Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2025 SAM #8728
SOLICITATION NOTICE

Y -- CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC

Notice Date
10/17/2025 8:56:24 AM
 
Notice Type
Presolicitation
 
NAICS
712120 — Historical Sites
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274226R1802
 
Response Due
1/6/2026 4:00:00 PM
 
Archive Date
01/21/2026
 
Point of Contact
Kylee Chun, Phone: 8087496584, Rachel Isara-Phan, Phone: 8086027017
 
E-Mail Address
kylee.k.chun.civ@us.navy.mil, rachel.m.isara-phan.civ@us.navy.mil
(kylee.k.chun.civ@us.navy.mil, rachel.m.isara-phan.civ@us.navy.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities Engineering Systems Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award Firm-Fixed-Price (FFP), Multiple Award Contract (MAC), Indefinite Delivery Indefinite Quantity (IDIQ) to provide cultural resource technical services throughout the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility (AOR), and other areas worldwide as needed. This solicitation will be issued as an unrestricted procurement with a partial small business set-aside that will result in the award of multiple award contracts that are comprised of two major divisions. The resulting multiple award contracts will be comprised of the two major divisions: An Unrestricted Division established for competing and awarding task orders to perform Government of Japan (GOJ) funded projects that support the Defense Policy Review Initiative (DPRI)/Guam Realignment, and a partial Small Business Set Aside (SBSA) Division established for competing projects funded by United States appropriations (in support of either DPRI or non-DPRI requirements). The work shall be located primarily in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI). The Government may also require cultural resource technical services throughout the NAVFAC Pacific area of responsibility (AOR), and other areas in the NAVFAC AOR worldwide as needed. All Cultural Resource Technical Services conducted under the resultant contracts shall conform to the statutes, regulations, instructions and guidelines in compliance with the Request for Proposal (RFP). The resulting contract will include requirements that include but are not 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; and (55) Stone Sourcing. Work will be performed in accordance with the requirements of the Performance Work Statement, and may involve regulatory compliance, planning, analyzing, and various related services on any one or a combination of more than one task order. Exact location of each effort will be designated on individual Task Orders. The entire term of the contract is a maximum of $70 million or 90 months (consisting of a 12-month base period, six (6) 12-month option periods, and one (1) 6-month extension of services period), whichever occurs first. Task orders will typically range between $3,500 and $10,000,000. Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $3,500 is guaranteed for each awardee under the contract. As task orders are awarded that exceed the $3,500, the $3,500 minimum guarantee will be deobligated and the Government�s obligation for the minimum guarantee for the contract will be satisfied. The estimated workload for the Unrestricted Division is approximately $1.5 million and the amount for the SBSA Division is approximately $68.5 million. These amounts may fluctuate with the potential need for the different types of specific services listed above and whether adequate competition exists within the SBSA Division and those contractors are capable of successfully executing those services. If one or no SBSA Division contractors submit a proposal in response to a task order request for proposal (RFP), the Contracting Officer may compete the task order amongst the Unrestricted Division contractors. The applicable North American Industry Classification System (NAICS) Code is 712120 � Historical Sites and the corresponding small business size standard is $13 million (which will determine eligibility for awards under the Small Business Set Aside (SBSA) Division). A MACC is a contract awarded from a single solicitation and may result in award to multiple contractors. This procurement consists of one (1) solicitation with the intent to award no more than six (6) Indefinite Delivery Indefinite Quantity (IDIQ) type service contracts to the offerors whose proposals, conforming to the solicitation, represents the most advantageous offers to the Government resulting in the best value, price and non-price factors considered. The Government reserves the right to award more than six (6) contracts if it is determined to be in the best interest of the Government. Successful awardees will compete for future work during the term of the contract. This is a best value, trade off procurement. The Government intends to evaluate proposals without conducting discussions with any Offeror, except for clarifications as described in FAR 15.306(a). However, the Government reserves the right to conduct discussions with Offerors, if required. The non-price evaluation factors will be 1) Experience; 2) Sample Projects; 3) Safety; 4) Small Business Utilization and Participation; and 5) Past Performance. Factors 1, 2, 3 and 4 are considered of equal importance to each other, and when combined, are equal in importance to the past performance evaluation Factor 5. When the proposal is evaluated as a whole, the technical factors and past performance factor combined are significantly more important than price. The evaluation of the Price Factor will be based on the sample projects attached to the solicitation. The sample projects is for evaluation purposes only and will not be awarded on the contract. The solicitation will be available on or about 20 November 2025 for viewing and downloading at the Contract Opportunities website at https://sam.gov/. Hard copies of the solicitation will not be issued. Requests for additional information may be addressed to the attention of Ms. Kylee Chun via e-mail at kylee.k.chun.civ@us.navy.mil, and Ms. Rachel Isara-Phan via e-mail at rachel.m.isara-phan.civ@us.navy.mil. Amendments will be posted to the website https://sam.gov/. It is the Offeror�s responsibility to periodically check the Contract Opportunities website for any amendments or notices to the solicitation. Offeror(s) must be registered in the System for Award Management (SAM) at https://sam.gov/ to participate in this procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9ede82ba7b6d4a73b98c74887a49b9fb/view)
 
Record
SN07621728-F 20251019/251017230032 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.