SOLICITATION NOTICE
R -- Cultural Resource Investigations, Rock Island District, District-Wide Cultural Resource Investigations States of Illinois, Iowa, Missouri, Wisconsin, and Minnesota.
- Notice Date
- 2/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- DACW25-03-R-0001
- Archive Date
- 6/6/2003
- Point of Contact
- Michael Hoh, (309)794-5828
- E-Mail Address
-
Email your questions to US Army Engineer District, Rock Island
(Michael.T.Hoh@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA R?CULTURAL RESOURCE INVESTIGATIONS, ROCK ISLAND DISTRICT, DISTRICT-WIDE CULTURAL RESOURCE INVESTIGATIONS STATES OF ILLINOIS, IOWA, MISSOURI, WISCONSIN, AND MINNESOTA. Sol. DACW25-03-R-0001. Contract Points of Contact: Michael Hoh, 309/794/5828 Contract Specialist, Cynthia Pleasant, 309/794-5239 Contracting Officer. Services to be performed under a fixed-price indefinite quantity contract may include, but not be limited to archival and historical research, reconnaissance and intensive archaeological/Geom orphological field surveys, site testing/evaluation for the National Register of Historic Places (NRHP), data recovery through site excavation, preparation of cultural resource management plans, special studies, laboratory analyses, computerized data base creation and management, technical reports, and preparation of National Register nomination forms. Work and services under this contract shall be assigned by work orders duly issue by the Contracting Officer. Final products will be high quality technical reports on the results of the work delivered to the Rock Island District, Corps of Engineers. The contract period will be for one (1) base period with the Government having the option to renew for four (4) additional option periods. The Offerors must de monstrate expertise across a broad range of cultural resource management areas including regional history, prehistory, and geomorphology with particular emphasis upon the States of Illinois, Iowa, Missouri, Wisconsin, and Minnesota within the Rock Island D istrict. Proposals will be evaluated using five major factors or categories as follows: Personnel Qualifications, Regional Expertise, Organizational Capability, Schedule of Rates, and Past Performance. The Government intends to evaluate proposals and aw ard a contract without discussions with offerors. Therefore, each initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined b y the Contracting Officer to be necessary. Multiple awards may be made under this solicitation. The total cost of all work orders per contract period shall not exceed $200,000. Minimum guaranteed annual amount shall be $4,000 for the initial period; $2, 000 in any option period should options be exercised by the government. This procurement is unrestricted. Set of specifications will be available on our website: www.mvr.usace.army.mil. All responsible sources may submit an offer which will be considere d. The NAICS Code for this procurement is 813920.
- Place of Performance
- Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
- Zip Code: 61204-2004
- Country: US
- Zip Code: 61204-2004
- Record
- SN00262296-W 20030222/030220213544 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |