MODIFICATION
B -- CULTURAL RESOURCE PREDOMINANTLY HAWAII, GUAM, COMMONWEALTH NORTHERN MARIANAS (CNMI), VARIOUS LOCATIONS WITNIN NAVFAC PACIFIC AREA OF COGNIZANCE
- Notice Date
- 6/8/2020 4:22:45 PM
- Notice Type
- Solicitation
- NAICS
- 712120
— Historical Sites
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-19-R-1800
- Response Due
- 7/8/2020 5:00:00 PM
- Archive Date
- 07/23/2020
- Point of Contact
- Velma S. Wong, Contract Specialist
- E-Mail Address
-
velma.wong@navy.mil
(velma.wong@navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Facilities Engineering Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity(IDIQ) Multiple Award 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 Hawaii, Guam 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 responsibility (sites in the Pacific and Indian Oceans), and other areas in the Naval Facilities Engineering Command area of responsibility worldwide as needed.� All Cultural Resource services conducted under the resultant contracts shall conform to the statutes, regulations, instructions and guidelines in compliance with the Department of the Navy�s OPNAVINST 5090.1, SECNAVINST 400.35B, The National Historic Preservation Act of 1966, as amended and other Federal statutory and regulatory requirements.� 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. �Specific 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 Survey: Phase I Reconnaissance; (2) Archaeological Survey:Phase II Detailed Recording; (3) Archaeological Subsurface Testing; (4) Archaeological Monitoring; (5) Archival Document Reproduction; �(6) Archival Research; (7) Backhoe/Front-End Loader; (8) CarbonizedWood Species Identification; (9) Carbonized Wood Species Identification; (10) Ceramic Analysis; (11) Charcoal Particle Counts; (12) Chemical Soils & Sediment Analysis; (13) Collection of General Archaeological Materials; (14) Cultural and Historical Interpretation; �(15) Cultural Resources Management Overview Surveys; (16) Data Recovery; (17) Diatom Analysis;(18) Document & Other Media Translation; (19) Electronic Graphics; (20) Ethnographic, Folklore and Cultural Anthropology Studies; �(21) Faunal Analysis; (22) Fieldwork Areas with Potential/Known Hazardous Waste/Material; (23) Foreign/English &Background Information Supplementation; (24) Geographic Information Systems (GIS); (25) Geomorphological Studies; (26) Historical Architectural Studies; (27) Historical Studies; (28) Historic American Buildings survey (HABS)/Historic American Engineering Record (HAER)/Historic American Landscapes Survey (HALS); (29) Historical/Cultural Landscape Studies; (30) Historic Preservation Studies; (31) Integrated Cultural Resources Management Plans (ICRMP); (32) Identification/Inventory of Human Skeletal Remains; (33) Laboratory Analysis;������ (34) Lithic Analysis; (35) Macro-botanical Identification; (36) Mechanical Soil & Sediment Analysis; �(37) Meeting Facilitation & Mediation; (38) National Register of Historic Places (NRHP) Nomination Form Preparation; (39) National Register of Historic Places (NRHP) Studies; (40) Photographic Documentation; (41) Phytolith Analysis; (42) Pollen Analysis; (43) Pollen Extract Preparation; (44) Pollen (Field)/Phytolith Sampling; (45) Radiocarbon Dating--Accelerator Analysis; (46) Radiocarbon Dating�Extended Counting Time; (47) Radiocarbon Dating�Priority Processing; (48) Recovery of Human Remains and Associated Materials; (49)Report Reproduction; (50) Residue Analysis; (51) Scientific Illustration; (52) Site Protection; (53) Stable Carbon Isotope Analysis; (54) Stone Sourcing.� Work will be performed in accordance with the requirements of the Performance Work Statement, 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 12-month base period, four (4) 12-month option periods, and one 6-month extension of services period.� Contracts will include FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.217-8, Option to Extend Services.� The Government will not issue a synopsis when exercising the option(s).� The applicable North American Industry Classification System (NAICS) Code is 712120 and the corresponding small business size standard is $8 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 $49 million will apply to task orders awarded against all multiple award contracts (MACs), inclusive of option periods and extension.� 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 $5 million and the amount for the SBSA Division is approximately $44 million.� These amounts may fluctuate with the potential need for the 54 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, submit 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 no more than 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. The Best Value Tradeoff source selection process will be used for this procurement.� Contracts resulting from this solicitation will be awarded to responsible offerors whose proposals, conforming to the solicitation, represent the BEST VALUE to the Government, price and technical factors considered.� Offerors are encouraged to submit their best proposal as the Government intends to evaluate proposals and award without discussions.� The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government.� The technical evaluation factors will be 1) Experience of the Firm; 2) Small Business Utilization; 3) Safety; 4) Sample Projects (2); and 5) Past Performance. �Technical Factors 1, 2, 3 and 4 are considered of equal importance to each other, and when combined, are equal in importance to the past performance evaluation, Technical Factor 5. �When the proposal is evaluated as a whole, the technical factors and past performance/performance confidence assessment factor combined are 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. Many task orders will be performed on military installations.� The field crew of the potential contractor shall be composed of personnel who can qualify for access to any of these areas. The Government utilizes the following software suite: Microsoft Office Word 2016, and Microsoft EXCEL 2016.� In preparation of documents and correspondence, the contractor shall ensure compatibility with the government�s software. The entire solicitation and future amendments are available for viewing and downloading.� Hard copies of the solicitation will not be issued.� The solicitation will be available in electronic format only. and will be posted on the web site https://beta.sam.gov under the �Contract Opportunities� tab.� 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 website https://beta.sam.gov. �It is the Offeror�s responsibility to periodically check the Contract Opportunities website for any amendments or notices to the solicitation.� All amendments must be signed and included in your submittal. Offeror(s) must be registered in the System for Award Management (SAM) at https://www.sam.gov to participate in this procurement. �� Offerors will be required to submit one original with three (3) hard copies, and one (1) electronic copy (CD-ROM) of the technical and price proposals by 2:00pm HST, on 8 July 2020 to (1) Postal Mailing Address: Naval Facilities Engineering Command, Acquisition Department-Environmental Contracts Branch (AQ32:VW) 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134, or (2) Hand Delivery Address: NAVFAC Pacific, Environmental Contracts Branch (Code AQ32:VW), 258 Makalapa Drive, Building 405, Honolulu, Hawaii 96860-3134. Label lower right corner of outside mailing envelop with �Cultural Resource Services N62742-19-R-1800.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4f9d30b2322042b4bf7825a997412912/view)
- Place of Performance
- Address: Honolulu, HI 96860-3134, USA
- Zip Code: 96860-3134
- Country: USA
- Zip Code: 96860-3134
- Record
- SN05682753-F 20200610/200608230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |