SPECIAL NOTICE
R -- Single Award IDIQ FFP Curation Services and Compliance
- Notice Date
- 5/21/2025 1:58:19 PM
- Notice Type
- Special Notice
- NAICS
- 712110
— Museums
- Contracting Office
- NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
- ZIP Code
- 92132-0001
- Solicitation Number
- N6247325R0010
- Response Due
- 6/5/2025 11:00:00 AM
- Archive Date
- 06/20/2025
- Point of Contact
- Raquel P. Vega, Phone: 6197055663, ANJELICA WEDDINGTON, Phone: 6197055663
- E-Mail Address
-
raquel.p.vega.civ@us.navy.mil, anjelica.weddington.civ@us.navy.mil
(raquel.p.vega.civ@us.navy.mil, anjelica.weddington.civ@us.navy.mil)
- Description
- NOTICE OF INTENT (NOI) TO SOLE SOURCE. NAVFAC SW intends to issue a Firm Fixed Priced contract under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii) Only One Responsible source and no other supplies or services will satisfy agency requirements. This notice is being published in accordance with the Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a NOI to award a sole source contract and is not a request for competitive quotes/proposals. The Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) issuing this NOI to inform industry contractors of the Government s intent to execute a Sole Source Delivery Order under FAR Part 8, specifically FAR Part 8.405-6(a)(1)(B), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. This notice satisfies the posting requirements at FAR Part 5.101. The intended Contractor is SAN DIEGO ARCHAEOLOGICAL CENTER (SDAC) located at 16666 San Pasqual Valley Rd. Escondido, CA 92027. Place of Performance is San Diego, California. The Contractor shall furnish all security, labor, storage, management, supervision, tools, materials, and equipment for archaeological collections and associated records from various Navy and Marine Corps Installations. The Contractor shall maintain Navy and Marine Corp archaeological collections to federal standards in accordance with 36 CFR Part 79, Curation of Federally Owned and Administered Archaeological Collections and 43 CFR Part 10.9, Native American Graves Protection and Repatriation Act (NAGPRA) inventory requirements, as required. The Contractor will hold the archaeological collections unless another regulatory imperative (such as repatriation under NAGPRA) supersedes the requirement to continue holding. The Contractor shall also provide storage (housing and maintenance) for these collections, which meet the federal standards for long-term curatorial services in accordance with 36 CFR Part 79.9. All the work shall be conducted at the Contractor�s facility in San Diego County, California. The Contractor needs to meet the requirements of 36CFR79 and is geographically situated to meet the access requirements of Federally Recognized Tribes who assign religious and cultural significance to the curated materials managed from Navy owned lands. The Area of Responsibility is California, Nevada, Arizona, Utah, Colorado, and New Mexico. This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract for work with pre-established fixed exhibit line items (ELINs) prices. All copies and reports are included in the price of the ELINs. No travel is required by the Contractor. Work under this contract will be ordered by written task orders issued to the Contractor by the Contracting Officer (KO). The North American Industry Classification System (NAICS) for this requirement is 712110, Museums. The Federal Supply Class (FSC) is R499 SUPPORT- PROFESSIONAL: OTHER. The Small Business Administration (SBA) size standard for this sector is $34.0 million. This NOI is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The intent of this synopsis is for informational purposes only. The information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Raquel P. Vega, raquel.p.vega.civ@us.navy.mil with the following information referenced in the subject line, N6247325R0010 ARCHAEOLOGICAL CURATION IDIQ SERVICES AND COMPLIANCE. All interested parties who are responsible, certified, and capable may identify their interest and may submit a capabilities statement no later than 11:00 AM Pacific Daylight Time (PDT) on 05 June 2025 to Raquel P. Vega, raquel.p.vega.civ@us.navy.mil. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/88b6fd9f054b4956b9e290cacaf01229/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN07450665-F 20250523/250521230042 (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 |