SWL Cultural Resources Survey IDIQ
ID: W9127S24Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST LITTLE ROCKLITTLE ROCK, AR, 72201-3225, USA

NAICS

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

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Army's Natural Resources Management Office, seeks a Women-Owned Small Business (WOSB) to provide non-personal services for an archaeological cultural resources survey.

    This combined synopsis and solicitation, marked as a WOSB set-aside under the SBA program, requires the successful awardee to perform archaeological services with a guaranteed minimum value of $2,500 during the base period. The contract may include option periods, extending the period of performance, though without a guaranteed minimum value for these extensions.

    The solicitation contains Controlled Unclassified Information (CUI), meaning that interested parties must contact John Kattengell at john.r.kattengell@usace.army.mil with their CAGE codes to access the complete details.

    Interested WOSBs should possess expertise in archaeological studies, falling under the NAICS code 541720: Research and Development in the Social Sciences and Humanities, and the PSC code B503: Special Studies/Analysis—Archaeological/Paleontological.

    The contract will be awarded based on a quote submitted in response to the full solicitation, with the government prioritizing the best value to the agency.

    For any further clarification or questions, potential applicants can contact John Kattengell at the provided email address or via phone at 501-340-1260.

    Note: The place of performance and key contact details are redacted in the information provided, so be sure to refer to the original listing for the complete details. Ensure you have the necessary security clearances to access CUI if required.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    Cultural Resource Survey South Park Sacramento Gulch
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a Class III cultural resource survey at the South Park Sacramento Gulch Mine site in Colorado. The objective is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources, particularly in light of the environmental cleanup and potential destruction of the Sacramento Mine. This initiative is crucial for ensuring compliance with federal regulations that protect historical and cultural sites, reflecting the government's commitment to environmental stewardship and cultural resource management. Proposals are due by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. Interested parties can contact Kathy Bosch at mary.bosch@usda.gov for further information.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    F--HORSESHOE-CAREFREE SEISMIC HAZARD STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the Horseshoe-Carefree Seismic Hazard Study, aimed at assessing seismic risks associated with the Horseshoe and Carefree faults in central Arizona. The project requires contractors to conduct geological studies, including archaeological assessments and subsurface investigations, while adhering to federal regulations concerning cultural resource preservation. This study is crucial for ensuring the safety and integrity of nearby dams, and it involves a contract period from September 23, 2024, to September 22, 2025, with proposals due by September 17, 2024. Interested contractors can contact Savanna Manning at smanning@usbr.gov or by phone at 303-445-2432 for further details.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the FY24 River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is specifically set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining critical infrastructure and ensuring navigational safety, with approximately 2.5 million tons of stone to be organized over four ordering periods. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). For further inquiries, interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil.
    NETTERRAIN DCIM SOFTWARE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of NETTERRAIN DCIM Software through a combined synopsis/solicitation process. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 513210, which pertains to Software Publishers. The software is crucial for IT and telecom applications, particularly in business environments, and will be performed in New Mexico. Interested vendors should direct their inquiries to Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243, as proposals are currently being requested with no written solicitation to follow.
    Topographic Survey MATOC for Savannah District
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for a Topographic Survey Multiple Award Task Order Contract (MATOC). This procurement aims to secure surveying and mapping services, which are critical for various engineering and construction projects within the district. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties should reach out to Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil or call 912-652-5900 for further details regarding submission requirements and deadlines.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.
    VAMA PREPARE LABOR AND LAND STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a Labor and Land Study at the Vanderbilt Mansion National Historical Site. The objective of this procurement is to conduct an Ethnographic Overview and Assessment that documents the labor history and cultural landscapes associated with the site and its neighboring historic locations, focusing on the evolution of labor practices from the 18th century to 1940. This study is crucial for preserving historical narratives and integrating diverse community experiences into the management of these significant landscapes. Interested small businesses must submit their quotes by September 18, 2024, at 2:00 PM EDT, and are encouraged to contact Nathan Jones at nathanajones@nps.gov or 617-913-8870 for further information. The anticipated performance period for the contract is 12 months, and the project is set aside for small businesses under NAICS code 541720.
    Greers Ferry Boundary Line Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is soliciting bids for landscaping services focused on boundary line maintenance at the Greers Ferry Project Office in Heber Springs, Arkansas. This procurement is a 100% Small Business Set-Aside under NAICS Code 561730, with a size standard of $9.5 million, and includes a base contract period from October 1, 2024, to September 30, 2025, along with four optional extension periods. The services are crucial for maintaining the aesthetic and functional integrity of the project area, ensuring compliance with federal standards while promoting economic inclusion through small business engagement. Interested parties must attend a mandatory site visit on August 29, 2024, and submit their quotes by September 17, 2024, with all necessary documentation sent via email to the primary contact, Taylor B. McLain, at taylor.b.mclain@usace.army.mil.