Archeological Monitor
ID: FA502525SSRB01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5025 356 ECEG PKAPO, AP, 96543, USA

NAICS

Historical Sites (712120)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential contractors for providing an Archeological Monitor for the 356 ETSG in Tinian, Commonwealth of the Northern Mariana Islands. The primary objective of this procurement is to ensure archaeological monitoring during the adaptive rehabilitation of the North Field Historic District runways, which involves overseeing ground disturbance activities while adhering to federal regulations such as the Antiquities Act and the National Historic Preservation Act. This initiative is crucial for preserving historic resources while facilitating necessary airfield repairs and improvements. Interested contractors must submit a capabilities package, limited to seven pages, by August 11, 2025, and can direct inquiries to the primary contact at 356ECEG.CONS.Team@us.af.mil or by phone at 671-689-0316.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for archaeological monitoring during the adaptive rehabilitation of the North Field Historic District (NFHD) runways in Tinian, Commonwealth of the Northern Mariana Islands. This contract entails monitoring ground disturbance activities lasting approximately one year, conducted in compliance with relevant federal regulations including the Antiquities Act and the National Historic Preservation Act. The contractor will oversee vegetation clearing, airfield repairs, and well rehabilitation while documenting baseline conditions using GPS technology. Weekly progress reports and a final monitoring and discovery report will be submitted to ensure compliance with quality standards and archaeological procedures. Key phases include initial vegetation removal, preparing runways for milling and paving, and ensuring any significant archaeological finds are documented and safeguarded. Provisions for contractor residency on Tinian, along with stringent oversight by cultural resource authorities, are mandated. The PWS emphasizes maintaining comprehensive records, quality control, and adherence to safety protocols throughout the project lifecycle, culminating in the delivery of final archaeological reports for review and preservation of any recovered artifacts per applicable laws. This initiative demonstrates a commitment to preserving historic resources while facilitating modern aviation needs.
    The document is a sources sought notice from the Air Force, aimed at conducting market research to identify potential contractors for providing an Archeological Monitor for the 356 ETSG in Tinian. It specifies that no solicitation is currently available, and responses to requests for solicitation will not be acknowledged. Interested contractors must be registered in the System for Award Management (SAM) and can reference NAICS code 712120. Those interested should submit a capabilities package, limited to seven pages, which must include essential company information. Responses must be sent electronically by 11 August 2025, with a follow-up recommended to confirm receipt. The notice clarifies that it does not constitute a request for quotes, nor does it obligate the government to award a contract. It highlights the government's discretion to reject any industry input, with a solicitation and further details to be issued later if a contract is pursued.
    Lifecycle
    Title
    Type
    Archeological Monitor
    Currently viewing
    Sources Sought
    Similar Opportunities
    Digitization of Historical Documents
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a commercial service to digitize historical documents located at Arnold Air Force Base in Tennessee. The project entails organizing materials from two specific buildings, developing a disposition plan for redundant items, coordinating with the AEDC Historian's office, digitizing all files (including information from CDs), indexing the digitized files, and creating a user-friendly searchable database. This initiative is crucial for preserving Controlled Unclassified Information (CUI) and ensuring easy access for squadron personnel. Interested companies must submit their information, including their SAM UEI Number and budgetary estimates, by December 19, 2025, and will be invited to a virtual information exchange in January 2026. For further inquiries, contact Brooke Vandeman at brooke.vandeman@us.af.mil or Haley Smith at haley.smith.10@us.af.mil.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Buyer not available
    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, architectural history surveys, and various specialized analyses, primarily in support of defense-related projects. This contract, with a maximum value of $70 million over a term of up to 90 months, includes a partial small business set-aside and emphasizes compliance with federal regulations and professional standards. Interested parties can 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.
    Eielson AFB Grounds Maintenance
    Buyer not available
    The Department of Defense, through the 354th Contracting Squadron, is seeking potential sources for grounds maintenance services at Eielson Air Force Base (AFB) in Alaska, covering an estimated 3,500 acres. This Sources Sought Notice aims to gather information for planning purposes and is not a commitment to issue a Request for Quotation (RFQ). Interested parties are encouraged to submit a capability statement, detailing past work experience, subcontracting arrangements, and their organization’s business size and socioeconomic status under NAICS Code 561730. Responses and inquiries should be directed to Contract Specialist Tara Richmond at tara.richmond@us.af.mil or by phone at 907-377-7482.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    W912PL26S0001 Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice for a Design Build Construction project, the DB Communications Headquarters Facility, located at Davis Monthan Air Force Base in Tucson, Arizona. This opportunity aims to gather market research and assess interest in a Project Labor Agreement (PLA) for the construction project. The facility is crucial for enhancing communication capabilities within the military infrastructure. Interested parties can reach out to Otse Adikhai at otse.a.adikhai@usace.army.mil or by phone at (213) 452-3248, or Jinzaemon Kimoto at jinzaemon.kimoto@usace.army.mil or (213) 452-3447 for further information.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    PT Track & Field Replacement for White Sands Missile Range, Doña Ana County, New Mexico
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) – Albuquerque District, is seeking qualified contractors for the replacement of the PT Track & Field at White Sands Missile Range in Doña Ana County, New Mexico. The project involves replacing the existing grass field with high-quality artificial turf, installing an integrated drainage system, and updating lighting and track facilities, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for enhancing recreational facilities on military installations, ensuring they meet modern standards and safety requirements. Interested firms must respond to this Sources Sought notice by December 11, 2025, and can contact Loretta Sanchez at loretta.d.sanchez@usace.army.mil for further details.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.