Idaho Bids > Bid Detail

AFD Archeological Curation & Storage

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159556797390385
Posted Date: May 16, 2023
Due Date: Jun 2, 2023
Solicitation No: W912DW23R0WM5
Source: https://sam.gov/opp/7d2447225d...
Follow
AFD Archeological Curation & Storage
Active
Contract Opportunity
Notice ID
W912DW23R0WM5
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 16, 2023 09:33 am PDT
  • Original Response Date: Jun 02, 2023 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B503 - SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL
  • NAICS Code:
    • 541720 - Research and Development in the Social Sciences and Humanities
  • Place of Performance:
    Oldtown , ID 83822
    USA
Description

SOURCES SOUGHT NOTICE



INTRODUCTION:



The US Army Corps of Engineers (USACE), Seattle District is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest and resources to support a requirement to provide curation (storage and maintenance) of archaeological collections (Collection) from USACE’s, Albeni Falls Dam and Pend Oreille Lake Project (Project). The intention is to procure these services on a competitive basis



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered.



PLACE OF PERFORMANCE: TBD



CONTRACT DURATION:



The anticipated Award Date is 15 Aug 2023 and will consist of one 12 month base and four option years (5 years).



CONTRACT TYPE:



Firm Fixed Price.The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. The most current revision of applicable Wage Determination will be applied at time of award.



PROJECT DESCRIPTION:



Initially the Contractor shall transport the Collection from its current storage location at U.S. Army Corps of Engineers, Seattle District located at 4735 E Marginal Way S Bldg 1202, Seattle, WA 98134 to a secure curation repository. The Contractor shall transport the Collection within the first 60-days of contract award.




  • After receipt of the Collection at its new facility, the Contractor shall conduct a box and content level inventory to ensure all boxes of artifacts, archival records, photographic material and oversize material is accounted for.

  • The Government shall furnish a database that shall be updated during the life of this contract. The database is used to list all the boxes and oversized items and the contents within them. The Contractor shall update the database to reflect each box’s and oversized item’s new location in the curation facility.



The Contractor shall provide curatorial services to include the secure storage, professional care, and management of the Collection. The Contractor shall Hold-in-Trust and maintain the Collection within a facility in accordance with 36CFR§79 and ER/EP 1130-2-540 (See link below).




  • https://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_1130-2-540.pdf.



The Contractor shall complete and submit Appendix O from the USACE Environmental Stewardship and Maintenance Guidance and Procedures, Pamphlet No. 1130-2-540 (See link above) to the AFD Project Archaeologist 30-days prior to the end of each contract period.



Overview of the AFD Cultural Resources Property



The Collection is stored in standard-sized archival-quality storage boxes measuring approximately 1 cubic foot, or 12 x 10 x 15 inches (in) each. All boxes and oversized items are clearly labeled with detailed information, which allows for the Contractor to conduct efficient inventories when needed. No discrepancies have been observed between the information written on the boxes and the database reference sheet.



See Attachment for more information concerning number of boxes and size.



REQUIRED CAPABILITIES:



The Contractor will provide all services, labor, materials, and equipment to provide curation (storage and maintenance) for the Collection in accordance with the standards outlined in 36CFR§79 and ER/EP 1130-2-540.



ELIGIBILITY:



The applicable NAICS code for this requirement is 541720, Archeological Research and Development Services, with a Small Business Size Standard of $28M. The Product Service Code is B503- Special Studies/ Analysis- Archeological/Paleontological. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT):



The Government will evaluate all market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



If your organization has the potential capability to perform these contract services, please provide the following information in a capabilities statement:




  1. Organization name, address, email address, Web site address, telephone number, and location, City and State, of proposed curation facility.

  2. Provide a statement including current small/large business status and company profile, Unique Entity ID number, etc.

  3. Show work and experience providing curation services as specified under 36CFR§79 Curation of Federally Owned or Administered Archeological Collections.



Capabilities statements should be no more than five (5) pages in length in Times New Roman font of not less than 10 pitch.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



All questions must be submitted to the contract specialist identified below. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.



The deadline for response to this request is no later than 12 pm, PST, 2 June 2023. All responses under this Sources Sought Notice must be e-mailed to alfonso.nolasco@usace.army.mil.



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) AT https://SAM.GOV . IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 16, 2023 09:33 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >