Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

F -- Archaeological Survey on 592 acres on the Uwharrie National Forest in North Carolina

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, NC, 28804, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-4568-S-07-0059
 
Response Due
7/12/2007
 
Archive Date
7/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is AG-4568-S-07-0059 and is issued as an Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 541990 with an $6.5 million size standard. (v) Contractors shall submit a lump sum quote for Archaeological Survey on 592 acres on the Uwharrie National Forest located in Davidson, Montgomery and Randolph counties in North Carolina. (vi) Description of requirement: GENERAL SPECIFICATIONS 1.1 Scope of Services The National Forests in North Carolina is accepting bids for survey to determine the nature and location of heritage resources on 592 acres of selected lands in Davidson, Montgomery and Randolph Counties, North Carolina. The Contractor shall provide all services, facilities, materials, and supplies required for the performance and completion of the project outlined herein, except where otherwise specified. The objectives of the project are to identify, record and evaluate historic, ethnohistoric and prehistoric properties (Heritage Resources) that could be affected by proposed timber activities. Reports and other data derived from this project will be used for Environmental Analysis input and in compliance with Section 106 of the National Historic Preservation Act, as amended. To accomplish these objectives, the Contractor shall review existing sources of information on the environment, prehistory and history of the general project area, including Forest Service Land Status Files in Asheville or Troy, NC; conduct an intensive (Level III) field survey of the areas defined on the attached maps, flag National Register eligible and potentially eligible sites in the field; complete North Carolina state site inventory records for each site discovered; analyze the results of this investigation, including, but not limited to, recommendations regarding site significance in terms of National Register of Historic Place criteria; and prepare, furnish, and deliver to the Forest Service a report in original and four (4) copies describing the methods and results of the study by October 15, 2007. Location The area selected for study consists of the following: 2007 First Thinning Areas, 592 acres in Compartments 2,7,9,10,11,12,14,15,16,21,25,26,31,32,33,34, & 35, Davidson, Montgomery and Randolph Counties, Badin, Eleazer, High Rock, Lovejoy Morrow Mountain and Troy quadrangles. See Attachment A. Lodging and supplies are available in the nearby towns of Albemarle, Asheboro, Biscoe and Troy. Government-Furnished Assistance 1.3.1 Services The Forest Service shall provide access to such information in its possession as it deems pertinent to the project, including archaeological and historical inventory data, environmental data and reports, aerial photos, maps, and other relevant information. This shall include the availability of Forest Service personnel and resource specialists for technical consultation as needed for the orderly and efficient development of the project. Topographic maps of the area showing National Forest property lines of the survey area will be furnished to the Contractor. Flagging tape will also be made available to the Contractor. Published Soil Survey reports on file will be available for inspection and study by the contractor at the Supervisor?s Office in Asheville, NC. 1.3.2 Fieldwork Coordination The Contractor shall coordinate field activities with the Forest Service Archeologist and the District Ranger. Background studies and other activities will be coordinated with the Uwharrie Zone Archeologist. Professional Quality Controls All laboratory, office, and field work performed under this contract is to be in accord with standards prescribed by the 1906 Antiquities Act and the Archaeological Resources Protection Act of 1979 with programming rules and regulations (36 CFR 296), and the Native American Graves Protection and Repatriation Act. 1.5 Personnel All of the tasks described herein are to be accomplished under the supervision of a Principal Investigator (PI) trained to the ?PhD/MA competence level? with a demonstrable background in archaeology and history, relevant to the project area, and can document the successful administration and completion of projects of a similar nature. By ?PhD/MA competence level,? it is meant that the Forest Service will consider Principal Investigators trained to a lesser academic level if their vitae support ?PhD/MA competence? for the purposes of this contract. Other key personnel, namely field and lab supervisors, must have demonstrable experience in archaeology and history relevant to the project area, experience in report preparation, analysis of heritage resource properties, and analysis of archaeological materials. Names and vitae for the Principal Investigator and all key personnel (as defined) must be submitted with a proposal. Names and vitae for trained technicians and/or students who will serve as crew for the project do not have to be submitted with a proposal, but will be submitted when work begins. Any changes in key personnel after commencement of the project must be approved by the Contracting Officer. TECHNICAL SPECIFICATIONS 2.1 Heritage Resource Survey Requirements The Contractor shall meet with the Forest Service Archeologist in Asheville or Troy, NC, and/or representative prior to initiating field work for the purpose of (1) reviewing the undertaking and discussing the project objectives; (2) reviewing Forest Service Heritage Resource Inventory information; (3) examining pertinent natural resource data, reports, maps, etc; (4) becoming acquainted with the natural and cultural features of the project area; and (5) discussing field plans and coordination with Forest personnel, including the District Ranger and representatives. 2.2 Survey Intensity Level This is to be an intensive field inventory, in that the heritage resource sites in the project area are to be located, and sufficient data retrieved to evaluate sites for eligibility to the National Register of Historic Places (NRHP). Sites will be described by Forest Service site classes: Class I - Listed in or determined eligible to the NRHP. Unevaluated- Potentially eligible to the NRHP, further testing required. Class III - Not eligible for listing in the NRHP. The survey area will be subjected to pedestrian survey. Since management decisions and directions for future work are based on initial survey results, it is essential that enough information be obtained to make informed decisions. Consequently subsurface testing, which can provide information about depth, site boundaries, and deposit integrity is required. Site definition to be used during survey is the presence of two or more artifacts/features (material evidence of human use) within a definable area on a single landform or on contiguous landforms. Isolated finds are still provided a site number and site form following the policy employed by the North Carolina Office of State Archeology. All sites are recorded on state site forms and located on 7.5? USGS topographic maps. Site locations will be plotted with hand held Global Positioning System (GPS) units. Isolated finds may be denoted by one reading, while larger sites will need multiple readings to verify both location and extent. Trees closest to GPS readings will be marked with white latex (spray) paint with a double circular band to aid site relocation. Field techniques involve pedestrian walk-over by two or more persons in parallel 20 to 30 meter transects for complete coverage of the project acreage. Subsurface tests are made every 20 to 25 meters along the transects. Subsurface testing will be conducted in all areas except those that are justified not to require subsurface testing (excellent visibility, disturbance). Cleared areas, such as trails, roads, tree throws and tree bases will be examined when available. The entire project area must be investigated to an extent to ensure location of all sites. All landforms expected to contain sites will be subsurface tested (minimum of 30 cm diameter tests screened through ? inch mesh). Additional tests may be necessary to define site limits and larger tests may be needed to assess and/or evaluate sites. The test depths vary between less than 5 cm to well over 30 cm depending on the area. An auger is also employed in some areas because of soil depth associated with flood plain deposits. Site field numbers will be assigned according to the Forest Service designations: District abbreviation, Compartment number ? Site number ? Calendar year, eg., UW40-1-07 is the first site recorded on the Uwharrie National Forest in Compartment 40 in 2007. Copyright The Contractor agrees to indemnify the U.S. Government against any claim of copyright infringement which may result by reason of publication, by the U.S. Government, of material in any report pertaining to the contract work submitted by the Contractor wherein any such previously printed material is not identified in the reports as copyrighted. The Contractor agrees that no rights at common law or inequity shall be asserted, and no claims to copyright by statute shall be established by the Contractor in any materials produced in the performance of this contract, and that all materials and deliverables become the property of the U.S. Government. The results of this project may be used for research and other reasonable and lawful purposes by U.S. Government and non-government agencies and individuals subject to prior written approval of the Forest Service. Property Recording All heritage resource properties observed shall be recorded on North Carolina state site inventory records. The necessary inventory records are obtainable from the Forest Service Archeologist. Controls for Removed Materials, Sub-Surface Tests, Etc. All collected materials shall be turned over to the Uwharrie Zone Archeologist with the Final Report for permanent retention, unless otherwise specified. 2.7 Ancillary Documents Disposition All ancillary documents expressly associated with the conduct of this project, such as, but not limited to, field notes, maps, drawings, and photographs with negatives, are to be turned over by the Contractor with the artifact collections to the Uwharrie Zone Archeologist. All such materials remain the property of the U.S. Government and are to be made available to the Forest Service and other Federal agencies upon the lawful and reasonable request of authorized personnel. 2.8 Report Requirements 2.8.1 General A final report must be submitted to the Forest Service Archeologist in the original and four copies (total of five copies). Copies may be Xerox-type photocopies except one should include prints from negatives. Legibility of the copies will be evaluated and accepted by the Forest Service Archeologist. The original must be of a publishable quality and unbound. Further, a management abstract shall be provided, including a list of sites, UTM locations, site types, conditions, and the Contractor?s recommendations for each site (e.g., nonsignificant, possibly significant?testing needed, and significant). Photographs or photographic plates must be provided of inventory/survey areas, selected heritage materials, sites (properties), and test units as necessary and appropriate to illuminate findings. All NRHP eligible and unevaluated sites will be photographed (color or black/white prints). Overall, information on data review methods, survey methods, and laboratory methods employed and the results thereof, must be given. A specifically constructed model is not required, but a statement of the theoretical orientation pertinent to the project area must be addressed. Names of Principal Investigator and all other personnel used in field and lab work must be given. An evaluation of the significance of the identified heritage resource properties in relation to 36 CFR 60 and 36 CFR 800 criteria must be given. Recommendations for further inventory and research, mitigative and protective measures to be instituted must be advanced. The report must meet acceptable standards of scholarship and professionalism as prescribed by the Society of American Archaeology (SAA), the 1906 Antiquities Act, and the Archaeological Resources Protection Act of 1979 (ARPA). 2.8.2 Title Page The final report shall include on the title page the following items: 1. Name and location of the project. 2. Name and address of the Forest Service unit to which the report is being sent (National Forests in North Carolina, PO Box 2750, Asheville, NC 28802). 3. Name and affiliation of the principal investigator. 4. Date of report. 5. Author?s signature and title. 2.8.3 Body of the Report The body of the report shall include the following items as a minimum amd should adhere to NC Office of State Archeology Report Guidelines. 1. Management Summary 2. Introduction 3. Background 4. Environment 5. Field Methods 6. Results and Site Descriptions 7. Recommendations 8. Maps (project area, surveyed areas, test locations, site locations), photos, other relevant graphics 9. References 10. NC state site forms (2 copies of each site form). INSPECTION AND ACCEPTANCE 3.1 Field Inspection The Contractor shall be prepared to submit field notes, maps and all other data pertinent to this effort to the Forest Service Archeologist for inspection of adherence to acceptable archaeological standards within 24 hours of request. All notes will be legible and in English. 3.2 Report Review The final report (one unbound original and 4 copies) with NC state site forms (3 copies) appended will be submitted to the Forest Service by October 15, 2007. (If desired, a DRAFT report and 1 copy of the site forms may be submitted to the Forest Service earlier for comment). The Forest Service will review the final report and comment within 14 calendar days. The Contractor will then have 10 days to make any necessary changes. Field notes, photographs, line drawings, and other field records together with recovered artifacts are the property of USDA ? Forest Service. These data, upon completion of final report will be submitted to the Forest Service Archeologist. (vii) Services must begin within 10 calendar days of award and be completed by October 15, 2007. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.aft.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Techincal capability to meet the Government?s requirement 2. Price - The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal TECHNICAL EVALUATION CRITERIA IN RANKED ORDER Firm should have experience in Eastern, southeastern and North Carolina Piedmont archeological investigation. Firm with experience in Federal and/or State cultural resource management (CRM) surveys. Experience and education of Principal Investigator and Field Investigator and key personnel (field, research and lab personnel. Firm?s resources, both physical and personnel, to conduct and complete project. Firms ability to commence and complete work by required dates. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http://orca.bpn.gov (xi) FAR 52.212-4 Contract Terms and Condition ? Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 ? Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmation Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration: 52.225-1 Buy American Act ? Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 2005-2389, Rev 2, FAR 52.222-13, Restrictions on Certain Foreign Purchases (> $2,500) FARS 52.204-7004 ? Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov or call 1-800-334-3414) (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail or delivery by July 12, 2007 no later than 2:30 PM Eastern Standard Time. Quotes should be marked with the solicitation number AG-4568-S-07-0059. (xv) Address questions in writing to Barbara Adams at badams@fs.fed.us, or fax 828-257-4876. For more business opportunities, visit http://www.bpn.gov
 
Place of Performance
Address: Uwharrie Ranger District, Uwharrie National Forest, 789 NC Hwy 24/27 East, Troy, NC
Zip Code: 28731
Country: UNITED STATES
 
Record
SN01330104-W 20070630/070628220552 (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.