Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125

SOUTHWESTNAVFACENGCOM, 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