SOURCES SOUGHT. THE PURPOSE OF THIS NOTICE IS TO SEEK POTENTIAL LARGE AND SMALL BUSINESS FIRMS, (TO INCLUDE HUBZONE SMALL BUSINESS; SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS; VETERAN-OWNED SMALL BUSINESS, AND WOMEN-OWNED SMALL BUSINESS), TO DETERMINE IF THERE ARE SUFFICIENT TECHNICALLY COMPETENT LARGE AND SMALL BUSINESSES SOURCES, TO DETERMINE THE FEASIBILITY OF AN UNRESTRICTED WITH A PARTIAL SMALL BUSINESS SET-ASIDE DESIGNATION, FOR THIS REQUIREMENT.
This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation available. In order to protect the procurement integrity of any 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 made.
As such, all firms from any of the foregoing categories are encouraged to submit their qualification and experience, in detail, on (1) Information Summary Matrix and (2) Questionnaire attachments to this synopsis, both of which will be used to evaluate responding firms. Please see attachment (3) Minimum Qualifications, to be sure all personnel meet the necessary requirements.
The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii plans to solicit for Cultural Resource Services (NAICS 712120). All work performance, under this contract, will be in the NAVFAC Pacific area of responsibility (AOR), but primarily in Hawaii, the Marianas, western Pacific, and Asia. The Government may also require cultural resource services in other locations within the NAFAC Pacific area of cognizance. All work conducted under resulting contract shall conform to the statutes, regulations, instruction and guidelines in compliance with all applicable Department of Defense and Navy Instructions, as well as all Federal statutory and regulatory requirements.---Specific Cultural Resource tasks include, but may not be limited to the following: (1) Archaeological Survey: Phase I Reconnaissance; (2) Archaeological Survey: Phase II Detailed Recording; (3) Archaeological Subsurface Testing; (4) Archaeological Monitoring; (5) Architectural History Survey: Reconnaissance-Level (6) Architectural History Survey: Intensive-Level (7) Archival Document Reproduction; (8) Archival Research; (9) Mechanized Excavation; (10) Carbonized Wood Species Identification; (11) Carbonized Wood Species Identification Screening; (12) Ceramic Analysis; (13) Charcoal Particle Counts; (14) Chemical Soils & Sediment Analysis; (15) Collection of General Archaeological Materials; (16) Cultural and Historical Interpretation; (17) Data Recovery; (18) Diatom Analysis; (19) Document & Other Media Translation; (20) Electronic Graphics; (21) Ethnographic, Folklore and Cultural Anthropology Studies; (22) Faunal Analysis; (23) Fieldwork Areas with Potential/Known Hazardous Waste/Material; (24) Foreign/English & Background Information Supplementation; (25) Geographic Information Systems (GIS); (26) Geomorphological Studies; (27) Historical Architectural Studies; (28) Historical Studies; (29) Historic American Buildings survey (HABS)/Historic American Engineering Record (HAER)/Historic American Landscapes Survey (HALS); (30) Historical/Cultural Landscape Studies; (31) Historic Preservation Studies; (32) Identification Of Properties Of Traditional Religious And Cultural Significance (Traditional Cultural Places); (33) Integrated Cultural Resources Management Plans; (34) Identification/Inventory of Human Skeletal Remains; (35) Laboratory Analysis; (36) Lithic Analysis; (37) Macro-botanical Identification; (38) Mechanical Soil & Sediment Analysis; (39) Meeting Facilitation & Mediation; (40) National Register of Historic Places (NRHP) Nomination Preparation; (41 National Register of Historic Places (NRHP) Studies; (42) Photographic Documentation; (43) Phytolith Analysis; (44) Pollen Analysis; (45) Pollen Extract Preparation; (46) Pollen (Field)/Phytolith Sampling; (47) Radiocarbon Dating--Accelerator Analysis; (48) Recovery of Human Remains and Associated Materials; (49) Report Redaction; (50) Report Reproduction; (51) Residue Analysis; (52) Scientific Illustration; (53) Site Protection; (54) Stable Carbon Isotope Analysis; (55) Stone Sourcing. This prerequisite will require the Contractor to furnish all labor; transportation; supervision; management; tools; materials; equipment; coordination; and management necessary to provide a variety of cultural resource services.
This will be a Fixed-Price Multiple Award Contract (MAC), Indefinite-Quantity Type contract with a base and six (6) option periods, under which work will be required on an “as needed” basis, intermittently, during the life of the contract. The anticipated MAC capacity is $70 Million.
The field crew of the potential contractor shall be composed of personnel who can qualify, in accordance with the minimum professional qualification requirements, as well as, for access to any of these areas. The Government utilizes various Microsoft platforms, Adobe Acrobat, ESRI ArcGIS, and other software. In preparation of documents and correspondence, the contractor shall ensure compatibility with the government’s current software systems. All work completed under the resultant contract shall be produced on, or transferred to, a computer that uses the Navy’s current operating system. Firms who are interested, and meet the requirements describe in this announcement, are invited to submit a completed:
(1) Information Summary Matrix, in which key personnel information should briefly identify education, prior projects, the person’s role in the project, and current employer; all information requested should be included on this form for evaluation purposes; while not a requirement, resumes may be included; and
(2) Potential Offeror Questionnaire, all questions must be completely and fully addressed prior to submittal, which will be reviewed and evaluated upon receipt.
Firms shall be registered in SAM via https://www.sam.gov in order to do business with the federal government. Provide Unique Entity ID (UEI) and CAGE Code in Block 3 of the Information Summary Matrix. Information Summary Matrix and the Potential Offerors Questionnaire should be submitted using the attached forms by electronic mail to kylee.k.chun.civ@us.navy.mil and rachel.m.isara-phan.civ@us.navy.mil no later than 21 May 2025, 2:00pm HST. Complete information must be submitted, as the Government will not seek clarification of information provided.
The market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended. NO TELEPHONE CALLS WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent.