Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

F -- FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Cultural Resources and Related Investigations and Studies in the Pacific Ocean Region

Notice Date
4/5/2012
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-R-0008
 
Response Due
5/20/2012
 
Archive Date
7/19/2012
 
Point of Contact
Theodore Turney, 808-438-8591
 
E-Mail Address
USACE District, Honolulu
(theodore.t.turney@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a Pre-solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled "FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Cultural Resources and Related Investigations and Studies in the Pacific Ocean Region as described within this announcement. THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR Part 15, which will follow this announcement and will take place no sooner than 30 days from the publication date of this announcement. The basis for award and evaluation factors will be in accordance with the "Basis for Award/Evaluation Factors" section within this announcement below. The primary purpose of this announcement is to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities. The Government intends to solicit this requirement as a total small business set-aside in accordance with FAR Subpart 19.5. The North American Industry Classification code (NAICS) for this requirement is 541720. The Small Business size standard for this NAICS code is $7,000,000.00 annual average revenue. This requirement is intended to be awarded as a firm-fixed price commercial item services contract. The Government intends to award two (2) to four (4) separate IDIQ contracts as a result of this solicitation. The duration of the resulting IDIQ contracts will include a base year from date of award + four (4) option years. Each task order will be competed amongst the awardees. The maximum shared capacity of the MATOC is Not-to-Exceed $9,500,000.00. The Government intends to obligate itself to a one time minimum guaranteed amount of $3,000 during the term of the contract. Contractors shall be required to conform to a separate scope of work for each task order, but in general the type and nature of the requirements will be in accordance with the "Project Description" section within this announcement below. The U.S. Army Corps of Engineers, Honolulu District currently has one (1) IDIQ contract: W9128A-08-D-0009 with the Firm: Cultural Surveys Hawaii, Inc. for the services requested by this Pre-Solicitation announcement. Capacity on this contract has been exhausted and this has subsequently created the need for this new MATOC requirement. Project Description: FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Cultural Resources and Related Investigations and Studies in the Pacific Ocean Region. The purpose of this Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be to provide archaeological and cultural resource services to include the identification, assessment, significance evaluation, and data recovery; data analysis, documentation, interpretation, mitigation, and management of historic properties including archaeological sites (both prehistoric and historic), historic architectural structures, historic districts, cultural and historic landscapes, and traditional cultural properties; documentation of cultural resources, compilation of the data into professionally acceptable reports, and reproduction of the reports in a professionally acceptable format; and curation. The services also includes, but not be limited to, preparation of research designs; development/execution of integrated cultural resource management plans (ICRMP); evaluations of significance determinations of archaeological and historic sites for eligibility to the National Register of Historic Places (NRHP); preparation and submittal of National Register (NR) nomination forms; conducting archival and literature searches, field reconnaissance surveys, intensive surveys, and data recovery programs; eliciting cultural and traditional information, conducting data gathering and interviews, and documentation of traditional cultural properties (TCP); and data recovery, archaeological and cultural site monitoring and sampling; mitigation and treatment plans, laboratory analyses, and data interpretation; implementation of cultural monitoring program; historic architectural studies/investigations, preliminary evaluations and structural condition assessment surveys, and architectural monitoring plans; Historic American Buildings Survey/Historic American Engineering Records (HABS/HAER) and cultural landscape documentations; structural analysis, preservation, rehabilitation, restoration, and reconstruction oversight, data interpretation, and report preparation. Specific work requirements include the following: a.Archaeological Reconnaissance Surveys. Conduct an examination of all or part of an area in sufficient detail to make generalizations about the types, distributions, and preliminary significance evaluation of cultural properties that may be present. b.Archaeological Intensive Surveys. Perform systematic and detailed examination of an area designed to gather information about cultural properties sufficient to evaluate them against criteria of significance within specific historic/prehistoric contexts and for their eligibility for inclusion to the National Register of Historic Places. c.Archaeological Data Recovery. Perform archaeological data recovery research on historic properties that may be adversely altered, damaged or destroyed as a result of a construction, rehabilitation, or maintenance project. d.Archaeological Site Monitoring. Perform site monitoring programs to include the observation and sampling of an excavation or excavation(s) related to a construction project in order to recover archaeological information and materials, if they are exposed, and to ensure that any significant features, objects or remains that may have been missed during previous investigations are recorded and preserved as archival material or in situ. e.Cultural Monitoring. Perform cultural monitoring programs to include the observation of an archaeological survey, excavation or excavations during the performance of a construction project in order to recover culturally important or culturally significant information and materials, if they are present or exposed, and to ensure that any previously unrecorded or undocumented significant cultural features, objects, or remains are recorded and preserved as archival material or in situ. f.Development of cultural resources management plan/integrated cultural resources management plans. Prepare CRMP/ICRMPs which shall establish processes for integrating the preservation, use, and management of historic properties (as individual sites, historic districts, cultural landscapes, etc.) with the mission and programs of a particular federal agency and/or military installation in a manner appropriate to the nature of the historic properties involved, and the nature of the agency and/or installation and its mission, programs, and planning processes. Any task order for the preparation of an CRMP/ICRMP shall include in its contents the following elements: forward or executive summary, introduction, statutes and regulations, overview or planning level survey, cultural resources inventory, predictions, identification system, management plan or objectives including proposed historic districts and cultural landscapes, economic analysis, public involvement plan, CRMP/ICRMP implementation, and general provisions for reporting, qualifications of personnel, periodic CRMP/ICRMP review, and dispute resolution. g.Architectural Reconnaissance Surveys. Conduct an examination of all or part of an area, set of structures, or buildings in sufficient detail to make generalizations about the types, distributions and initial potential significance of historic properties that may be present. h.Condition Assessment surveys. Perform systematic and detailed examination of an area, set of structures, or buildings designed to gather information about properties or certain structural elements sufficient to evaluate them against criteria of significance within specific historic contexts. i.Site Architectural Monitoring. Develop and perform site monitoring programs to include the observation and inspection of a construction project from design phase through various stages of construction, to be determined for each task order, to ensure the protection of any existing significant architectural features and/or intact material remains, and to ensure these historic resources are properly addressed throughout the construction period. j.Mitigation and Treatment Plans. Perform historic architectural research/mitigation on historic properties that may be adversely altered, damaged or destroyed as a result of a construction, rehabilitation, renovation, demolition, or maintenance-related project. k.HABS/HAER and Historic Landscape Investigations. Establish standards for and perform appropriate methods and kinds of recordation and documentation for eligible historic buildings and/or engineering structures, and landscape(s) prior to their demolition, alteration, rehabilitation, or ownership transfer in consultation with appropriate representatives of the proprietary installation, Historic Preservation Officer, and HABS/HAER Division of the National Park Service. l.National Register (NR) Form preparation. Prepare NR forms for historic properties, districts, and/or landscapes in accordance with existing standards, criteria, and guidelines in an effort to document all available information of the historic properties, district, and/or landscapes for decisions regarding their eligibility for inclusion into the National Register of Historic Places. m.Preparation of Interpretive Studies, Materials, and Services. Prepare work plans for accomplishing the study, design, and production of interpretive tours, displays, and media for historic properties in accordance with existing standards, criteria and guidelines. n.GPS and GIS Requirements for geospatial data collection of cultural resources. o.Traditional Cultural Properties. Perform systematic and detailed examination of an area, landscape, district, region, island, etc., designed to gather information about properties that may hold importance to cultural entities, organizations, or societies. Information gathering may include oral interviews, audio- and video-taping of cultural historians, translating or transcribing of archival and library documents and material, any other methodology or context available and appropriate at the time. Specific requirements will be defined in each individual task order. The services may also include but not be limited to furnishing labor, transportation, equipment, material, supplies and supervision to perform each task specified in individual task orders. The Contractor will depending upon the particular scope of work contained in any individual task order, consult with the U.S. Army Corps of Engineers, Honolulu District (POH) Contracting Officer Representative (COR) to gather information for individual APP, WP, RD, DRP, AMP, CMP, CRMP, ICRMP or other plan formulation; archival, field and laboratory investigations; scheduling, points-of-contact, and rights-of-entry requirements; to mediate or clarify task order difficulties; to provide written progress reports. Contractor shall also immediately inform and confer with COR and POH environmental personnel with regards to identification of any major and/or significant cultural resources that may have an immediate impact on any project, cultural resources management planning, military training, etc., particularly as they might relate to future activities within the specific task order project area. Unless otherwise stated in a task order, written progress reports shall be submitted beginning within 30 calendar days of the date of award of each task order and every 30 calendar days thereafter, unless this requirement is waived by the POH Contracting Officer. These reports shall include at a minimum the hours spent and a description of the work performed. When necessary, the report shall also provide a description of current problems that may impede performance and suggested corrective action(s). Where milestone dates specified in each task order will not be met, written requests for extensions shall be submitted to the POH Contracting Officer. Basis for Award/Evaluation Factors: The Government intends to utilize the Best Value Tradeoff Process for Source Selection in accordance with FAR 15.101-1. Award will be made to the offerors proposing the combination most advantageous to the Government based upon an integrated assessment of the proposals received. A preliminary description of the evaluation factors and sub-factors is described below. Further details pertaining to the evaluation factors will be provided in the official RFP. For this procurement, it is intended that the non-priced factors listed below, when combined, will be approximately equal in importance to price. Factor 1: Technical. The Technical factor is further divided into the following sub-factors: Factor 1, Subfactor 1: Previous Experience Factor 1, Subfactor 2: Key Personnel Factor 1, Subfactor 3: Technical Approach for Sample Project Factor 2: Past Performance: Each offeror's past performance will be reviewed to determine relevancy and confidence assessment. Factor 3 Price: The resulting award(s) will be a commercial service firm-fixed price Multiple Award Task Order Contract (MATOC). Price reasonableness will be utilized in the evaluation of the Firm-Fixed Price effort. Factor 3, Sub-factor 1: Price Schedule Rates Factor 3, Sub-factor 2: Sample Project - Price Where to Send Responses: Submit responses via email to W9128A-12-R-0008@usace.army.mil. Place of Performance: The study areas shall constitute locations within the Pacific Ocean Region, specifically the US Army Corps of Engineers, Pacific Ocean Division (POD) area of operations and responsibility (AOR). POD's AOR basically constitute area of the Pacific Ocean that is bounded, but does not include, the continental land masses of North and South America to the east and Asia to the west. POD's AOR includes Alaska and the Republic of South Korea as well as, but is not limited to, Hawaii, Guam, American Samoa, Commonwealth of the Northern Mariana Islands, Federated States of Micronesia, Republic of Palau, Republic of the Marshall Islands (including Kwajalein Atoll) and in any other areas or regions where POD has on-going activities, actions and projects. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Proposals will be due approximately 30 days after the actual solicitation issuance date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02715110-W 20120407/120405235626-8bc65d11c231cf4d58b7016a72ba910e (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.