Search Contract Opportunities

Professional Services to Conduct Various Cultural Resources Investigations   5

ID: W912P824R0038 • Type: Synopsis Solicitation • Match:  100%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 10, 2024, 3:18 p.m. EDT

COMBINED SYNOPSIS/SOLICITATION

The U.S. Army Corps of Engineers (USACE) New Orleans District (MVN), Vicksburg District (MVK), and Memphis District (MVM), collectively known as the Lower Mississippi Valley Division (MVD) require an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to enable ability of cultural resources assistance with studies, surveys, archival and historic research, and preparation of reports and conclusions to be used for compliance with the National Historic Preservation Act (NHPA). The primary purpose of the proposed contract is to provide Cultural Resources Services to the Mississippi Valley Division and the Memphis, Vicksburg or New Orleans District within the Division.

The resulting contracts will each be a Firm Fixed-Price Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. A maximum of four contract awards shall be made, each consisting of a five (5) year contract period. A maximum capacity of $20 million will be shared amongst all four contractors. The minimum guaranteed amount for the five (5) year contract period is $10,000.00 for each contractor. Work will be issued by negotiated Firm Fixed-Price for the Performance of Cultural Resources Services task orders not to exceed the contract capacity of $20 million or five (5) years, whichever is reached first.

This announcement constitutes a Combined Synopsis/Solicitation for commercial professional services prepared in accordance with the format in FAR Part 15 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement via this Request for Proposal (RFP). All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via Sam.gov.

Responding firms must address each Selection Criteria and clearly indicate which shall be subcontracted. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov.

The Primary North American Industrial Classification Code (NAICS) is 541620 (Environmental Consulting Services) which has a size standard of $15,000,000 in average annual receipts. This announcement is set-aside for 100% Small Business.

Interested firms shall respond by submitting a cost proposal including a resume and listing their qualifications in accordance with the Evaluation Factors on Attachment 1 and Section L - Instructions, Conditions and Notices to Offerors in the Solicitation. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required services.

This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.3 as supplemented by the DoD Source Selection Procedures, dated August 2022 to make an integrated assessment for a Tradeoff award decision. The Government intends to award up to four contracts as a result of this solicitation. In using the Tradeoff approach, the Government seeks to award to the offeror who gives the Government the greatest confidence that it will best meet or exceed the requirements affordably in a way that will be advantageous to the Government. This may result in an award to a higher rated, higher priced offeror where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the technical superiority and/or superior past and present performance of the higher priced offeror outweighs the cost difference. The Best-value approach allows the Government to select factors other than price as a basis for award. Cultural resources services include highly specialized skills from an interdisciplinary team that require technical and managerial competency and performance experience not evident through price of services alone.

All questions are due no later than 11:00 AM CST on 16 August 2024. All proposals are due no later than 11:00 AM CST on 10 September 2024. Any questions or proposals received after the above listed dates/times will not be considered.

Prior notification has to be given to the points of contact below before going to drop off physical copies
of Cost Proposals and Resumes for access due to security purposes.

Points of Contact for Drop Offs Only:

Bambi Raja at bambi.l.raja@usace.army.mil
Veronica Garner-Flint at veronica.garner-flint@usace.army.mil
Cherita Ambeau at cherita.d.ambeau-simon@usace.army.mil
Adriana Yingling at adriana.yingling@usace.army.mil

Evaluation Factors:

See Attachment 1 - Section M - Evaluation Factors for Award

***The initial Amendment 0002 that was posted incorrectly contained 0003 as the Amendment Number instead of 0002. The Amendment has been corrected and re-posted.

Posted: Sept. 10, 2024, 1:07 p.m. EDT
Posted: Aug. 28, 2024, 5:09 p.m. EDT
Posted: Aug. 9, 2024, 3:53 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) New Orleans District, along with the Vicksburg and Memphis Districts, collectively known as the Lower Mississippi Valley Division (MVD), requires an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).

The goal of this contract is to provide cultural resources assistance, including studies, surveys, archival and historic research, and preparation of reports for compliance with the National Historic Preservation Act (NHPA). The primary purpose is to deliver Cultural Resources Services to the Mississippi Valley Division and its districts.

Work Details
The contractor will perform a full range of cultural resources services which may include:
- Background literature, archival, and courthouse record research;
- Preparation of land use histories;
- Geomorphological and environmental reconstruction;
- Reconnaissance and sample surveys;
- Intensive cultural resource surveys;
- Architectural evaluations of structures;
- National Register assessments;
- Test excavations for archaeological site assessments;
- Assessment of project impacts on cultural resources;
- Various mitigation types including archaeological data recovery and architectural mitigation measures;
- Preparation of research designs and discovery plans;
- Construction monitoring with tribal monitors;
- Remote sensing techniques for data analysis;
- Data management including GIS manipulation and metadata creation. The contractor must also manage subcontractors effectively and comply with federal regulations.

Period of Performance
The contract period is five years from the date of award.

Place of Performance
The work will be performed within the geographic areas covered by the Mississippi Valley Division, specifically in the Memphis, Vicksburg, or New Orleans Districts.

Overview

Response Deadline
Sept. 11, 2024, 12:00 p.m. EDT (original: Sept. 10, 2024, 12:00 p.m. EDT) Past Due
Posted
Aug. 9, 2024, 3:53 p.m. EDT (updated: Sept. 10, 2024, 3:18 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
New Orleans, LA 70118 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 8/9/24 USACE New Orleans District issued Synopsis Solicitation W912P824R0038 for Professional Services to Conduct Various Cultural Resources Investigations due 9/11/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541620 (SBA Size Standard $19 Million) and PSC B503.
Primary Contact
Name
Bambi Raja   Profile
Phone
(504) 862-1499

Secondary Contact

Name
Veronica F. Garner-Flint   Profile
Phone
(504) 862-1515

Additional Contacts in Documents

Title Name Email Phone
Unknown Title Cherita Ambeau-Simon Profile cherita.d.ambeau-simon@usace.army.mil None

Documents

Posted documents for Synopsis Solicitation W912P824R0038

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912P824R0038

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912P824R0038

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912P824R0038

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912P824R0038

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912P824R0038

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912P824R0038

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST N ORLEANS
FPDS Organization Code
2100-W912P8
Source Organization Code
100221391
Last Updated
Sept. 27, 2024
Last Updated By
bambi.l.raja@usace.army.mil
Archive Date
Sept. 26, 2024