS. Customers may include but are not limited to the USACE, DOD agencies, other federal agencies, Tribal Nations, as well as, State and local Government agencies. Contracts issued shall be primarily for Tribal Consultation and Cultural Resources work. The resultant contract(s) will be for use in support of the TNTCX's mission and customers. It is the Government's intent to make multiple contract awards under a single solicitation. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). The Government anticipates awarding 5 or more IDIQ contracts as a result of this solicitation. The individual task orders anticipated for this contract will be in support of customers supported by the TNTCX. This type of procurement IDIQ MATOC is expected to help minimize design effort and related overhead expenditures, handle compressed delivery schedules, and provide regionally specific services to TNTCX customers. Work associated with this MATOC will fall primarily under NAICS 541620 "(Environmental Consulting Services)", size standard: $15 Million. The Government may issue Fixed-Price type task orders for Tribal consultation and cultural resources work to include but not limited to Tribal meeting facilitation, Tribal consultation support, memorandum of agreement (MOA) support, memorandum of understanding (MOU) support, Programmatic Agreement support, traditional cultural properties studies, ethno-botanical studies, cultural resources survey, cultural resources assessment, cultural resources mitigation, maritime archaeological resources survey, maritime archaeological resources assessment, maritime archaeological resources mitigation, Archaeological Resources Protection Act (ARPA) investigation support, National Historic Resources Protection Act (NHPA) compliance support, artifact analysis, curation services, Geographic Information System (GIS) support, Historic Property Management Plans (HPMP), Integrated Cultural Resource Management Plans (ICRMP), cemetery management plans, consultation and cultural resources planning documents for various customers both CONUS and OCONUS as it relates to Tribal Nations support. The proposed IDIQ contracts will be for a base year and five (5) option years. Each individual task order will establish a period of performance for the individual effort. The total shared capacity among all MATOC holders for the base contract plus all potential options shall not exceed $9.9 million. The proposals will be evaluated and award(s) shall be made utilizing Best Value Trade-off source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in the selection that represents the best overall value to the Government. The proposed procurement will result in a firm, fixed price contract and subsequent task orders will be firm-fixed price. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The minimum/special capabilities required for work under this MATOC: --Prime Contractor experience with Tribal Consultation services --Prime Contractor experience with Cultural Resources services --Sub-contractor experience with Tribal Consultation services --Sub-contractor experience with Cultural Resources services Small Businesses are reminded under FAR 52.219-14 (b) (1), Limitations on Subcontracting: At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for the IDIQ is on or about August 2018, and the estimated proposal due date for will be on or about September 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's capability to perform multiple task orders simultaneously with the complexity of work required under this IDIQ MATOC (include firm's capability to execute, comparable work performed within the past 5 years: 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 3. Firm's experience with the minimum capabilities listed in this Sources Sought Notice. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, WOSB, SDVOSB, 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. Interested Firm's shall respond to this Sources Sought Synopsis no later than 09 May 2018, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Kathleen Mayer, Contracting Officer at Kathleen.mayer@usace.army.mil. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP18R0029/listing.html)
- Place of Performance
- Address: 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109, United States
- Zip Code: 87109
- Zip Code: 87109
- Record
- SN04901948-W 20180428/180426230825-0c7cd50864b6787257c735693018f712 (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 |