SOLICITATION NOTICE
R -- Indefinite-Delivery/Indefinite Quantity (ID/IQ), Multiple Award Contract (MAC) for Archaeological and Architectural Services
- Notice Date
- 11/5/2018
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247019R4000
- Point of Contact
- Jen McDonald 757-322-8154
- Small Business Set-Aside
- Total Small Business
- Description
- THIS PRE-SOLICITATION IS BEING ADVERTISED AS A 100% SMALL BUSINESS SET ASIDE PROCUREMENT. The North American Classification Systems (NAICS) Code for this solicitation is 541620; size standard is $15,000,000. The Government intends to award a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (ID/IQ), Multiple Award Contract (MAC) for one base year and four one-year option periods, not to exceed five years. The total maximum value is $30,000,000.00 for all contracts inclusive of the base year and all options. Work will be performed by issuance of task orders. Market research was conducted and a Sources Sought Notice was issued under Solicitation Number N62470-16-R-9003 on 28 April 2016 resulting in the decision that this procurement be issued as a 100% Small Business Set-Aside. The NAVFAC Atlantic Small Business Administration Office concurs with this set-aside determination. This contract will provide archaeological and architectural services for the survey, inventory, identification, evaluation, study, protection, preservation, conservation, and interpretation of prehistoric and historic archaeological and architectural resources. The work conducted under this contract may include but is not limited to the following type services: Phase I Archaeological Identification Survey; Phase II Archaeological Site Evaluation; Phase III Archaeological Data Recovery; Archaeological Reconnaissance Survey; Archaeological Monitoring; Literature and Archival Research; Architectural Resources Survey, Inventory and Evaluation; Cultural Landscapes Survey, Inventory and Evaluation; Traditional Cultural Properties Survey and Evaluation; HABS/HAER /HALS Documentation; Predictive Modeling; GIS Mapping; Ground Penetrating Radar (GPR)/ Remote Sensing; NAGRPRA Inventory, Summary, Notice/ Tribal Consultation; Curation Assessment/ Management; SHPO/ ACHP Consultation; Preparation of Exhibits/ Interpretive Materials/ Public Outreach; Development and Updating of DoD Planning Documents/ ICRMPS; Cemetery Delineation/ Preservation/ Rehabilitation; Development and Completion of National Register and NHL Nomination Forms; Adaptive Reuse/ Economic Feasibility Studies; and Underwater Cultural Resources Survey. Work under this contract will be performed primarily within CONUS locations but may also include work worldwide. The services provided under this contract may be used on a case by case basis in support of various other Department of Defense Commands and Installations worldwide. The Government will award approximately three (3) FFP contracts resulting from this solicitation to the responsible offerors whose proposal conforming to the solicitation will be a BEST VALUE to the Government, price and technical factors considered. Firms submitting technical and price proposals will not be compensated for any expenses incurred in the preparation of their proposal. This notice does not constitute a request for proposal. The solicitation will be issued on approximately 20 November 2018. The receipt date of proposals is approximately 20 December 2018. This solicitation will be available in electronic format only. The Request for Proposal (RFP) will be made available via the Federal Business Opportunities website (www.fbo.gov) and/or the Navy Electronic Commerce Online (NECO) website (www.neco.navy.mil). All prospective offerors should download all pertinent documents from those websites. Notification of any changes to this solicitation (amendments) will only be made on the FedBizOpps website. Therefore, it is the offeror ™s responsibility to check the internet sites regularly for any posted changes to the solicitation. Requests for solicitation documents by telephone, fax or e-mail will not be honored. All responsible small business offerors may submit a proposal for consideration. All interested offerors must be registered in the System for Award Management (SAM) database. Be advised that failure to register in the SAM database makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website at https://www.sam.gov. Potential offerors are notified that a pre-proposal conference and site visit will not be conducted. Inquiries shall be made in writing to jen.mcdonald@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247019R4000/listing.html)
- Record
- SN05142946-W 20181107/181105230449-14a84766058dc7ba91a6ab4ae4ea73a3 (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 |