CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC

SOL #: N6274226R1802Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM PACIFIC
JBPHH, HI, 96860-3134, United States

Place of Performance

Honolulu, HI

NAICS

Historical Sites (712120)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Oct 17, 2025
2
Last Updated
Jan 6, 2026
3
Submission Deadline
Jan 7, 2026, 12:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

The Naval Facilities Engineering Systems Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award Firm-Fixed-Price (FFP), Multiple Award Contract (MAC), Indefinite Delivery Indefinite Quantity(IDIQ) to provide cultural resources technical services throughout the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility (AOR), and other areas worldwide as needed.  This solicitation will be issued as an unrestricted procurement with a partial small business set-aside that will result in the award of multiple award contracts that are comprised of two major divisions.  The resulting multiple award contracts will be comprised of two major divisions:  An Unrestricted Division established for competing and awarding task orders to perform Government of Japan (GOJ) funded projects that support the Defense Policy Review Initiative (DPRI)/Guam Realignment, and a partial Small Business Set Aside (SBSA) Division established for competing projects funded by United States appropriations (in support of either DPRI or non-DPRI requirements).  The work shall be located primarily in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI).  The Government may also require cultural resources technical services throughout the NAVFAC Pacific area of responsibility (AOR), and other areas in the NAVFAC AOR worldwide as needed.  All Cultural Resources Technical Services conducted under the resultant contracts shall conform to the statutes, regulations, instructions and guidelines in compliance with the Request for Proposal (RFP). 

The resulting contract will include requirements that include but are not limited to, the following: (1) Archaeological Survey: Phase I Reconnaissance; (2) Archaeological Survey: Phase II Detailed Recording; (3) Archaeological Subsurface Testing; (4) Archaeological Monitoring; (5) Architectural History Survey: Reconnaissance-Level (6) Architectural History Survey: Intensive-Level (7) Archival Document Reproduction; (8) Archival Research; (9) Mechanized Excavation; (10) Carbonized Wood Species Identification; (11) Carbonized Wood Species Identification Screening; (12) Ceramic Analysis;  (13) Charcoal Particle Counts; (14) Chemical Soils & Sediment Analysis; (15) Collection of General Archaeological Materials; (16) Cultural and Historical Interpretation; (17) Data Recovery; (18) Diatom Analysis; (19) Document & Other Media Translation; (20) Electronic Graphics; (21) Ethnographic, Folklore and Cultural Anthropology Studies; (22) Faunal Analysis; (23) Fieldwork Areas with Potential/Known Hazardous Waste/Material; (24) Foreign/English & Background Information Supplementation; (25) Geographic Information Systems (GIS); (26) Geomorphological Studies; (27) Historical Architectural Studies; (28) Historical Studies; (29) Historic American Buildings survey (HABS)/Historic American Engineering Record (HAER)/Historic American Landscapes Survey (HALS); (30) Historical/Cultural Landscape Studies; (31) Historic Preservation Studies; (32) Identification Of Properties Of Traditional Religious And Cultural Significance (Traditional Cultural Places); (33) Integrated Cultural Resources Management Plans; (34) Identification/Inventory of Human Skeletal Remains; (35) Laboratory Analysis; (36) Lithic Analysis; (37) Macro-botanical Identification; (38) Mechanical Soil & Sediment Analysis; (39) Meeting Facilitation & Mediation; (40) National Register of Historic Places (NRHP) Nomination Preparation; (41  National Register of Historic Places (NRHP) Studies; (42) Photographic Documentation; (43) Phytolith Analysis; (44) Pollen Analysis; (45) Pollen Extract Preparation; (46) Pollen (Field)/Phytolith Sampling; (47) Radiocarbon Dating--Accelerator Analysis; (48) Recovery of Human Remains and Associated Materials; (49) Report Redaction; (50) Report Reproduction; (51) Residue Analysis; (52) Scientific Illustration; (53) Site Protection; (54) Stable Carbon Isotope Analysis; and (55) Stone Sourcing.  Work will be performed in accordance with the requirements of the Performance Work Statement, and may involve regulatory compliance, planning, analyzing, and various related services on any one or a combination of more than one task order.  Exact location of each effort will be designated on individual Task Orders.

The entire term of the contract is a maximum of $70 million or 90 months (consisting of a 12-month base period, six (6) 12-month option periods and one (1) 6-month extension of services period), whichever occurs first.  Task orders will typically range between $3,500 and $10,000,000. Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $3,500 is guaranteed for each awardee under the contract. As task orders are awarded that exceed the $3,500, the $3,500 minimum guarantee will be deobligated and the Government’s obligation for the minimum guarantee for the contract will be satisfied.  The estimated workload for the Unrestricted Division is approximately $1.5 million and the amount for the SBSA Division is approximately $68.5 million. These amounts may fluctuate with the potential need for the different types of specific services listed above and whether adequate competition exists within the SBSA Division and those contractors are capable of successfully executing those services.  If one or no SBSA Division contractors submit a proposal in response to a task order request for proposal (RFP), the Contracting Officer may compete the task order amongst the Unrestricted Division contractors.

The applicable North American Industry Classification System (NAICS) Code is 712120 – Historical Sites and the corresponding small business size standard is $13 million (which will determine eligibility for awards under the Small Business Set Aside (SBSA) Division).  

A MAC is a contract awarded from a single solicitation and may result in award to multiple contractors.  This procurement consists of one solicitation with the intent to award no more than six (6) Indefinite Delivery Indefinite Quantity (IDIQ) type service contracts to the offerors whose proposals, conforming to the solicitation, represents the most advantageous offers to the Government resulting in the best value, price and non-price factors considered.  The Government reserves the right to award more than six (6) contracts if it is determined to be in the best interest of the Government.  Successful awardees will compete for future work during the term of the contract.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Jan 6, 2026
View
Version 8
Solicitation
Posted: Dec 29, 2025
View
Version 7
Solicitation
Posted: Dec 18, 2025
View
Version 6
Solicitation
Posted: Dec 16, 2025
View
Version 5Viewing
Solicitation
Posted: Dec 11, 2025
Version 4
Solicitation
Posted: Dec 11, 2025
View
Version 3
Solicitation
Posted: Dec 11, 2025
View
Version 2
Solicitation
Posted: Nov 20, 2025
View
Version 1
Pre-Solicitation
Posted: Oct 17, 2025
View