MODIFICATION
C -- PREPARATION OF ARCHITECTURAL, ARCHEOLOGICAL, AND CULTURAL RESOURCES STUDIES AND DOCUMENTATION OF HISTORICAL PROPERTIES WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND, SOUTHEAST
- Notice Date
- 12/21/2006
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N69450-07-R-0054
- Response Due
- 11/9/2006
- Point of Contact
- Reginald Coney, Contract Specialist, Phone 843 820 5670, Fax 843 820 5848, - Christina Cotton, Contract Specialist, Phone 843-820-5905, Fax 843-820-5848,
- E-Mail Address
-
reginald.coney@navy.mil, chris.cotton@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- THIS ANNOUNCEMENT IS AMENDED AND CONSTITUTES A SYNOPSIS SEEKING PROPOSALS FROM SMALL BUSINESSES FOR A CULTURAL AND HISTORIC RESOURCES SPECIFIC INDEFINITE DELIVERY/ INDEFINITE QUANTITY (IDIQ) SMALL BUSINESS SET-ASIDE CONTRACT. The announcement is provided in it's entirety below. Naval Facilities Engineering Command, Southeast (NAVFAC Southeast) is seeking Small Business sources with current relevant qualifications, experience, personnel, and capability to perform the Architect/Engineer (A/E) services required for Preparation of Architectural, Archaeological, and Cultural Resources Studies and Documentation of Historic and Cultural Properties, in accordance with the National Historic Preservation Act of 1966, as amended (NHPA), and relevant historic preservation laws and regulations. The geographical areas to be covered by this contract will encompass the states of Alabama, Florida, Georgia, Louisiana, Mississippi, South Carolina, and Texas. Also included are the Gulf of Mexico oceanic and riverine waters of all lands identified as the area of responsibility (AOR) of NAVFAC Southeast portions of the Bahamas Islands, Guantanamo Bay, Cuba, and Puerto Rico. Currently, there is an existing contract which covers Alabama, Mississippi and the north-west section of Florida including adjacent waters. These areas will be excluded from this contract until the existing contract expires on 11 August 2007. The contractor may, on occasion, be tasked to provide the services described herein at Government activities outside the AOR of NAVFAC Southeast. These actions will be decided on a case-by-case basis, as approved by the contracting officer. It is anticipated that most work will be in the NAVFAC Southeast AOR. Required A/E services may be categorized as Historic and Cultural Resources services and will primarily be for preparation of a diversity of services, surveys, documentations, and investigations involving cultural and archaeology sites and historic buildings of varied architectural styles which are eligible for, or are listed in, the National Register of Historic Places, are subject to the mandates of the Native American Graves Protection and Repatriation Act (NAGPRA), and/or other Federal laws and legislation governing the management of historic and cultural properties. Other work may include the development of National Register of Historic Places (NRHP) eligibility studies, in-house archaeological investigations, underwater archaeological investigations under the direction of the Navy Historical Center, and other studies as needed for proposed Department of Defense (DoD) actions subject to the NHPA and 36 CFR Part 800, et al. Typical issues to be addressed could include rehabilitation/repair guidance for historic properties, design concepts for architectural compatibility within or adjacent to historic districts, structural, architectural and systems analyses, determinations of construction styles and types, Phase I, II, and III archaeological investigations, and archival/laboratory research. Other work could include, but not be limited to photographic documentation, Historic American Buildings Survey/Historic American Engineering Record (HABS/HAER) documentation, and construction feasibility studies. All interested firms should be capable of obtaining security clearances, if required, and should be able to demonstrate their in-house capability for the accomplishment of diversified and wide-ranging requirements placed upon them under this contract. Interested firms must demonstrate that the required professional talents and related work experiences are contained within the firm providing the services. The principal and key contractor staff assigned to all tasks/delivery orders under this contract must meet the Secretary of the Interior?s Standards and Guidelines for Professional Qualifications (36 CFR 61) and demonstrate technical competence by discipline and profession (education, registration and/or experience of individual contractor leaders/managers). The contractor must have demonstrated recent superior Department of Defense (DOD) experience and responsibility in the preparation of historic/cultural resources planning, design, analyses, and documentation of, and relative to, historic buildings, structures, districts, objects, sites, and phase I-III archaeological investigations including National Historic Landmarks (NHLs). Additionally, the contractor is required to have recent extensive experience in the development, initiation and implementation of consultations with federally recognized Native American Tribes possessing cultural affiliations within the Southern and Southeastern United States. The Contractor shall have experience in Native American Graves Protection and Repatriation Act (NAGPRA) cases and demonstrate specific instances of their involvement and in the repatriation of same. The Contractor shall have extensive experience in the planning, development and execution of HABS Levels I (using traditional measured drawing methods and also ground-based Light Detection and Ranging (LIDAR) technology), II & III mitigative recordation. The Contractor shall have extensive experience in the planning, development and execution of Case Alternative Reports (CARs), Integrated Cultural Resources Management Plans (ICRMPs), and preservation analysis reports. The Contractor shall also have extensive experience in the planning, development, and execution of single and multi-media historic interpretive programs at military shore activities. Finally, the contractor shall have a detailed working knowledge of the hierarchy from Chief of Naval Installation Command (CNIC) through the cultural resources manager at the naval installation(s). The small business size standard is NAICS classification 541330, Engineering Services (Size Standard $4.5 Million average annual gross receipts for proceeding three fiscal years). 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 will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. 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 will not be given and no appointments for presentations will be made. The maximum contract value may not exceed ($5,000,000) aggregate total. The minimum guarantee for the contract shall be satisfied by the first task order. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four (4) option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. The hourly rates will be negotiated for each calendar year (12 month period). The government may exercise the option period(s) unilaterally. The following criteria, listed in order of importance, will be used in the selection process: 1. Professional Qualifications: a. Principal and Key In-House Contractor Staff assigned to all tasks/delivery orders under this contract must meet the Secretary of the Interior?s Standards and Guidelines for Professional Qualifications (62 FR33708-01); b) all contractor principals and key personnel must demonstrate technical competence by discipline and profession (education, registration and/or experience of individual team leaders/managers); and, c) the proposed team consist of in-house personnel employed directly by the applying firm. Use of sub-contractor personnel in fulfilling requirements of the contract will be considered a disqualifying feature in the selection process. 2. Capacity: a) Ability to accomplish multiple projects simultaneously; the ability to respond rapidly under exigent conditions brought about by such circumstances as might be brought about by natural disasters, etc.; b) demonstrated ability to sustain the loss of key personnel without adverse impact upon assigned tasks; and, c) demonstrated diverse in-house capabilities and facilities. 3. Specialized Experience: The team shall have demonstrated recent superior DOD experience, initiative, and responsibility in the preparation of significant historic/cultural resources planning, design, analyses, and documentation of, and relative to, historic buildings, structures, districts, objects, and sites, including NHLs. Documentary evidence of such superior performance shall be made an integral part of the submission package, and inasmuch as the documentation will not be returned, facsimile documentation will be accepted. 4. Performance: a) Past outstanding/exemplary performance ratings by government agencies and private industry relative to past contract work performed by the applying firm serving as the prime- or subcontractor at that time. Ratings should reflect the firm?s schedule compliance, strict cost control within the initial negotiated bid cost, exceptional quality of work and initiative, and a high standard of acceptability of work by regulatory agency(ies) (i.e.: State Historic Preservation Officers (SHPOs), Advisory Council on Historic Preservation, National Park Service, etc.); and, b) Firm will be evaluated in terms of significant work done for DOD Components, consistent high quality of work performed, unfailing compliance with schedules, budgets, flexibility, and initiative demonstrated to accomplish the work specified under changing conditions. 5. Location: a) Location of the Firm in proximity to the NAVFAC Southeast AOR; and, b) demonstrated knowledge and familiarity with the various State requirements such as rehabilitation and documentation standards/guidelines, and the SHPO Staffs. 6. Volume of DOD Work performed: The firm will be evaluated in terms of quantity and quality of work previously awarded to the firm by DOD and the resultant performance appraisals reflecting the quality of that work. At the selection interview, the firms slated for interview must submit their Quality Assurance Project Plan (QAPP), including an explanation of the management approach/philosophy, an organizational chart showing inter-relationship of management and team components, specific quality control process, a listing of present business commitments and their required completion schedules, financial and credit references (include name and phone numbers of officers at their financial institutions), and performance references of past DOD contract administrators, their command affiliation, and phone number(s). Interested firms are invited to respond to this announcement by submitting a copy of the firm?s small business program certification AND by completing the following sections of the SF 330, Architect-Engineer Qualifications Part I, Contract-Specific Questions: Section A, Contract Information; Section B, Architect-Engineer Point of Contact; Section E, Resumes of Key In-House Personnel Proposed For This Contract, and Section F, Example Projects Which Best Illustrate Proposed Team?s Qualifications for this contract. This announcement is set-aside for firms qualifying as a small business. The SF 330 is limited to 15 single-sided pages and does not include submitting a copy of the firm?s small business program certification. Respondents will not be notified of the results of this evaluation. However, NAVFAC Southeast will utilize the information for technical and acquisition planning. If adequate responses are not received from small business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Response to this announcement is due not later than 2:00 p.m., 3 January 2007 to Naval Facilities Engineering Command, Southeast, 2155 Eagle Drive, PO Box 190010, N. Charleston, SC 29419-9010, Code ACQ21, Attn: Reggie Coney. You may also email your questions to Reginald.Coney@navy.mil or chris.cotton@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Facsimile proposals will not be accepted.
- Record
- SN01201422-W 20061223/061221221035 (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 |