Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOLICITATION NOTICE

B -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD SERVICE CONTRACT (MASC) FOR CULTURAL RESOURCES RELATED SERVICES AT VARIOUS LOCATIONS IN CA, AZ, CO, NV, NM, UT

Notice Date
10/8/2009
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309R2611
 
Response Due
12/1/2009
 
Archive Date
12/16/2009
 
Point of Contact
Amy Jeli 619-532-1677 Bea Appling619-532-1620
 
E-Mail Address
amy.jeli@navy.mil
(amy.jeli@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Cultural Resources Related Services at various locations in Arizona, California, Colorado, Nevada, New Mexico, and Utah. The majority of the work is anticipated to be in California. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Service Contracts (MASC). This procurement is unrestricted soliciting full and open competition; however two awards will be set-aside for small business firms. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541690, Other Scientific and Technical Consulting Services, with a small business size standard of $7.0 million. The contract(s) will be awarded for a base period of one year with four one year options periods. The minimum guarantee for each contract is $5,000. The minimum guarantee applies to the five-year term of the contract. The aggregate value of all task orders issued under the resulting contract(s) shall not exceed $25,000,000. The task order range is $5,000 to $500,000. The services to be acquired will be to perform archaeological and historical (cultural resources) related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended. 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 - Experience, Factor 3 - Management Approach, Factor 4 - Technical Competency, Factor 5 - Commitment to Socio-Economic Programs, and Factor 6 - Price. Proposed Task Order 0001 (PTO 0001) is for historic trails and roads identification at NAWS China Lake, CA. The Government intends to award without discussions. A pre-proposal conference will be held on 9 November 2009 at 9:00 AM at NAVFAC Southwest, 1220 Pacific Highway, San Diego, CA 92132. The conference will be held in the Blue Room in Building 127. All firms interested in attending the site visit must submit the company name, attendees name, business address, and phone number to Amy Jeli by email at amy.jeli@navy.mil or fax to (619) 532-1155 no later than 5 November 2009. 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 the solicitation will not be compensated. The solicitation will be available by electronic media only and will be available for download free of charge via the Internet World Wide Web at https://www.neco.navy.mil or https://www.fbo.gov under solicitation number N6247309R2611. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site regularly for any amendments to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) https://www.bpn.gov/ccr/ in order to participate in this procurement. The solicitation will be issued on or about 26 October 2009. The anticipated closing date set for receipt of proposals is 1 December 2009, 2:00 PM local time. The primary POC for this solicitation is Amy Jeli at 619-532-1677 or amy.jeli@navy.mil and the Contracting Officer is Bea Appling at 619-532-1620 or Beatrice.appling@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247309R2611/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN01982331-W 20091010/091008234805-2c6542ad0d83e8ae36306ded59205fd3 (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.