Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOURCES SOUGHT

B -- CULTURAL RESOURCES RELATED SERVICES AT VARIOUS LOCATIONS IN ARIZONA, CALIFORNIA, NEVADA, NEW MEXICO, OREGON, AND WASHINGTON

Notice Date
3/4/2004
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-XXXX
 
Response Due
3/19/2004
 
Archive Date
4/3/2004
 
Point of Contact
Joseph Brown, Contract Specialist, Phone 619 532-1266, Fax 619 532-3358,
 
E-Mail Address
brownjl@efdsw.navfac.navy.mil
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING A BID PACKAGE OR SOLICITATION. THERE IS NO BID PACKAGE OR SOLICITATION! IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. Southwest Division, Naval Facilities Engineering Command is seeking sources with current relevant qualifications, experience, personnel, and capability to perform a contract to provide all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary to perform cultural resources related services at various locations in Arizona, California, Nevada, New Mexico, Oregon, and Washington. Although the majority of work is expected to be in California, performance will be at various federal sites with projects occurring simultaneously at multiple sites. Any successful awardee will be required to obtain security clearance level sufficient to access military bases. The North American Industry Classification System (NAICS) Code is 541690 ? Other Scientific and Technological Consulting Services, and the Small Business Size Standard $6.0M. Respondents shall provide information related to contracts where the respondent was the prime contractor and performed all services. All capability information shall include: Contract number; customer (DOD agency, other government agency); contracting officer's representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. Interested sources are invited to respond to this sources sought announcement by providing, at a MINIMUM, the following: 1) Financial Capability: Provide financial statement showing capability to manage a contract with an estimated value of $5,000,000 or higher; 2) Past Performance: For your firm, demonstrate at least 3 years experience in archeological and historic (cultural resources) investigations for complying with Sections 110 and 106 of the National Historic Preservation Act of 1966, as amended and the preparation of cultural resources management documents (Integrated Cultural Resources Management Plans, Regional Research Designs and Studies, Archeological Landscape Studies, and Historic Context Studies) specifically in California, Arizona, Washington, Oregon, Nevada, and New Mexico. Including contract numbers, points of contact, and telephone numbers for relevant projects during the last 3 years; 3) Experience: For your firm?s key personnel, demonstrate at least 5 years experience and expertise in the areas of prehistoric and historic archeology, history, military history, and historic architecture in California, Arizona, Washington, Oregon, Nevada, and New Mexico; 4) Quality Control: Describe your firm?s quality control system, how inspections are to be conducted, provisions for recording the results of inspections and for recording corrective action taken, and provisions to update and revise the Quality Control Plan during the performance of a contract; 5) SDVOSB and WOSB certification: Provide a self-certification that you are a SDVOSB or WOSB. Also, please identify whether your firm is a qualified 8 (a), HubZone, or Small Disadvantaged, Small Business. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, EFDSW-SD will utilize the information for technical and acquisition planning. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the government. Please respond to this sources sought announcement by 19 March 2004 to Southwest Division, Naval Facilities Engineering Command, Code 02F.LB, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to joseph.l.brown2@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters will be issued to the participants.
 
Place of Performance
Address: VARIOUS LOCATIONS IN ARIZONA, CALIFORNIA, NEVADA, NEW MEXICO, OREGON, AND WASHINGTON
Country: UNITED STATES
 
Record
SN00536860-W 20040306/040304223353 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.