Professional Archaeological Services

expired opportunity(Expired)
From: Federal Government(Federal)
18-233-SOL-00013

Basic Details

started - 01 Feb, 2018 (about 6 years ago)

Start Date

01 Feb, 2018 (about 6 years ago)
due - 04 Feb, 2018 (about 6 years ago)

Due Date

04 Feb, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
18-233-SOL-00013

Identifier

18-233-SOL-00013
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Program Support Center/HHS is gathering information to determine the availability of resources to provide archaeological professional services for field surveys, field testing, and systematic archaeological excavations. The scope of work is listed within the attached PWS.The information received will be used Office to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered as an Invitation to Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, or appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its
acquisition strategy.The North American Industry Classification System (NAICS) code for this acquisition is 541990 Other Services Related to Advertising with a corresponding Small Business Size Standard of $15 million. The anticipated type of award will be a Simplified Acquisition, Firm Fixed Price, Purchase Order or Delivery Order. Vendor Responses are limited to five (10) written pages (PDF or MS Word Format) and should include: Company Profile to include company name, office location(s), DUNS/CAGE code number, email address, and statement regarding current small/large business status (i.e.-Certified 8(a) Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUBZone) Large Business are permitted to respond to notice.Include basic abilities with your response to include prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. The respondent may identify any unique characteristics or alternative solutions to the performance of work. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your firm's ability to propose a FFP.Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not review general capability statements, please ensure submissions are tailored to this requirement.The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before COB on 31 October 2017 17:00 MST via email to Mr. Joseph Warby at joseph.warby@psc.hhs.gov or by mail to Program Support Center, U.S. Department of Health and Human Services, 350 South Main Street, Suite 262, Salt Lake City, Utah, 84101 Attn. Joseph Warby. Questions shall be submitted via email to the POC above.

Island of Betio, Tarawa Atoll Non-U.S. KiribatiLocation

Place Of Performance : Island of Betio, Tarawa Atoll,

Country : United States

You may also like

C-101530 RFP 67-23 On-Call Archaeological Services

Due: 31 Dec, 2026 (in about 2 years)Agency: City of Vancouver

SOUTHEAST ASIA CLEAN ENERGY FUND II, LP- 9000116553

Due: 24 Apr, 2025 (in 11 months)Agency: UNITED STATES INTERNATIONAL DEVELOPMENT FINANCE CORPORATION

Request for Proposal - Yekooche and Cluculz Lake Archaeological Services

Due: 13 May, 2024 (in 12 days)Agency: Archaeological services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

541 -- Professional, Scientific, and Technical Services/541990 -- All Other Professional, Scientific, and Technical Services
naicsCode 541990All Other Professional, Scientific, and Technical Services
pscCode RElectronic Records Management Services