|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 B -- CORECTION: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ)
CULTURAL RESOURCES SERVICES CONTRACT FOR VARIOUS LOCATIONS IN ARIZONA
AND CALIFORNIA SOL N68711-98-R-5711 DUE 080798 POC Len Brown, Contract
Specialist, (619) 532-1266; Maria Williams, Contracting Officer
E-MAIL: Contract Specialist, jlbrown@efdswest.navfac.navy.mil.
CORRECTION: This procurement was originally published in the CBD dated
5/4/98. The due date is changed to August 7, 1998. This procurement
consist of one solicitation with the intent to award multiple firm
fixed-price IDIQ Service Contracts to the responsible offerors whose
proposals, conforming to the Request for Proposal (RFP), will be most
advantages to the Government resulting in the Best Value, price and
other factors considered. Services to be performed under fixed-price
IDIQ contract may include, but not be limited to, archival and
historical research, reconnaissance and intensive
archaeological/geomorphological field surveys, site testing/evaluation
for the National Register of Historic Places (NRHP), data recovery
through site excavation, preparation of cultural resource management
plans, special studies, laboratory analyses, computerized data base
creation and management, technical reports, and preparation of National
Register nomination forms, cultural resources related studies,
investigations, preparation of historic and archaeological documents,
and implementation of plans in accordance with Sections 106 and 110
compliance for the National Historic Preservation Act of 1966, as
amended. Knowledge and experience in the areas of military
architecture, prehistoric and historic archeology and architectural
history for Arizona and California is required including the ability to
meet the Secretary of the Interiors' requirements (Federal Register VOL
48, No. 190, Thursday, September 29, 1983, page 44739) and the
Archaeological Resources Protection Act Qualifications. The work will
be assigned by Task Orders (TO) issued by the Contracting Officer and
performed at various locations within the states of Arizona and
California. The contractor shall accomplish all discipline
coordination; the Government will not coordinate the work for the
Contractor. The Government reserves the right to award one or more
contracts under this solicitation. The Government further reserves the
right to award the remaining two or more contracts within the
acceptance period based upon the availability of funds for the minimum
guarantee. Each contract will be for one (1) base year with the
Government having the option to renew for four (4) additional one-year
periods. Successful offerors will receive a minimum guarantee of
$10,000.00 for the base year. The minimum guarantee will be met by
issue of Task Order(s). The Government will endeavor to award at least
one Task Order to each successful offeror to establish a base line for
past performance under the instant contract. Subsequent TOs will be
awarded based on FAR 16.505(b) including past performance on TOs,
quality of deliverables, price, and other factors. The awarded TOs will
be a performance scope, firm fixed-price task with a specific
completion date. Initial award of the contract(s) will be based on best
value to the government. Proposals will be evaluated for award using
three major technical factors: Past Performance, Pricing, and
Technical/Management which consist of three sub-factors: Experience,
Business Plan, and Example Documentation. The Government intends to
evaluate proposals and award a contract without discussions with
offerors. Therefore, each initial offer should contain the offeror's
best terms from a price, past performance, and technical/management
standpoint. However, the Government reserves the right to conduct
discussions if later determined to be necessary by the Contracting
Officer. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The
SIC for this procurement is 8999 and the annual size is $5.0M. Plans
and specs will not be mailed to firms within a 20 mile radius of the
issuing office. Solicitation packages may be acquired in person form
Plan Issue or by mail. Telephone messages will not be accepted. Request
for the solicitation must be in writing stating the solicitation number
N68711-98-R-5711, complete name, address, area code and phone number,
fax number, and whether bid as a Prime/Subcontractor/Supplier, and
point of contact to call. Planholderslist will not be faxed. Facsimile
request to (619) 532-2083, or mail request to Southwest Division,
Naval Facilities Engineering Command (PLAN ISSUE), Building 132, 1220
Pacific Highway, San Diego, Ca 92132-5187. Solicitations will be
available on or about July 6, 1998. Current Planholders need not
reapply. Posted 06/24/98 (0175) Loren Data Corp. http://www.ld.com (SYN# 0014 19980626\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|