SOURCES SOUGHT
F -- IDIQ MATOC TO PROVIDE TRIBAL CONSULTATION, HISTORICAL AND NATURAL RESOURCES, AND REGULATORY AND TRIBAL LIAISON PROGRAM WORK TO SUPPORT THE TRIBAL NATIONS TECHNICAL CENTER OF EXPERTISE
- Notice Date
- 5/19/2025 1:58:49 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP25RA015
- Response Due
- 6/20/2025 1:00:00 PM
- Archive Date
- 07/05/2025
- Point of Contact
- MAJ Matthew Nulk, Phone: 5053423449, Karen Irving, Phone: 5053423356, Fax: 5053423496
- E-Mail Address
-
matthew.nulk@usace.army.mil, karen.k.irving@usace.army.mil
(matthew.nulk@usace.army.mil, karen.k.irving@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT SYNOPSIS For W912PP25RA015 Indefinite-Delivery Indefinite-Quantity, Multiple Award Task Order Contract to provide tribal consultation, Historical and NATURAL RESOURCES, AND REGULATORY AND TRIBAL LIAISON PROGRAM Work to support the Tribal nations technical center of Expertise, Albuquerque District This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers (USACE), Tribal Nations Technical Center of Expertise (TNTCX), Albuquerque District (SPA) has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for support with Tribal Consultation, Historical and Natural Resources, and Regulatory and Tribal Liaison Program work. The resulting contract(s) will support the TNTCX�s mission and customers located CONUS and OCONUS, and that include but may not be limited to the USACE, DoD, other federal agencies, Tribal Nations, and/or State and local government agencies. It is the Government�s intent to make multiple contract awards under a single solicitation. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). The Government anticipates awarding 5 or more IDIQ contracts as a result of this solicitation. The individual task orders anticipated for this contract will support the TNTCX in its work with customers. The Government expects this type of procurement IDIQ MATOC will help minimize design effort and related overhead expenditures, manage compressed delivery schedules, and provide regional-based services to TNTCX customers. Work associated with this MATOC will fall primarily under NAICS 541620 Environmental Consulting Services; Size Standard: $19 million. The Government may issue Fixed-Price-type task orders for Tribal Consultation, Historical and Natural Resources, and Regulatory and Tribal Liaison Program work, including but not limited to the following: Facilitating Tribal meetings, consultation, and Tribal translation services; Drafting memorandum of agreement (MOA), memorandum of understanding (MOU), Programmatic Agreements, and other procedural documents; Traditional historical properties studies, curation services, botanical studies, historical resources/maritime archaeological resources surveys, assessments, mitigation, and artifact analysis; Historic Property Management Plans (HPMP), cemetery management plans, consultation and historical resources planning documents related to Tribal Nations support. Native American Graves Protection and Repatriation Act (NAGPRA) and curation support; Compliance support for Archaeological Resources Protection Act (ARPA), National Historic Resources Protection Act (NHPA), and other regulations; Geographic Information System (GIS) support; Tribal-focused Restoration Projects, Regulatory, Water Resources, and Emergency Planning/Management; Tribal Law and Trust Resources support; Co-management/co-stewardship program, Indigenous Traditional Knowledge support. The proposed IDIQ contracts will be for a base year and five (4) option years. Each individual task order will establish a period of performance for the individual effort, and the total shared capacity among all MATOC holders for the base contract plus all potential options shall not exceed $9.9 million. The Government will evaluate proposals and award(s) utilizing Best Value Trade-off source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. The Government will evaluate competitive proposals based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in the selection that represents the best overall value to the Government. The proposed procurement will result in a firm, fixed price contract and subsequent task orders will be firm-fixed price. The purpose of this synopsis is to gain knowledge about the interest, capabilities, and qualifications of various members of industry, including members of the Small Business Community (i.e., Small Business, Section 8[a], Historically Underutilized Business Zones [HUB-Zone], Woman-Owned Small Business [WOSB], and Service-Disabled Veteran-Owned Small Business [SDVOSB]). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The minimum/special capabilities required for work under this MATOC: --Prime Contractor experience with Tribal Consultation services --Prime Contractor experience with Historical Resources services --Prime Contractor experience with Indigenous Knowledge applications --Sub-contractor experience with Tribal Consultation services --Sub-contractor experience with Historical Resources services --Sub-contractor experience with Indigenous Knowledge applications Small Businesses are reminded that under FAR 52.219-14 (b) (1), Limitations on Subcontracting: At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for the IDIQ is on or about October 2025, and the estimated proposal due date will be on or about November 2025. The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firms that respond to this Synopsis shall be limit responses to 10 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, and e-mail address; 2. Firm�s capability to perform multiple task orders simultaneously with the complexity of work required under this IDIQ MATOC (include firm�s capability to execute, comparable work performed within the past 5 years: a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples; 3. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice; 4. Firm�s Business Size � LB, SB, 8(a), HUBZone, WOSB, SDVOSB; and 5. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 20 June 2025, 2:00PM MDT. All interested firms must be registered in SAM to be eligible for Government contract awards. Email your response to MAJ Matthew Nulk, Contracting Specialist at matthew.nulk@usace.army.mil. Firms who fail to provide ALL of required information for this sources sought synopsis will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6ffbe724d3c4092a90ecd204f87a7ef/view)
- Place of Performance
- Address: Albuquerque, NM, USA
- Country: USA
- Country: USA
- Record
- SN07448261-F 20250521/250519230046 (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 |