The RFP Database
New business relationships start here

Professional Curatorial and Collections Management Services


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

THIS IS A SOURCES SOUGHT NOTICE (MARKET SURVEY) FOR INFORMATION TO BE USED FOR PRELIMINARY PLANNING PURPOSES ONLY. THIS bIS NOTb A SOLICITATION ANNOUNCEMENT AND NOT A REQUEST FOR PROPOSAL; NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE FOR THIS NOTICE. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this bSources Soughtb notice is to identify potential U.S. Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone); 8(a) Small Disadvantaged Business firms; Service Disabled Veteran-owned Small Business firms; and/or Small Business Concerns capable of providing Professional Curatorial and Collections Management Services, primary North American Industry Classification System (NAICS) Code: 712110, Museums; Small Business Size Standard: $27.5M.
The contractor will be required to furnish all security, labor, storage, management, supervision, tools, materials, equipment and transportation for archaeological collections and associated records from various Navy and Marine Corps installations as well as their current repository location. The Area of Responsibility is California, Nevada, Arizona, Utah, Colorado, and New Mexico. The Contractor shall demonstrate an ability to maintain Navy and Marine Corp archaeological collections to Federal Standards in accordance with 36 CFR 79, Curation of Federally-owned and Administered Archaeological Collections and human remains from any installation within the NAVFAC Southwest footprint in accordance with 43 CFR Part 10.9, Native American Graves Protection and Repatriation Act (NAGPRA).
It is crucial that the contractor be able to house the collection within Southern California to comply with regulatory provisions. Per 36 CFR 79.10, federally-owned and administered collections must be accessible for scientific, educational, and religious uses. The regulation further states, bReligious remains in a collection shall be made available to persons for use in religious rituals or spiritual activities. Religious remains generally are of interest to medicine men and women, and other religious practitioners and persons from Indian tribes, Alaskan Native corporations, Native Hawaiians, and other indigenous and immigrant ethnic, social and religious groups that have aboriginal or historic ties to the lands from which the remains are recovered, and have traditionally used the remains or class of remains in religious rituals or spiritual activitiesb (36 CFR 79.10(b)).
Although the AOR for this Source Sought is listed as California, Nevada, Arizona, Utah, Colorado, and New Mexico, the overwhelming majority of the collection was recovered from Southern California. The relocation of these materials to repositories far-removed from traditional or aboriginal tribal territories (i.e., outside of Southern California) would inhibit the Navybs ability to comply with 36 CFR 79. It is anticipated; that should a solicitation be issued, it would be a FFP Indefinite Delivery/Indefinite Quantity (IDIQ) type solicitation for pre-established fixed pricing with work being issued by Task orders by the Contracting Officer. Interested, qualified SBA certified Historically Underutilized Business Zone (HUBZone) small business firms; 8(a) Small Disadvantaged Business firms; Service Disabled Veteran-owned Small Business firms; and/or Small Business firms may submit their interest and capability response via email at email address: christine.reyes@navy.mil or by mail to NAVFAC Southwest, Environmental Contracts Dept., Code ECOMP, Attn: C.
Reyes, 1220 Pacific Highway, San Diego, CA 92132, to arrive no later than September 26, 2019. Reponses to this Sources Sought request should reference the Sources Sought number and shall include the following information: 1. Company name, address, Point of Contact name, phone number, Fax number and E-mail address. 2. Contractor and Government Entity (CAGE) Code. 3. Contractorbs Business Size and Identify whether they are: a HUBZone, Small Disadvantaged or Service Disabled Veteran-owned Small Business or Small Business. 4 Provide a capability statement demonstrating the contractorbs ability to provide professional curatorial and collections management services according the standards identified above.
5. Provide any other supporting documentation. 6. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary expertise, experience and financial capability to compete for this acquisition. Submissions are not to exceed two (2) typewritten pages in no less than 10 pitch font. 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 or emails will be accepted for requests for a bid package or solicitation because there is no bid package or solicitation available at this time. In order to protect the procurement integrity of potential 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 accepted.
This bSOURCES SOUGHTb Notice is for bMarket Researchb Information and Planning Purposes ONLY and IS NOT to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award of a contract will not be made on offers received in response to this notice. This notice is bnotb a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources. No solicitation document exists. If/when the Government decides to proceed with this acquisition, a separate solicitation notice will be issued.
Do not submit any information that was not requested.
Responses to this Sources Sought Notice are due no later than 11:00 AM on September 26, 2019.
Please email your response to Christine Reyes at christine.reyes@navy.mil and copy of your response to Dawn Evans, dawn.i.evans1@navy.mil. Any questions should be directed to Christine Reyes via email. Facsimile submittals will not be accepted. All NAVFAC SW solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with bN62473.b

Ms. Christine Reyes, Christine.reyes@navy.mil; or Ms. Dawn Evans,
dawn.i.evans1@navy.mil.

christine.reyes@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP