Pre-Solicitation Notice: Cultural Resources Services for NAVFAC SW

expired opportunity(Expired)
From: Federal Government(Federal)
N6247324R3204

Basic Details

started - 23 Feb, 2024 (2 months ago)

Start Date

23 Feb, 2024 (2 months ago)
due - 11 Mar, 2024 (1 month ago)

Due Date

11 Mar, 2024 (1 month ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N6247324R3204

Identifier

N6247324R3204
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710964)DEPT OF THE NAVY (157277)NAVFAC (10940)NAVFAC PACIFIC CMD (3925)NAVFAC SOUTHWEST SW (136)NAVFACSYSCOM SOUTHWEST (129)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

The source of the requirement is the Naval Facilities Engineering Systems Command Southwest (NAVFACSW), Environmental Business Line. The Navy and Marine Corps requires a “follow-on” procurement to contract N62473-20-D-0008 (Cultural Resources Services contract) to provide a recurring need for Cultural Resources Services at NAVFAC SW Navy and Marine Corps Installations. Cultural Resources Services will assist the Navy and Marine Corps in performing cultural resources related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended. Areas of responsibility including of Arizona, California, Colorado, Nevada, New Mexico, and Utah, and other States as needed. The majority of the services is expected to be performed in California.The acquisition strategy is to pursue a multiple award, combination firm-fixed-price (FFP) and indefinite
delivery/ indefinite quantity (IDIQ) contract for cultural resources services. As authorized in accordance with agency procedures per FAR 17.204(e) procedures, the performance period will be for: 12 months (1 year) Base Period; 24 months (2 years) Option Period 1; 24 months (2 years) Option Period 2; 36 months (3 years) Option Period 3; and 6 months FAR52.217-8 Option to Extend Service. These services are consistent with FAR 37.101 definition for services contracts, and the Performance Work Statement (PWS) is consistent with Performance-Based service contracting. The anticipated aggregate ceiling amount is $99.9 million. The Task Order range is $5,000 to $1,000,000.This procurement will replace the contract for similar services awarded in FY20, N62473-20-D-0008. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The Contractor will perform cultural resources services for the following:Archaeological Survey and/or Site RecordationHistorical Survey and EvaluationArchaeological Evaluation and Eligibility Investigation – Prehistoric Period SitesArchaeological Evaluation and Eligibility Investigation – Historic Period SitesCultural Resources MitigationArchaeological MonitoringGraphics and PresentationsWork PlansBackhoe Use to Remove Overburden/Exposure of Deeply Buried DepositsMeetingsTravelThe Product and Service Code is B503 Special Studies/Analysis/Archeological/ Paleontological.The North American Industry Classification System code for this procurement is 541720 – Research and Development in the Social Sciences and Humanities. The small business size standard is $28 million.The pending solicitation described here is intended for a total small business set-aside. These cultural resources services are in need of a qualified, capable, and experienced contractor to meet all of the complex and interrelated requirements of the Government, and the program management of such a significant and complex bunch of programs is significant. Market Research was performed in evaluation of the marketplace, including the results of a Sources Sought Notification (N62473-24-R-G001; published 06 October 2023), where the capabilities and interest of industry was evaluated in coordination with the Small Business Administration. Please note that the solicitation number for this synopsis has changed from N62473-24-R-G001 to N62473-24-R-3204. The Government has approved a Small Business Coordination Record (DD2579) to record the details of the decision for using a total small business set-aside for this solicitation.Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov under “contract opportunities” when it becomes available. NAVFAC SW plans to post the solicitation on 11 March 2024. The point of contact for this solicitation is Linde Heinrich:linde.y.heinrich.civ@us.navy.mil750 Pacific Highway FL12San Diego, CA 92132

USALocation

Place Of Performance : N/A

Country : United States

Office Address : 750 PACIFIC HIGHWAY SAN DIEGO , CA 92132-0001 USA

Country : United StatesState : CaliforniaCity : San Diego

You may also like

WATERSHED PLAN AND ENVIRONMENT DOCUMENT MAIN DITCH WATERSHED FOR NATIONAL RESOURCE CONSERVATION SERVICES IN MISSOURI.

Due: 25 Feb, 2026 (in 22 months)Agency: FARM PRODUCTION AND CONSERVATION BUSINESS CENTER

INVESTIGATIVE DELIVERY SERVICES FOR THE JOHN S. MCCAIN III NATIONAL CENTER FOR ENVIRONMENTAL CONFLICT RESOLUTIONS-NATIONAL CENTERS WEST COAST TRIBAL CULTURAL LA...

Due: 17 Mar, 2025 (in 10 months)Agency: MORRIS K. UDALL SCHOLARSHIP AND EXCELLENCE IN NATIONAL ENVIRONMENTAL POLICY FOUNDATION

Please Sign In to see more like these.

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

Classification

naicsCode 541720Research and Development in the Social Sciences and Humanities
pscCode B503Archeological/Paleontological Studies