DOCUMENT
F -- CULTURAL RESOURCE PREDOMINANTLY HAWAII, GUAM, COMMONWEALTH NORTHERN MARIANAS (CNMI), VARIOUS LOCATIONS WITHIN NAVFAC PACIFIC AREA OF COGNIZANCE. - Attachment
- Notice Date
- 4/21/2014
- Notice Type
- Attachment
- NAICS
- 712120
— Historical Sites
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274214R1885
- Response Due
- 5/7/2014
- Archive Date
- 5/22/2014
- Point of Contact
- Velma Wong (808) 474-5720
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT. THE PURPOSE OF THIS NOTICE IS TO SEEK POTENTIAL SMALL BUSINESS FIRMS,TO INCLUDE HUBZONE EMPOWERMENT CONTRACTING PROGRAM; SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS; VETERAN-OWNED SMALL BUSINESS AND WOMEN-OWN SMALL BUSINESS TO DETERMINE THE FEASIBILITY OF A SMALL BUSINESS SET-ASIDE DESIGNATION FOR THIS PROJECT. As such, all firms from any of the foregoing categories, are encouraged to submit their qualifications and experience, in detail, on 1) Information Summary Matrix and 2) Questionnaire, attachments to this synopsis, which will be used to evaluate responding firms. Please see attachment 3) Minimum Qualifications Requirements to be sure all personnel meet the necessary requirements. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii plans to solicit for Cultural Resource Services (NAICS 712120). The work to be ordered under this contract will be performed predominantly in Hawaii, Guam, and the Commonwealth of the Northern Mariana Islands (CNMI). The Government may also require historic preservation services in other locations within the NAVFAC Pacific area of cognizance. All work conducted under this contract shall conform to the statutes, regulations, instructions and guidelines provided at --The Cultural Resource services, in compliance with the Department of the Navy s OPNAVINST 5090.1, NAVFACENGCOMINST 11010.70, The National Historic Preservation Act of 1966, as amended and other Federal statutory requirements, include (1) Archaeological Survey: Phase I Reconnaissance; (2) Archaeological Survey: Phase II Detailed Recording; (3) Archaeological Monitoring; (4) Emergency Data Recovery; (5) General Laboratory Analysis; (6) Interim Site Protection; (7) Archaeological Subsurface Testing; (8) Fieldwork at Hazardous Waste Sites; (9) Documentary Archival Research; (10) Archival Document Reproduction; (11) Preparation of National Register of Historic Places (NRHP) Registration Forms; (12) Integrated Cultural Resource Management Plans (ICRMP)/ Agreement Documents; (13) Cultural Resource Management Overview Survey; (14) General Macro-Botanical Identification; (15) Carbonized Wood Species Identification; (16) Charcoal Particle Counts; (17) Radiocarbon Dating; (18) Pollen Extract Preparation; (19) Stable Carbon Isotope Analysis; (20) Pollen, Phytolith, Faunal, and Mechanical Soils/Sediment Sampling and Analysis; (21) Ceramic and Diatom Analysis; (22) Stone Sourcing and Residue Analysis; (23) Geo-morphological, Historical and Ethnographic Studies; (24) Interpretative Programs; (25) Scientific Illustration; (26) Electronic Graphics; (27) Geographical Information Systems; (28) Architectural History Studies; (29) Historical Architectural Studies; (30) Photographic Documentation; (31) Historic/Cultural Landscape Studies; (32) Historic Preservation Studies; (33) Report Reproduction; and (34) Backhoe/Front-End Loader. The Contractor will furnish all labor and supervision planning, scheduling, tools and equipment necessary to provide a variety of cultural resource services. This will be a Fixed-Price Multiple Award Contract (MAC), Indefinite Quantity type contract with a base and four option periods under which work will be required on an as needed basis, intermittently during the life of the contract. The anticipated MAC capacity is $25Mil. The field crew of the potential contractor shall be composed of personnel who can qualify, in accordance with the professional qualification requirements and well as for access to any of these areas. The Government utilizes the following software suite: Microsoft Office Word 2007, and Microsoft EXCEL 2007. In preparation of documents and correspondence, the contractor shall ensure compatibility with the government s software. Firms who are interested and meet the requirements described in this announcement are invited to submit a completed (1) Information Summary Matrix, in which key personnel information should briefly identify education, prior projects and the person s role in the project, and current employer for all key personnel; all information requested should be included on this form for evaluation purposes; while not a requirement, resumes may be included; and (2) Potential Offerors Questionnaire, all questions must be completely and fully addressed prior to submittal, which will be reviewed and evaluated upon receipt. Firms shall provide their DUNS, CAGE, CCR and ACASS number in Block 3 of the Information Summary Matrix. Firms must have on-line access to e-mail via the internet for routine exchange of correspondence. Information Summary Matrix and the Potential Offerors Questionnaire should be submitted with 2 hard copies to Naval Facilities Engineering Command, Acquisition Department,Environmental Contracts Branch (ACQ32:VW) by 2:00pm HST, on Wednesday, 7 May 2014. (1) Postal Mailing Address: NAVFAC Pacific, Environmental Contracts Branch (Code ACQ32:VW), 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134; (2) Hand Delivery Address: NAVFAC Pacific, Environmental Contracts Branch (Code ACQ32:VW), 4262 Radford Drive, Building 62, Honolulu, Hawaii 96818-3296. Label lower right corner of outside mailing envelop with Cultural Resource Services N62742-14-R-1885.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274214R1885/listing.html)
- Document(s)
- Attachment
- File Name: N6274214R1885_1._Info_Summary_Matrix.doc (https://www.neco.navy.mil/synopsis_file/N6274214R1885_1._Info_Summary_Matrix.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6274214R1885_1._Info_Summary_Matrix.doc
- File Name: N6274214R1885_2._Questionnaire.doc (https://www.neco.navy.mil/synopsis_file/N6274214R1885_2._Questionnaire.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6274214R1885_2._Questionnaire.doc
- File Name: N6274214R1885_3._Min_Prof_Qual.pdf (https://www.neco.navy.mil/synopsis_file/N6274214R1885_3._Min_Prof_Qual.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6274214R1885_3._Min_Prof_Qual.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274214R1885_1._Info_Summary_Matrix.doc (https://www.neco.navy.mil/synopsis_file/N6274214R1885_1._Info_Summary_Matrix.doc)
- Place of Performance
- Address: NAVAL FACILITIES ENGINEERING COMMAND Environmental Contracts Branch (Code ACQ32:VW), 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134, Honolulu, Hawaii
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN03343590-W 20140423/140421234040-634ba0b7005643da03d219773aaf05ec (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 |