Skip to main content

An official website of the United States government

You have 2 new alerts

B--Cultural Overviews and Cultural Resource: HI

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 30, 2024 02:58 pm CDT
  • Original Published Date: Aug 16, 2024 11:58 am CDT
  • Updated Date Offers Due: Sep 06, 2024 01:00 pm CDT
  • Original Date Offers Due: Sep 09, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 21, 2024
  • Original Inactive Date: Oct 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: B503 - SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL
  • NAICS Code:
    • 712120 - Historical Sites
  • Place of Performance:

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and award. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. U.S. Fish and Wildlife Service has a requirement for an Indefinite Delivery, Indefinite Quantity (IDIQ) to provide cultural resource investigations and reporting, per the National Historic Preservation Act (NHPA), within Hawaii, American Samoa, Guam, Commonwealth of the Northern Mariana Islands (CNMI) and Pacific Islands. The period of performance will be for a base year and two option years. The Government anticipates multiple awards up to five from this requirement. The task orders will be fixed price. This posting will be referred to under Request for Quote (RFP) Number 140F0S24R0018. This document is conducted under the procedures of FAR Parts 12 and 13 incorporating provisions and clauses in effect through the current Federal Acquisition Circular (FAC) 2024-05. This requirement is unrestricted and full and open. The North American Industrial Classification System (NAICS) number is 712120, Historical Sites with a business size standard of $13 Million.

Contact Information

Contracting Office Address

  • FWS, Over SAT G/S 5275 Leesburg Pike
  • Falls Church , VA 22041
  • USA

Primary Point of Contact

Secondary Point of Contact





History