The RFP Database
New business relationships start here

Cultural Resources Services for the Los Angeles District and all regions served by South Pacific Division


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

CONTRACT INFORMATION:
This contract is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of Miscellaneous Cultural Resources Services for projects at various locations in the Los Angeles District and South Pacific Division. This announcement is set aside for small businesses only. There will be up to two (2) indefinite delivery contract awards for Miscellaneous Cultural Resources services. The top rated firm(s) will be awarded the contract(s). The contract(s) will be for a sixty (60) month period, or until the not-to-exceed amount of $3,000,000.00 for each contract or $6,000,000.00 if one award, has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is October 2019 for a period of sixty
(60) months through September 2024. Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) Code for this action is 541330. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees' office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award management (SAM) at https://www.sam.gov. For assistance, contact the Federal Customer Service Desk www.fsd.gov; US Calls: 866-606-8220, Hours 8 AM - 6 PM (Eastern Time.

PROJECT INFORMATION:


The work and services may encompass projects under Civil Works and Military projects and support for other programs. The Contractor shall provide or obtain professional expertise in all pertinent disciplines, research facilities, equipment, materials, and labor to provide the cultural resources services described in the scope of work contained in individual delivery orders issued by the Contracting Officer. These services may include cultural resources literature searches, reconnaissance studies, intensive surveys, testing/evaluation programs, mitigation through data recovery and analysis, construction monitoring, facilitating tribal consultation meetings and tribal coordination, ethnographic studies, curation activities, remote sensing (land and/or underwater), preparation of exhibits/interpretive materials, and other related services. All services shall be performed in a manner that meets professional standards and practices. The Contractor shall complete appropriate state site and survey forms in a manner that conforms to State Historic Preservation Officer requirements, repository guidelines, and professional standards. The Contractor may be required to use collected data to document recommendations of eligibility, complete National Register forms, and provide recommendations and time and cost estimates for additional investigations and/or mitigation measures. These services may also include impact analysis suitable for NEPA/CEQA documentation.
The firm selected for these contracts will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. The plan must be prepared and approved by the Government as a condition of contract award, but it is not required for this submission.
All GIS data associated with services to be performed under delivery orders will comply with the CADD/GIS Technology Center Spatial Data Standards (SDS).
SELECTION INFORMATION:
The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F is secondary and will be used as a tie-breaker among technically equal firms:

A. Professional Qualifications. Qualified Professional Personnel in the following key disciplines: (1) Principal Investigator; (2) Project Manager; (3) Archeologist (Field); (4) Archeologist (Lab); (5) Archeologist (Underwater); (6) Archeological Technician; (7) Technical Analyst (Lithics); (8) Technical Analyst (Ceramics); (9)Technical Analyst (Faunal); (9) Historian; (10) Historical Architect/Architectural Historian. Supporting (subcontractors, if required) will include: Ethnologist/Ethnohistorian, Paleontologist, Geomorphologist, Remote Sensing Equipment Operator (Land), Remote Sensing Equipment Operator (Underwater), Photographer, Scientific Illustrator, and Cartographer/Draftsperson. The evaluation will consider relevant experience, education, training, overall experience and longevity with the firm.


B. Specialized Experience and Technical Competence. (1) Ability to conduct Cultural resources investigations, analysis, compliance, and monitoring activities for projects in planning, design and construction phases; (2) Providing recommendations and time and cost estimates for additional investigations and/or mitigation measures; (3) Preparing National Register of Historic Places eligibility assessments; (4) Ability to perform Prehistoric/historic archeological survey and data recovery; (5) Conducting of impact analysis suitable for NEPA/CEQA documentation; and (6) Ability to facilitate tribal consultation meetings and tribal coordination.


C. Capacity to perform multiple task orders simultaneously. This evaluation will consider the experience of the firm and any consultants, complexity of projects performed, and the availability of an adequate number of personnel in key disciplines.


D. Past Performance on DOD and other contracts within the last 5 years with respect to cost control, quality of work and compliance with performance schedules.


E. Knowledge and experience with the cultural areas and history of the southern California, Arizona, and other regions served by SPD. Knowledge of/experience with southern California and Arizona will be rated higher than experience in other areas.


F. Geographic proximity (physical location) of the firm in relation to the location of project(s) in southern California and Arizona.


G. Volume of DOD contract awards in the last 12 months. All firms that submit an SF 330 shall be notified in writing acknowledging receipt of their response. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further consideration shall also be notified in writing. The firms which are considered by the Selection Board but are not ranked for negotiation shall be notified in writing. The firms which are ranked for negotiation but are not selected for an award shall also be notified in writing after the award of the contract. The contract award shall be IAW Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including Small, Disadvantaged Owned Firms and firms that have not had prior DOD contracts. Qualified Small Disadvantaged Firms will receive consideration during selection and all other selection evaluation criteria being equal, participation in joint venture may also become a determining factor for selection. Therefore, all offered submittals should specifically identify in the appropriate portions of the SF330 all proposed Small Disadvantaged Firm participation in the proposed activity to be accomplished by the contractor. The Los Angeles District and Minority Business Development Agency are working with local business Development Centers (BDCs) to provide assistance to Small Disadvantaged Business Concerns to participate in Government Contracts. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. In Section H, describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor work. The plan must be prepared and approved by the Government, as a condition of contract award, but is not required with this submission.


SUBMISSION REQUIREMENTS: Interested Cultural Resources firms having the capabilities for this work are invited to submit one completed Standard Form 330 (current version 8/2016) Architect Engineer Qualifications Parts I and II and one (1) SF330 Part II for each firm that will be part of the team, to the above address not later than 2:00 pm on the response date indicated above. For Section F projects, one (1) IDIQ Task Order will be considered as one (1) project. In addition to your hardcopy submission, please include a copy of your submission on 1 Compact Disc. The street address is: 915 Wilshire Boulevard, Suite 930, Los Angeles, California 90017. To hand carry a submittal, arrangements must be made through Tracey Daggy, (213) 452-3239 prior to delivery. Lengthy cover letter and generic corporation brochures or other presentation beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received by the due date specified herein. Include DUNS number of the office that will perform the work. The SF330 Part I shall not exceed 70 pages (8.5 inches x11 inches) including no more than 16 pages for Section H. PLEASE NOTE: RESUMES DO NOT COUNT AGAINST THE 70 PAGE LIMITATION. Each side of paper is a page (70 pages single sided or 35 pages double sided) Use no smaller than 12 font type. In Section H indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart (11" x17" will count as 1 Page) of the key personnel to be assigned to the project. No other general notification will be made of this work. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Point of Contact: Contracting Division, East Region Branch: Tracey Daggy, Contract Specialist at 213 452 3239.


Tracey Daggy, Contract Specialist, Phone (213) 452-3239, Email tracey.i.daggy@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP