Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

B -- Phase I Cultural Resource Investigation of a Convoy Live Fire Range, an Urban Assault Course, and an Infantry Squad Battle Course at Camp Ripley, MN

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-06-T-0044
 
Response Due
8/21/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; qu otations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-06-T-0044 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and D efense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 541720 and the small business siz e standard is six and one-half million dollars. (v) This requirement consists of 1 line item (0001) Phase I Evaluation of a Convoy Live Fire Range, an Urban Assault Course, and an Infantry Squad Battle Course at Camp Ripley (Morrison County), Minnesota. (vi) Work to be completed under this purchase order will consist of the following: The contractor shall conduct an archeological investigation of three proposed National Guard training ranges, totaling 406 acres, at Camp Ripley in western Morrison County , Minnesota. Field work will include pedestrian walkover and shovel testing. The contractor will need to obtain an archeological license from the Office of the Minnesota State Archaeologist. Key contractor personnel must meet the Secretary of the Interi ors professional qualifications standards for prehistoric archeologists, historic archeologists, and historians. Detailed description of the line item is available as Addendum I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be F OB destination, St. Paul, MN. All field work to be completed by October 27, 2006. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items, appl ies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). This acquisition will be conducted using the Test Program for Certain Commercial Items under FAR 13.5. A competitive award will b e made to the responsible firm with the lowest priced technically acceptable quote. Each quote at a minimum must meet the technical specifications to be technically acceptable. Technical acceptability is pass-fail. In order to be considered technically acceptable firms must provide information evidencing that they meet the following: (1) Meet the Secretary of the Interiors professional qualification standards for prehistoric archeologists, historic archeologists, and historians given in Appendix A of 36 CFR Part 61. Provide key personnel resumes or equivalent information to verify professional qualifications. Key personnel include the Contractors principal investigator, field and laboratory supervisors, and field crew chiefs. (x) The provision at 52. 212-3 Alt. I, Offeror Representations and Certifications Commercial Items, applies to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (Dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Deviation), applies to this acquisition. (xiii) The clauses at 52.204-7 and the DFAR clause at 252.204-7004 Alternate A, Central Contractor Registration apply to t his solicitation. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following c lauses apply to this solicitation: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52,.222-41 Service Contract Act Of 1965, As Amended. (wage determinations applicable to this solicitation are available in Addendum II), 52.222-42 Statement Of Equivalent Rates For Federal Hires, In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary o f Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions o f 5 U.S.C. 5341 or 5332, 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7006 Billing Instructions, 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225-7000 Buy American Act--Balance Of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered Note 1 app lies to this acquisition (i.e. 100% set aside for small business). (xvi) Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 03:00 PM CST, August 21st, 2006. Faxed or emailed quotes are acceptabl e. Use the format specified in Addendum III Pricing Sheet to submit your quotes and as a check list to ensure submittal of all required information. (xvii) The assigned Specialist is Mr. Nathan Johnson. Mr. Johnson may be reached at Nathan.d.johnson@mvp0 2.usace.army.mil, (651) 290-5418 or by fax, (651) 290-5706. Requests for more information should be referred to Mr. Johnson. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award. Th e addendums and additional supplemental material (e.g. site maps, Phase I Cultural Resource Investigation) can be obtained by contacting Mr. Johnson.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01107126-W 20060806/060804222827 (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.