SOLICITATION NOTICE
R -- Professional Services Various to Conduct Cultural Resources Investigations
- Notice Date
- 9/12/2018
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267, United States
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P818R0058
- Archive Date
- 9/14/2020
- Point of Contact
- Melissa A. Vaughn, Phone: 504-862-2762, Veronica F. Garner, Phone: (504) 862-1515
- E-Mail Address
-
melissa.a.vaughn@usace.army.mil, veronica.garner@usace.army.mil
(melissa.a.vaughn@usace.army.mil, veronica.garner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS The U. S. Army Corps of Engineers, New Orleans District anticipates issuing a Request for Proposals for Professional Services to Conduct Various Cultural Resource Investigations, for projects located within the geographic boundaries of the Mississippi Valley Division, Memphis, Vicksburg, or New Orleans Districts within that division. Interested firms shall respond by submitting a proposal including a resume and listing their qualifications in accordance with the evaluation factors instructions below. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required services. North American Industrial Classification System Code is 541620, which has a size standard of $15,000,000 in average annual receipts. This announcement is set-aside for 100% Small Business. The resulting contracts will each be a Firm Fixed-Price Indefinite Delivery/Indefinite Quantity type contract. A maximum of three contract awards shall be made, each consisting of a five (5) year contract period. The minimum guaranteed amount for the five (5) year contract period is $10,000.00 for each contractor. The contract ceiling amount is $7,500,000.00 for each contractor. Work will be issued by negotiated Firm Fixed-Price or Performance of Cultural Resources Services task orders not to exceed the contract ceiling amount. Responding firms must address each Selection Criteria and clearly indicate which shall be subcontracted. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. The primary purpose of the proposed contract is to provide Cultural Resources Services to the Mississippi Valley Division and the Memphis, Vicksburg or New Orleans District within the Division. The RFP, and any subsequent amendments, will be issued in electronic format only and will be available on or about September 28, 2018 on Federal Business Opportunities (www.fbo.gov). Please be advised the date for solicitation posting is estimated and the actual posting date may be after the estimated date. The anticipated award date is December 2018.   Evaluation Factors All evaluation factors other than price, when combined, are significantly more important than price. 1. Specialized technical capabilities regarding the services required. Provide documentation of the following: • Field equipment (vehicles, boats, remote sensing equipment etc.); • Laboratory equipment and facilities; • Hardware and software for data management, GIS and CADD mapping, etc.; • Specialized equipment (e.g. backhoe and operator). 2. History of previous work of a similar nature. Provide examples of two of each of the following in.pdf format on CD: • Literature and records search • Research design development • Cultural Resource Reconnaissance, Phase I surveys, and Phase II testing projects • Phase III data recovery (mitigation) projects (prehistoric, historic, terrestrial and underwater) 3. Qualifications and Experience of key Personnel (and/or Contractors). Provide resumes highlighting the following: • Qualifications and Experience of Key personnel (and/or Contractors) with work on project of a similar nature. Provide resumes highlighting the following: • Demonstrated professional qualifications, experience, competency, and history of completing similar work tasks related to cultural resources management/NRHP determinations. • Past performance indicating that all required tasks will be successfully performed within scheduling requirements and budget. • Extensive knowledge and ongoing research interest in local cultural history (local classificatory units, historical data, etc.) as well as knowledge of local working conditions within the defined Districts of New Orleans, Vicksburg, and Memphis Corps of Engineers. • Cultural resource management. • Historic building inventories and archival research projects successfully completed. 4. Past record of performance on contracts with respect to control of costs, quality of work, ability to meet schedules, contract administration, and accurate and timely work products that receive favorable reviews from SHPO and THPO. 5. Price, which will be analyzed pursuant to FAR 15.404-1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P818R0058/listing.html)
- Place of Performance
- Address: USACE District, New Orleans, 7400 Leake Avenue, New Orleans, Louisiana, 70118, United States
- Zip Code: 70118
- Zip Code: 70118
- Record
- SN05085672-W 20180914/180912231034-6a7a8833b30ab8f12cc340bc3ad03def (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 |