Cultural Resources Multiple Award Services Contract (MASC)
ID: N6247324R3204Type: Solicitation
8 AwardsMay 30, 2025
$799.9M$799,933,276
AwardeeASM AFFILIATES INC Carlsbad CA 92010 USA
Award #:N62473-25-D-0006
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFAC SW), is soliciting proposals for the Cultural Resources Multiple Award Services Contract (MASC), an Indefinite Delivery, Indefinite Quantity (IDIQ) contract valued at approximately $99.9 million. This contract aims to provide cultural resource services, including archaeological studies, documentation preparation, and compliance with the National Historic Preservation Act, across various locations in the Southwest region, including Arizona, California, Colorado, Nevada, New Mexico, and Utah. The procurement is significant for ensuring adherence to federal and state regulations regarding cultural resources, with the expectation that up to four contracts will be awarded, each with a minimum guarantee of $5,000 and task orders ranging from $5,000 to $1,000,000. Interested contractors must submit their proposals by April 7, 2025, and can direct inquiries to Eleanor Tarrant at eleanor.m.tarrant.civ@us.navy.mil or Christen Gonzales at christen.m.gonzales.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlined under RFP number N62473-24-R-3204 pertains to the provision of cultural resource services in the Southwest region, primarily focusing on archaeological and historic resources surveys. The offeror, ELIN, is required to provide various services categorized into specific items, such as archaeological surveys and site recordations of varying sizes (very small to extra large), historic resources survey/evaluations, archaeological data recovery, and monitoring services. Additional tasks include graphic presentations and safety documentation. The project structure incorporates a base period and option periods for extended service, with estimated costs not exceeding $99.99 million for complete award across multiple years. Services are segmented by location zones, each addressing distinct environmental settings. The proposal also stipulates the use of expedited services and subsequent task order negotiations based on operational needs, ensuring adaptability and compliance with federal guidelines. The document's primary aim is to solicit competitive bids to procure necessary expert services while preserving and evaluating historical and prehistoric resources in the designated areas.
    The document outlines the Representations and Certifications that offerors must complete as part of federal government solicitations, emphasizing transparency in ownership, prior compliance, and environmental responsibility. Key provisions include defining terms like "immediate owner" and detailing representations on various issues such as the ownership structure (FAR 52.204-17), the prohibition on contracting with inverted domestic corporations (FAR 52.209-2), and compliance with affirmative action (FAR 52.222-25). Specific sections inquire about greenhouse gas emissions disclosures for qualifying offerors (FAR 52.223-22) and compliance with defense telecommunications regulations (DFARS 252.204-7017). The document specifies that representations must be accurate and updated annually through the System for Award Management (SAM), ensuring compliance and accountability in federal contracting processes. Overall, it establishes a framework to enhance the integrity and standards of companies seeking government contracts while addressing legal and environmental considerations.
    The document outlines a Request for Proposal (RFP) for cultural resource services through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Navy seeks qualified contractors to perform various services, including archaeological studies, documentation preparation, and compliance with the National Historic Preservation Act across several states, predominantly California. The solicitation details the submission process, evaluation factors, and requirements for the contractor's corporate experience, indicating a strong preference for teams that include well-qualified personnel. Amendment 0001 addresses questions from potential bidders, clarifying submittal requirements, the use of subcontractor experience in evaluations, and the organization of proposal tabs. The work is expected to span multiple locations, primarily in the western U.S., and is valued at approximately $99.9 million over a proposed period that includes a base year and several option years. The document emphasizes the need for quality assurance and specifies insurance requirements, management protocols, and expectations for record-keeping. Additionally, it outlines the government's structured approach to service contracts, aiming to partner effectively with contractors to achieve successful mission outcomes while adhering to stringent performance standards and compliance with historic preservation laws.
    The document is an amendment to solicitation N6247324R3204, detailing changes and clarifications for a federal contracting opportunity in cultural resources services. It specifically addresses responses to requests for information (RFIs) from potential contractors and outlines updates to personnel qualifications, proposal requirements, and pricing structures. The amendment adjusts terms regarding key personnel, stating that the Principal Investigator Archaeologist/Historian roles do not need to be filled by employees of the prime contractor, while the Quality Control Manager and Contract Manager must be. Additionally, it introduces a new attachment for Representations and Certifications, requiring contractors to submit specific information as part of their proposals. The amendment clarifies that travel costs should be included in unit pricing and that large business subcontractor experience may be utilized under certain conditions. This solicitation modification emphasizes the importance of thorough proposal submissions and adherence to specific guidelines for project management and administrative requirements. The responses to contractors' questions aim to ensure all bidders have a clear understanding of the solicitation criteria and expectations, while the amendment contributes to a more competitive and transparent proposal process.
    The document is an amendment to a federal solicitation concerning environmental contracts with NAVFAC Southwest, specifically related to cultural resource studies. The amendment addresses various requests for clarification and correction to the solicitation, including updates to pricing spreadsheets, limits on past performance project submissions by large business subcontractors, and adjustments to proposal page counts. Key changes involve clarifications on project quantities, specific requirements for Native American monitoring costs, and an extended deadline for submitting proposals from April 10, 2024, to April 24, 2024. Additionally, the amendment includes revisions to sections covering contract descriptions, administrative requirements, and specifications related to the overall contract, asserting the government's approach to performance-based service contracting. The document emphasizes compliance with relevant federal regulations and standards for historic preservation while outlining expectations for contractor qualifications and project management. Overall, the amendment refines the solicitation process to ensure clarity, compliance, and alignment with the government’s procurement objectives.
    This government document details Amendment 0004 to solicitation N62473-24-R-3204, issued by NAVFAC Southwest. The amendment primarily addresses responses to various requests for information concerning the nature of proposals related to the Navy's monitoring requirements for construction projects, especially those involving Native American Tribes. Key clarifications include: 1. There will be no separate ELINs for survey tasks, as the Navy aims to accommodate variability in required Native American monitors through a specific Daily/Weekly ELIN. 2. Contractors are not required to have affirmative action programs in place before award eligibility, though compliance is necessary during contract execution. 3. Subcontractor documents should be submitted as part of an Offeror's corporate experience submission, and digital tab dividers will not count against page totals. 4. Proposed formatting for submissions emphasizes compatibility with electronic file formats and outlines the required contents and organization for different proposal volumes. The document illustrates the Navy's commitment to transparency and adaptability in procurement processes, ensuring that proposals can be submitted effectively while meeting specific guidelines. This amendment reflects updates to proposal instructions and provides comprehensive responses to industry inquiries, aiming to support potential contractors in meeting Navy requirements efficiently.
    The document serves as Amendment 0005 to a solicitation for environmental and cultural resource consulting services under contract N6247324R3204. It addresses several request for information (RFI) inquiries related to archaeological assessments and survey methods, revising specific technical specifications and extending the proposal due date to April 29, 2024. The amendment clarifies maximum quantities for various sampling methods and modifies definitions and requirements for the investigation of historic and prehistoric sites. Major changes include adjustments to sample depths for auger use and maximum sample quantities for analysis, ensuring clarity for contractors regarding deliverables and pricing. The amendment aims to enhance operational efficiency and compliance with federal and state regulations concerning cultural resources. This initiative reflects the federal government's commitment to maintaining high standards in environmental assessments while facilitating contractor understanding and participation.
    The document is a Request for Information (RFI) related to Solicitation No: N62473-24-R-3204, issued by the Government, specifically targeting potential contractors or service providers. It outlines the procedure for submitting inquiries about the Request for Proposal (RFP), emphasizing that questions must be directed to Linde Heinrich via email and must be submitted at least ten days before the proposal submission deadline. The RFI format includes a section for the firm’s name, point of contact, address, telephone and fax numbers, along with space to indicate specific inquiries regarding particular sections, paragraphs, and pages of the RFP. This document's tone is formal and procedural, highlighting the importance of following specified guidelines when submitting questions. The primary purpose is to clarify aspects of the RFP to ensure potential bidders are adequately informed and prepared to submit compliant proposals, demonstrating the government's commitment to transparency and effective communication in the contracting process.
    NAVFAC Southwest is requesting financial information from financial institutions to evaluate a prospective contractor for a Navy contract award. The financial questionnaire must be completed and submitted directly to Contract Specialist Linde Heinrich by email or via mail by 12 P.M. PDT on April 10, 2024. The contractor is required to provide the institution's contact details, account information, average balance, line of credit status, and the relationship duration with the bank. The questionnaire also requests the institution’s assessment of the contractor's financial reputation and integrity, allowing for additional comments on a separate sheet. This document is crucial for the Navy to ensure the financial reliability of the contractor seeking the contract, aligning with standard practices for federal RFPs and grants where financial vetting is essential.
    The NAVFAC Past Performance Questionnaire (PPQ) outlines the evaluation process for contractors in federal solicitations. It mandates that if a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it must accompany proposals. If not, the offeror must provide a PPQ for each project included in their submission for the relevant evaluation factors. The document includes detailed sections that contractors and clients must complete, such as contractor and contract information, project complexity, and client experience. The PPQ also involves client evaluations of contractor performance across various categories, including quality, schedule compliance, customer satisfaction, management effectiveness, cost management, safety, and overall performance. Ratings range from Exceptional to Unsatisfactory, guiding contractors’ assessments and future proposals. The document highlights the importance of timely communication and accurate information in maintaining performance evaluations, aiming to enhance the efficiency and transparency of government contracting processes. It ensures consistent criteria for assessing contractor past performance within federal RFPs, thus supporting procurement integrity.
    The Project Data Sheet outlines the requirements for offerors to detail their past performance and specialized experience in relation to a government solicitation. Key information requested includes project identification, completion dates, completion percentages, contractor roles, award amounts, and contact details for both the firm and relevant customer representatives. Furthermore, firms must provide a project description that highlights the relevance and quality of their work, any value engineering proposals approved, challenges faced along with corrective actions taken, and any industry awards or recognitions received. It emphasizes that any incomplete submission will not be considered in the evaluation process, reflecting the importance of thorough and specific documentation for government RFPs, grants, and contracts.
    The S-5 Key Personnel Questionnaire is part of the submission requirements for federal contracts, specifically to be included in Volume Two of the Non-Cost/Price Factors section. It focuses on gathering detailed qualifications of proposed key personnel, including a Project Manager, Project Archaeologist, or Architectural Historian, and a Quality Assurance Manager. Each position requires specific general information such as name, current job title, employment status, relevant experience, education, and active registrations. The form allows for flexibility by permitting offerors to add or remove lines, while maintaining a maximum length of 48 pages in total, with 2 pages allocated per position. In addition, candidates must outline their relevant project experience with government contract numbers and provide an overview of their qualifications. This systematic approach ensures that the evaluating authorities can adequately assess the expertise of individuals involved in the project, which is crucial for compliance with governmental standards and successful project execution.
    Similar Opportunities
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services at various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Firm-Fixed-Price, Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) structure, aimed at delivering a wide range of cultural resource services, including archaeological surveys, historical documentation, and data recovery, primarily in support of military projects. The total contract value is capped at $70 million over a maximum term of 90 months, with task orders typically ranging from $3,500 to $10 million. Interested parties should contact Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil for further details, and proposals must adhere to the outlined requirements and deadlines specified in the solicitation documents.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.