The U.S. Army Corps of Engineers, Philadelphia District (CENAP) intends to award contract W912BU-16-P-0095 to complete the Ethnographic/Ethnohistoric/Ethnobotany Survey in support of the USAFA Cultural Resources Management and Tribal Consultation program and in compliance with the National Historic Preservation Act (NHPA); the Archaeological Resources Protection Act; Native American Graves Protection and Repatriation Act; other applicable federal, state, and local laws and regulations; and related DoD and AF directives (i.e., DoDI 4715.16; DoDI 4710.02; AFI 32-7065 and 90-2002) consistent with the terms identified within this announcement. The contract will be executed via firm fixed price for a period of 270 days. This contract will be awarded upon the basis of the authority provided in 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302-1, only one responsible source and no other services will satisfy the requirement. Unacceptable delays in fulfilling the agency's requirements would result, given any other action, due to current circumstances. Due to unique prior experience and involvement of the current contractor, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. The Government will post approved justification.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all capability statements received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should demonstrate the offeror's experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include business size; ability to self-perform work; layers of subcontracting; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in length. Written inquiries may be directed to Ms. Temekka Ellis via email at [email protected].