Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2004 FBO #0817
SOLICITATION NOTICE

L -- Cultural Resources Archeological Services

Notice Date
2/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541690 — -- Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Wisconsin State Office, 8030 Excelsior Drive, Suite 200, Madison, WI, 53717
 
ZIP Code
53717
 
Solicitation Number
NRCS-022-WI-04
 
Response Due
3/19/2004
 
Point of Contact
Beverly Bartek, Contract Specialist, Phone 608-662-4422 x 262, Fax 608-662-4430,
 
E-Mail Address
beverly.bartek@wi.usda.gov
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting for Cultural Resources Archeological Field Investigation services contract for work within the state of Wisconsin.&nbsp&nbsp&nbsp&nbspNAICS code 541690 at $5.0. The agency contemplates multiple awards.&nbsp&nbsp&nbsp&nbspHistorically, the most NRCS project locations requiring archaeological field work tend to occur in the lower two-thirds of the state.&nbsp&nbsp&nbsp&nbspThe contract will be an indefinite delivery indefinite quantity to include one base-year and four option-year periods.&nbsp&nbsp&nbsp&nbspWork under this contract is subject to satisfactory negotiation of individual task orders.&nbsp&nbsp&nbsp&nbspThe price of any single task order shall be at least $500.00 but shall not exceed $10,000.&nbsp&nbsp&nbsp&nbspThe maximum order amount for each contract period (base-year and each option year) shall be $75,000.&nbsp&nbsp&nbsp&nbspThe guaranteed minimum task order shall be $1000 for the base-year only.&nbsp&nbsp&nbsp&nbspThere will be no guaranteed minimum for the option periods, if exercised.&nbsp&nbsp&nbsp&nbspTask orders could include performance of any part or all operations necessary to perform Cultural Resources field surveys of varying intensity including background research, pedestrian surveys, shovel testing, and excavations.&nbsp&nbsp&nbsp&nbspThe firm will be required to document findings in the form of an archaeological survey report according to guidelines set by the Wisconsin Archaeological Survey (http://www.uwm.edu/Org/WAS/WASurvey/WASurvpubTOC.html).&nbsp&nbsp&nbsp&nbspThe firm will comply with the requirements defined in the National Historic Preservation Act (NHPA) (PL 89-665; 16 U.S.C. 470) (http://www2.cr.nps.gov/laws/NHPA1966.htm); the Nationwide Programmatic Agreement among the NRCS, the Advisory Council on Historic Preservation (ACHP) and the National Conference of State Historic Preservation Officers (Agreement # NRCS A3A75-2-64) (http://www.nrcs.usda.gov/technical/ECS/culture/PA_31.pdf); the Programmatic Agreement between Wisconsin NRCS and the State Historic Preservation Office (SHPO) (http://efotg.nrcs.usda.gov/treemenuFS.aspx?Fips=55025&MenuName=menuWI.zip); and the NRCS GM-420 Part 401 (http://policy.nrcs.usda.gov/scripts/lpsiis.dll/GM/GM_420.htm <BR> <BR> Pre-selection Criteria:&nbsp&nbsp&nbsp&nbspFirms must meet the following criteria in order to be considered for an award under this contract.&nbsp&nbsp&nbsp&nbsp(1) The firm shall have a professional archeologist on staff that meets the Secretary of the Interior?s Professional Qualification Standards and Guidelines for Archeology found at http://www.cr.nps.gov/local-law/arch_stnds_9htm and be listed on the Register of Professional Archaeologists (http://www.rpanet.org/).&nbsp&nbsp&nbsp&nbsp(2)&nbsp&nbsp&nbsp&nbsp&nbsp&nbspThe Archeologist shall possess a minimum of 5 years experience conducting in-field archaeological investigation in Wisconsin and writing archaeological survey reports for those investigations.&nbsp&nbsp&nbsp&nbspExperience shall include development of project alternatives to minimize the impact of proposed projects on cultural resources.&nbsp&nbsp&nbsp&nbsp(3) The firm shall contribute the following at no additional cost to NRCS:&nbsp&nbsp&nbsp&nbspgroup trainings (minimum 2 per year, maximum 10 per year) and individual trainings (minimum 2 per year, maximum 10 per year) to NRCS staff, phone consultation as requested by NRCS, and training materials for use by NRCS.<BR> <BR> Selection Criteria:&nbsp&nbsp&nbsp&nbspFirms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria.&nbsp&nbsp&nbsp&nbsp(1) Specialized experience and technical competence in the type of work required.&nbsp&nbsp&nbsp&nbspEvaluation will be based on demonstrated expertise conducting field archeological investigations in Wisconsin using pedestrian survey, shovel testing, and excavation survey techniques.&nbsp&nbsp&nbsp&nbspConsideration will be given to firms with knowledge and direct experience working with Federal agencies, compliance concerns as related to Section 106 of the National Historic Preservation Act, and conducting Cultural Resources field investigations in Wisconsin and documenting findings in an archaeological survey report according to the SHPO and Wisconsin Archaeological Survey criteria.&nbsp&nbsp&nbsp&nbspEvaluation will include direct experience conducting small acreage/uncomplicated investigations to more complex surveys involving large acreage/intensive investigations.&nbsp&nbsp&nbsp&nbspThis specialized experience and technical competence will be evaluated based on the documented complexity of the work performed.&nbsp&nbsp&nbsp&nbsp(2) Professional qualifications necessary for satisfactory performance.&nbsp&nbsp&nbsp&nbspThe evaluation will be based on the number of qualified personnel, their knowledge level, experience associated with the requirements above, and their availability to perform the work on this contract.&nbsp&nbsp&nbsp&nbsp(3) Capacity to accomplish work.&nbsp&nbsp&nbsp&nbspEvaluation will be based on the number of personnel available, the quantity of existing work under contract, and the schedules for completion of the existing work.&nbsp&nbsp&nbsp&nbsp(4) Past performance on contracts with NRCS, other government agencies, and private industry.&nbsp&nbsp&nbsp&nbspEvaluation will be based on the firm?s past experience in performing the requirements described; the quality and timeliness of performance under previous contracts.&nbsp&nbsp&nbsp&nbspReferences and phone numbers must be provided.&nbsp&nbsp&nbsp&nbsp(5) Location in the general geographic area.&nbsp&nbsp&nbsp&nbspEvaluation will be based on the firm?s proximity to the State of Wisconsin.&nbsp&nbsp&nbsp&nbspThe above evaluation factors are listed in their order of importance.&nbsp&nbsp&nbsp&nbspThese criteria will be utilized prior to evaluating cost proposals.<BR> <BR>
 
Place of Performance
Address: Wisconsin, Madison, Dane County
Zip Code: 53717
Country: usa
 
Record
SN00524934-W 20040221/040219221932 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.