Search Contract Opportunities

Cultural Resources Multiple Award Services Contract (MASC)   11

ID: N6247324R3204 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 3, 2025, 6:12 p.m. EDT
Amendment 0001 to solicitation N62473-24-R-3204 is to answer requests for information and update Section L. Amendment 0002 to solicitation N62473-24-R-3204 is to answer requests for information, update Annex 2, update Section J, update Section L, provide a revised J-1 and provide J-2 representations and certifications. Amendment 0003 to solicitation N62473-24-R-3204 is to extend the proposal due date to 24 April 2024 at 12:00 PM PDT, answer requests for information, update Annex 2, update Sections J and L, and provide a revised J-1 and S-5. Amendment 0004 to solicitation N62473-24-R-3204 is to answer requests for information and update Section L. Amendment 0005 is to answer requests for information and extend the proposal due date to 29 April 2024 at 13:00 PDT. Amendment 0006 is issued to open discussions, incorporate updated wage determinations, provide updated mandatory provisions and clauses, and extend the proposal due date to 17 March 2025 at 14:00 PDT. Amendment 0007 is issued to answer RFIs and remove a provision from the solicitation. Amendment 0008 is issued to close discussions, request any Final Proposal Revisions, add DFARS clause, remove FAR clauses, incorporate class deviations and extend the proposal due date to 07 April 2025 at 14:00 PDT. The source of the requirement is the Naval Facilities Engineering Command Southwest, Environmental Business Line. This requirement is for a multiple award, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract. The anticipated aggregate ceiling amount is $99.9 million. The performance period will be for a one-year base period, two (2) two-year option periods, and one (1) three-year option period. It is anticipated that up to four (4) basic contracts will be awarded. The minimum guarantee is $5,000. The task order range is $5,000 to $1,000,000. The contractors are required to perform cultural resource services at various locations within Naval Facilities Engineering Systems Command, Southwest (NAVFAC SW) area of responsibility. Locations may include Arizona, California, Colorado, Nevada, New Mexico, Utah, and other locations. Cultural resource services include studies, investigation, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended, as well as other applicable Department of Defense (DoD); Federal, State and local statutes and regulations; and with DoD policies, instructions and guidance in accordance with the contract requirements. All of the work will be ordered by issuance of a written task orders issued by the Contracting Officer. Task orders will be competed in accordance with the fair opportunity procedures of the Federal Acquisition Regulation (FAR) 16.505 (b) (1) (i) - Indefinite-Delivery Contracts, ordering for actual work projects as they arise. Task Order award may be based on the following procedures: (1) To the firm providing the lowest price based on pre-priced Exhibit Line Items Numbers (ELINs); or (2) through price or best value competition for work requirements not covered by the pre-priced ELINs. Several task orders may be issued simultaneously for work to be performed in different geographic locations. Contractors are expected to successfully manage all task orders awarded to them.
Posted: March 12, 2025, 5:14 p.m. EDT
Posted: March 4, 2025, 4:02 p.m. EST
Posted: April 26, 2024, 10:41 a.m. EDT
Posted: April 24, 2024, 1:02 p.m. EDT
Posted: April 12, 2024, 2:36 p.m. EDT
Posted: April 5, 2024, 9:46 a.m. EDT
Posted: March 27, 2024, 12:31 p.m. EDT
Posted: March 22, 2024, 3:04 p.m. EDT
Posted: March 22, 2024, 2:22 p.m. EDT
Posted: March 11, 2024, 2:58 p.m. EDT
Background
The source of the requirement is the Naval Facilities Engineering Command Southwest, Environmental Business Line. This requirement is for a multiple award, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract. The anticipated aggregate ceiling amount is $99.9 million. It is anticipated that up to four (4) basic contracts will be awarded.

Work Details
The contractors are required to perform cultural resource services at various locations within Naval Facilities Engineering Systems Command, Southwest (NAVFAC SW) area of responsibility. Locations may include Arizona, California, Colorado, Nevada, New Mexico, Utah, and other locations.
Cultural resource services include studies, investigation, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended.

Period of Performance
The performance period will be for a one-year base period, two (2) two-year option periods, and one (1) three-year option period.

Place of Performance
The work shall be performed primarily at various locations throughout the States of Arizona, California, Colorado, Nevada, New Mexico, and Utah.

Overview

Response Deadline
April 7, 2025, 5:00 p.m. EDT (original: April 10, 2024, 3:00 p.m. EDT) Past Due
Posted
March 11, 2024, 2:58 p.m. EDT (updated: April 3, 2025, 6:12 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$28 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $20,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
79% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/11/24 NAVFAC Southwest issued Solicitation N6247324R3204 for Cultural Resources Multiple Award Services Contract (MASC) due 4/7/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541720 (SBA Size Standard $28 Million) and PSC B503.
Primary Contact
Name
Eleanor Tarrant   Profile
Phone
(619) 705-5661

Secondary Contact

Name
Christen Gonzales   Profile
Phone
(619) 705-5529

Additional Contacts in Documents

Title Name Email Phone
Contract Specialist Linde Heinrich Profile linde.y.heinrich.civ@us.navy.mil None

Documents

Posted documents for Solicitation N6247324R3204

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation N6247324R3204

Award Notifications

Agency published notification of awards for Solicitation N6247324R3204

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N6247324R3204

Contract Awards

Prime contracts awarded through Solicitation N6247324R3204

Incumbent or Similar Awards

Contracts Similar to Solicitation N6247324R3204

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N6247324R3204

Similar Active Opportunities

Open contract opportunities similar to Solicitation N6247324R3204

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
April 11, 2025
Last Updated By
eleanor.m.tarrant.civ@us.navy.mil
Archive Date
April 10, 2025