SOLICITATION NOTICE
F -- CULTURAL RESOURCE MANAGEMENT SERVICES,VARIOUS GOVERNMENT OF JAPAN (GOJ) FUNDED PROJECTS AND UNITED STATES FUNDED PROJECTS,VARIOUS AREAS UNDER THE COGNIZANCE OF THE NAVAL FACILITIES ENGINEERING
- Notice Date
- 9/5/2014
- Notice Type
- Presolicitation
- NAICS
- 712120
— Historical Sites
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274214R1888
- Response Due
- 9/22/2014
- Archive Date
- 10/7/2014
- Point of Contact
- Velma Wong 8084745720 Richard Keener (808) 474-6476
- Small Business Set-Aside
- Partial Small Business
- Description
- The Naval Facilities Engineering Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award multiple contracts for Cultural Resource Management Services (NAICS 712120). This solicitation will be awarded as an unrestricted procurement with a partial small business set-aside that will result in the award of multiple award contracts that are comprised of two major divisions. The resultant contract ™s Unrestricted Division is established for competing and awarding task orders to perform Government of Japan (GOJ) funded projects that support the Defense Policy Review Initiative (DPRI). The contract ™s partial Small Business Set Aside (SBSA) Division is established for competing projects funded by United States appropriations. The work to be ordered under this contract will be performed predominantly in Guam, Hawaii, and the Commonwealth of the Northern Mariana Islands (CNMI). The Government may also require cultural resource management services in support of the U.S. Department of Defense (DoD) at various locations within the NAVFAC Pacific area of cognizance (sites in the Pacific and Indian Oceans). All Cultural Resource services conducted under this contract shall conform to the statutes, regulations, instructions and guidelines provided in the statement of work. The general scope of work focuses on, but is not limited to, the preparation of analytical studies, reports, management plans, technical evaluations, surveys and specialized cultural resources services. Cultural resources management services required under this contract will be conducted in accordance with commonly accepted professional archaeological and historic preservation standards and may include, but are not limited to, the following: 1) Archaeological Surveys and Preparing Reports for Phase I Reconnaissance; 2) Conducting and Reporting Archaeological Survey: Phase II for detailed recording and reporting of historic properties found during the studies; 3) Archaeological Monitoring, conducted to minimize or mitigate adverse effects to archaeological resources during construction and other ground disturbing activities; 4) Emergency Data Recovery, which includes collection, recording, analysis and reporting of archaeological materials affected by natural and human-induced processes of soil erosion, construction or activity; 5) General Laboratory Analysis, to include cleaning, sorting, identification, labeling and packing of items collected and reporting of results; 6) Site Protection, to include the implementation of procedures designed to record and protect archaeological resources that are in danger of adverse effects or destruction; 7) Archaeological Subsurface Testing, designed to identify subsurface archaeological resources; 8) Fieldwork at Potential or Known Hazardous Waste Sites; 9) Documentary Archival Research to include the identification and analysis of literature, documents, technical studies, photographs, other records found; 10) Archival Document Reproduction, which includes the reproduction of literature, documents, technical studies, photographs and other archival records; 11) Preparation of National Register of Historic Places (NRHP); 12) Integrated Cultural Resources Management Plans (ICRMP); 13) Cultural Resources Management Overview Surveys; 14) General Macrobotanical, Carbonized Wood Species; 15) Analysis of Radiocarbon Dating, Pollen, Stable Carbon Isotope, Phytolith, Faunal, Mechanical Soil and Sediment, Diatom, Chemical Soils and Sediment, Ceramic, Residue, Stone Sourcing, 16) Conducting Studies of Geomorphological, Historical, Ethnographic, Folklore and Cultural Anthropology, Architectural History, Historical Architectural, Historic Preservation, Historic/Cultural Landscape, 17) Foreign English Editing and Background Information Supplementation; 18) Interpretative Programs; 19) Scientific Illustration; and 20) Electronic Graphics and Geographic Information Systems (GIS). Work will be performed in accordance with the requirements of the Statement of Work, and may involve regulatory compliance, planning, analyzing, and various related services on any one or a combination of more than one task order. Exact location of each effort will be designated on individual Task Orders. The multiple award contracts term for Cultural Resource Management Services consists of a base period of one year plus four option periods of one year each. The applicable North American Industry Classification System (NAICS) Code is 712120 and the corresponding small business size standard is $7.5 million (which will determine eligibility for awards under the Small Business Set Aside (SBSA) Division). The aggregate value or not-to-exceed (NTE) amount of $36 million will apply to task orders awarded against all multiple award contracts (MACs), inclusive of option periods. A single, one-time minimum guarantee of $5,000 applies to each contract for the duration of the MAC. The estimated workload for the Unrestricted Division is approximately $10 million and the amount for the SBSA Division is approximately $26 million. These amounts may fluctuate with the potential need for the 20 types of specific services listed above and whether adequate competition exists within the SBSA Division and those firms are capable of successfully executing those services. If less than two firms awarded a contract in the SBSA Division submits a proposal in response to a task order request for proposal (RFP), the Contracting Officer may compete the task order amongst the Unrestricted Division contractors. This procurement consists of a single solicitation with the intent to award a minimum of three (3) and a maximum of six (6) Indefinite Delivery Indefinite Quantity (IDIQ) type service contracts to the offerors whose proposals, conforming to the solicitation, will be the most advantageous to the Government resulting in the best value, price and technical factors considered. The Government reserves the right to award more than six (6) contracts if it is determined to be in the best interest of the Government. Successful awardees will compete for future work during the term of the multiple award contracts. Proposals will be evaluated on the basis of price and technical factors. The technical evaluation factors will be 1) Experience of the Firm; 2) Small Business Utilization, comprised of Subfactor 2A) Past Performance in Utilization of Small Business Concerns; and Subfactor 2B) Small Business Participation; 3) Safety; 4) Sample Projects; and 5) Relevant Past Performance. Technical Factors 1, 2, 3 and 4 are considered of equal importance and when combined, approximately equal to Technical Factor 5. Subfactor 2A is considered less important than Subfactor 2B. When combined, the technical evaluation factors will be considered significantly more important than price. The evaluation of the Price Factor will be based on two sample projects attached to the solicitation. Neither of the sample projects will be awarded. The solicitation and future amendments will be available on or about 24 Sep 2014 for viewing and downloading at the Navy Electronic Commerce Online (NECO) website at https://neco.navy.mil or the Federal Business Opportunities (FBO) website at https://www.fbo.gov. Hard copies of the solicitation will not be issued. The solicitation will be available in electronic format only and will be posted on the NECO website. Requests for additional information may be addressed to the attention of Ms. Velma Wong via e-mail at velma.wong@navy.mil. Amendments will be posted to the web site http://www.neco.navy.mil. It is highly recommended that firms register on the NECO and FBO websites as plan holders as this will be the only plan holder ™s list available and the only method of distribution for amendments. It is the Offeror ™s responsibility to periodically check the NECO and FBO websites for any amendments or notices to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274214R1888/listing.html)
- Place of Performance
- Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, ACQ32:VW. 258 Makalapa Drive Suite 100
- Record
- SN03497817-W 20140907/140905235050-b1e3be41b1b6750cf8db712e80c953e1 (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 |