Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2007 FBO #2174
SOLICITATION NOTICE

R -- Marine and Terrestrial Historic Properties Investigations, as Needed, for the U.S. Army Corps of Engineers, Galveston District, Texas and Louisiana.

Notice Date
11/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-08-R-0002
 
Response Due
1/15/2008
 
Archive Date
3/15/2008
 
Point of Contact
Angela.Zahid, 409-766-3849
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(angela.zahid@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District will award a contract to provide marine and terrestrial Historic Properties Investigations, as needed, for the U.S. Army Corps of Engineers, Galveston District, Texas and Louisiana. PROJECT INFORMATION: Using best value acquisition procedures and in accordance with FAR part 15, the intent of the Government is to award one UNRESTRICTED Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity contract consisting of one base year and four (4) option years, with a Guaranteed Minimum Fee of $1,500.00 for the base year and $500.00 for each option year. To meet the minimum guarantee, the Government anticipates awarding the initial task order at time of contract award, unless funds are not available to award. In that case,the Government will award with the minimum guarantee. The Solicitation will be a Request for Proposal (RFP) that will be evaluated using Best Value methods. To determine best value, the government's proposal evaluations will consist of, but not be limited to, evaluation of the offerors technical and management capabilities as well as price. Potential offerors are reminded to pay particular attention to the Evaluation and Award Criteria set forth in Section L and Section M of the solicitation. Technical proposals will be evaluated for specific management and technical evaluation criteria consisting of: personnel and company qualifications; management capability; technical excellence; past performance; Subcontracting Plan (as required by FAR 52.219-9); and price proposals. The Government intends to award without discussions; however, the Government reserves the right to conduct discussions if deemed in its best interest. The work consists of furnishing all personnel, labor, management, facilities, supplies, materials, and equipment and do all things necessary for performance of professional marine, terrestrial, and historic cultural resource investigations and coordination with Native American tribes. The marine investigations shall occur in the Gulf of Mexico and the bays and rivers along the Texas coast and along a small portion of the western Louisiana coast and shall include, but not be limited to: archival and historic al research; remote-sensing services including magnetometer, side scan sonar, sub-bottom profiler, and bathymetry surveys; monitoring; data analysis; diving and assessment of underwater targets and anomalies; determination of eligibility for listing in the National Register of Historic Places (NRHP); and laboratory analysis. The terrestrial investigations shall include but not be limited to: archival and historical research, archeological reconnaissance and intensive surveys; site assessments and determinat ion of eligibility for listing in the NRHP; data recovery and site mitigation; cemetery relocation; remote-sensing services including ground penetrating radar, magnetometer and electromagnetic resistivity; monitoring; and laboratory analysis. The historic investigations shall include, but not be limited to: historic structure surveys and reports, Historic American Building Survey (HABS) and Historic American Engineering Record (HAER) documentation, archival research, oral history research, and historic map and photographic research, and historic structure reports. Coordination with Native American tribes shall include, but not be limited to: Tribal affiliation research, notification of upcoming fieldwork, and other forms of Tribal coordination as needed. All work shall be conducted in a manner consistent with the Secretary of the Interiors Standards and Guidelines for Archeology and Historic Preservation (48 FR 44716-44740) or the Secretary of the Interiors Standards for the Treatment of Historic Prop erties (36 CFR 68), as appropriate. Marine archeologists must be able to obtain a permit from the Texas Historical Commission and Louisiana State Historic Preservation Officer (SHPO). The contractor may be required to respond to simultaneous projects to meet project deadlines. Services shall be performed in connection with civil works projects assigned to the U.S. Army Corps of Engineers, Southwestern Division, but primarily in Galveston District. The Galveston Distri ct covers and area averaging 100 miles in width along the Texas Coast, extending from approximately 15 miles east of the Texas-Louisiana state line south to the Rio Grande. The District encompasses 49 Texas counties (Aransas, Austin, Bee, Brazoria, Brooks, Calhoun, Cameron, Chambers, Colorado, DeWitt, Duval, Fayette, Fort Bend, Galveston, Goliad, Gonzales, Hardin, Harris, Hidalgo, Jackson, Jasper, Jefferson, Jim Hogg, Jim Wells, Karnes, Kenedy, Kleberg, Lavaca, Liberty, Live Oak, Matagorda, McMullen, Montgo mery, Newton, Nueces, Orange, Polk, Refugio, San Jacinto, San Patricio, Starr, Trinity, Tyler, Victoria, Waller, Walker, Wharton, Willacy, and Zapata), portions of four Louisiana parishes (Beauregard, Calcasieu, Cameron, and Vernon), and the adjacent water s of the Gulf of Mexico. Services can also be performed in the Tulsa, Little Rock, and Fort Worth Districts. Project locations will be identified for each task order. Field conditions will generally include terrain of varying types, steepness, and consistencies ranging from dry land to soft marshlands, including swamp. The Plans and Specifications will be issued on or about 11 December 2007. Proposals will be due 15 January at 3:00 (CST)Central Standard Time. The North American Industrial Classification System (NAICS) Code applicable to this project is 541990. The Small Business Size Standard is $6.5 million. Plans and specifications will not be available in paper format or on compact disc. After issuance of the Request for Proposal plans and specs, contractors may register to be placed on a plan holders list, view and/ or download this solicitation and all amendments at the following internet addresses: https://acquisition.army.mil/asfi/ and http://www.fbo.gov/ Please view our local website at https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm for synopsis information. It is the offeror's responsibility to monitor the FedBizOpps web site (using the above link) for amendments to the Request for Propos als. All offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov The Contract Specialist for this project is Jacqueline B. Adekanbi, (409)766-3100, jacqueline.b.adekanbi@usace.army.mil and Alternate contract specialist is Angela Za hid, (409) 766-3849, angela.zahid@usace.army.mil . For technical information about this solicitation, please contact Mr. Jerry L. Androy, at (409) 766-3821 or via e-mail at jerry.l.androy@usace.army.mil . Subcontracting goals for the Galveston District are : 51.2% - Small Business; 8.8% - Small Disadvantaged Business; 7.3% - Woman-Owned; 3.1% - HUBZone Small Business; 1.5% - Service-Disabled Veteran-Owned Small Business. These goals reflect the Fiscal Year (FY) 07 requirements. If the goals are increased i n FY 08, the Offeror will be required to submit a subcontracting plan that is in accordance with the revised goals.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01448663-W 20071109/071107224310 (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.