Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2006 FBO #1522
SOLICITATION NOTICE

L -- Cultural Resources Archeological Services

Notice Date
1/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Washington State Office, 316 Boone Avenue, Suite 450, Spokane, WA, 99201-2348
 
ZIP Code
99201-2348
 
Solicitation Number
NRCS-03-WA-06
 
Response Due
2/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Description The Natural Resources Conservation Service (NRCS) is soliciting for a Cultural Resources Archeological Services Contract for work within the State of Washington. This contract will be an indefinite delivery/ indefinite quantity (IDIQ) to include one base-year and three option-year periods. Multiple awards may be made based upon geographical areas within Washington. Work under this contract to be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $5,000 but shall not exceed $50,000. The maximum order amount for the contract period (base-year and each option year) shall be $500,000. The guaranteed minimum task order shall be $5,000 for the initial period only. There shall be no guaranteed minimum for the option periods, if exercised. Task orders could include performance of any part or all operations necessary to perform Cultural Resources surveys of varying intensity including archival research, Phase 1 (Identification) surveys and Phase 2 (Evaluation) surveys, archaeological monitoring, and data recovery operations. These surveys could include pedestrian surveys, shovel testing, and intensive subsurface testing. The chosen firm will be required to document findings in the form of an archaeological survey report which will comply with Washington Department of Archeology and Historic Preservation guidelines and which will be acceptable to that Department. The 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); and the Final Programmatic Agreement between Washington NRCS and the State Historic Preservation Office (SHPO); and the NRCS GM-420 Part 401 http://policy.nrcs.usda.gov/scripts/lpsiis.dll/GM/GM_420.htm Pre-selection Criteria: Firms must meet the following criteria in order to be considered for an award under this contract. (1) The firm shall have a Professional Archeologist on staff who meets the Secretary of the Interior?s Professional Qualification Standards and Guidelines for Archaeology. Where other subject experts are required, the firm must have access to these subject experts in their respective fields. These services could include History, Architectural History, Architecture, and or Historic Architecture. The Secretary?s standards and guidelines are found at http://www.cr.nps.gov/local-law/arch_stnds_9htm. (2) The Professional Archeologist shall possess a minimum of 5 years experience conducting in-field archaeological investigation in Washington and writing archaeological survey reports for those investigations. Specific experience shall include development of project alternatives to minimize the impact of proposed projects on cultural resources. Selection Criteria: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria. Weights given to each criterion will be as follows: Technical (50%), Past Performance (20%), and Cost (30%). Technical Evaluation will be based on demonstrated expertise conducting field archeological investigations in Washington using pedestrian survey, shovel testing, and excavation survey techniques. Consideration 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, conducting Cultural Resources field investigations in Washington and documenting findings in an archaeological survey report according to State Historic Preservation Office criteria. Evaluation will include direct experience conducting small acreage/uncomplicated investigations to more complex surveys involving large acreage/intensive investigations. Past performance will be based on the firm?s past experience in performing the requirements described; the quality and timeliness of performance under previous contracts. References and phone numbers must be provided. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies each of a Standard Form 254 (Architect Engineer and Related Services Questionnaire), Standard Form 255 (Architect Engineer and Related Services Questionnaire for a Specific Project), and any other information relative to the selection criteria to the contracting office address listed above to the attention of the Contracting Officer by the close of business January 28th, 2006. Only those firms responding by that time will be considered for selection. This is not a request for Proposal.
 
Place of Performance
Address: State of Washington
Zip Code: 99201
Country: Various
 
Record
SN00971892-W 20060126/060124211753 (fbodaily.com)
 
Source
FedBizOpps 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.