Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOURCES SOUGHT

R -- Source Sought Single Award IDIQ FFP Curation Services and Compliance.

Notice Date
6/11/2024 2:23:05 PM
 
Notice Type
Sources Sought
 
NAICS
712110 — Museums
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N62473-24-R-G002
 
Response Due
7/1/2024 11:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
Raquel P. Vega, Phone: 619-705-5663
 
E-Mail Address
raquel.p.vega.civ@us.navy.mil
(raquel.p.vega.civ@us.navy.mil)
 
Description
This is a SOURCES SOUGHT announcement for Market Research to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought is one facet in the Government's overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will NOT be notified of the results of the evaluations. The purpose of this Sources Sought is to seek potential qualified small business sources with indication of business size classification, including: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business The Government will use responses to this Sources Sought Synopsis to assist the Government in making appropriate acquisition decisions. If, after review of the responses to this source sought synopsis, the Government still plans to proceed with the acquisition, a combined synopsis/solicitation will be published on SAM.gov. Services to be acquired: Naval Facilities Engineering Systems Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all security, labor, storage, management, supervision, tools, materials, and equipment for archaeological collections and associated records necessary obtain professional collections management and long-term curatorial services and compliance in accordance with 36 CFR Part 79, Curation of Federally Owned and Administered Archaeological Collections and 43 CFR Part 10.9, Native American Graves Protection and Repatriation Act (NAGPRA) inventory requirements, as required.� The Contractor shall also provide storage (housing and maintenance) for these collections, which meet the federal standards for long-term curatorial services in accordance with 36 CFR Part 79.9.� All the work shall be conducted at the Contractor�s facility in San Diego County, California. The Contractor needs to meet the requirements of 36 CFR 79 and is geographically situated to meet the access requirements of Federally Recognized Tribes who assign religious and cultural significance to the curated materials managed from Navy owned lands.� The Area of Responsibility is California, Nevada, Arizona, Utah, Colorado, and New Mexico.� Services may include, but are not limited to; Inventorying, accessioning, labeling and cataloging a collection. Identifying, evaluating and documenting a collection. Storing and maintaining a collection using appropriate methods and containers, and under appropriate environmental conditions and physically secure control. Periodically inspecting a collection and taking such actions as may be necessary to preserve it. Providing access and facilities to study a collection; and Handling, cleaning, stabilizing and conserving a collection in such a manner to preserve it. Work will be accomplished under Task Orders that are competed under an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with both Non-Pre-Established Fixed Price Exhibit Line-Item Numbers (ELINs) and Pre-Established Firm Fixed Priced ELINs. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders. The proposed contract will be for a period not to exceed 4 years. The estimated value of the potential single award contract is approximately $1.4 million total. The North American Industry Classification System (NAICS) Code for this procurement is 712110, Museums; Small Business Size Standard is $34.0 million. The contractor will be required to furnish all security, labor, storage, management, supervision, tools, materials, equipment and transportation for archaeological collections and associated records from various Navy and Marine Corps installations as well as their current repository location. The Area of Responsibility is California, Nevada, Arizona, Utah, Colorado, and New Mexico.� The Contractor shall demonstrate an ability to maintain Navy and Marine Corp archaeological collections to Federal Standards in accordance with 36 CFR 79, Curation of Federally owned and Administered Archaeological Collections and human remains from any installation within the NAVFAC Southwest footprint in accordance with 43 CFR Part 10.9, Native American Graves Protection and Repatriation Act (NAGPRA).� It is crucial that the contractor be able to house the collection within Southern California to comply with regulatory provisions. �Per 36 CFR 79.10, federally owned and administered collections must be accessible for scientific, educational, and religious uses. The regulation further states, �Religious remains in a collection shall be made available to persons for use in religious rituals or spiritual activities. Religious remains generally are of interest to medicine men and women, and other religious practitioners and persons from Indian tribes, Alaskan Native corporations, Native Hawaiians, and other indigenous and immigrant ethnic, social and religious groups that have aboriginal or historic ties to the lands from which the remains are recovered, and have traditionally used the remains or class of remains in religious rituals or spiritual activities� (36 CFR 79.10(b)). Although the AOR for this Source Sought is listed as California, Nevada, Arizona, Utah, Colorado, and New Mexico, the overwhelming majority of the collection was recovered from Southern California. The relocation of these materials to repositories far-removed from traditional or aboriginal tribal territories (i.e., outside of Southern California) would inhibit the Navy�s ability to comply with 36 CFR 79. It is anticipated; that should a solicitation be issued; it would be a FFP Indefinite Delivery/Indefinite Quantity (IDIQ) type solicitation for pre-established fixed pricing with work being issued by Task orders by the Contracting Officer. Interested, qualified SBA certified Historically Underutilized Business Zone (HUBZone) small business firms; 8(a) Small Disadvantaged Business firms; Service Disabled Veteran-owned Small Business firms; and/or Small Business firms may submit their interest and capability response via email at email address: raquel.p.vega.civ@us.navy.mil. Reponses to this Sources Sought request should reference the Sources Sought number and shall include the following information: 1. Provide a one (1) page cover sheet that MUST include: Contractor name, address, primary phone number Contractor�s cage code, status and size of the business relative to NAICS code 712110 Two Points of Contact with telephone numbers and e-mail addresses Short description of the contractor�s history including years in business, number of employees, and main disciplines/experience areas of the contractor The contractor�s capabilities and experience to manage an IDIQ curation services contract and task orders. 2. Provide up to two (2) pages listing key employees of both the contractor and all subcontractors, and their experience relative to the services described above. typewritten pages in no less than 10 pitch font. 3. Provide up to eight (8) pages listing with past and current contracts/task orders (within the last 5 years), that demonstrate the contractor�s ability to perform the services described above. 4. Provide at least one (1) completed contract or contract task order award or combined valued over $1,000,000 (within the last 5 years of issuance of this source sought). 5. Provide any other supporting documentation.� When and if available, the solicitation will be available by electronic media under the combined synopsis/solicitation notice and will be able to be viewed and downloaded from www.SAM.gov website. There will be no paper copies issued. Amendments will be posted on the www.SAM.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror(s)� responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at www.SAM.gov and meet eligibility requirements to participate in this procurement. The closing date set for receipt of sources sought is 20 calendar days from the date of issue. Questions should be submitted by email to raquel.p.vega.civ@us.navy.mil. Submittals/Capabilities packages must be received before 11:00 A.M. Pacific Standard Time (PST) on 01 July 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54bd136716d747438a9ae6e70b3b0291/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN07093863-F 20240613/240611230132 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.