Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2008 FBO #2401
SOLICITATION NOTICE

B -- Archeological test at Wesley Chapel site at Women's Rights National Historic Park, Seneca Falls, NY.

Notice Date
6/21/2008
 
Notice Type
Presolicitation
 
Contracting Office
NER - DEWA Delaware Water Gap NRA National Park ServiceDelaware Water Gap NRA1 River Road Bushkill PA 18324
 
ZIP Code
18324
 
Solicitation Number
Q1955080503
 
Response Due
7/25/2008
 
Archive Date
6/21/2009
 
Point of Contact
Vivien Rose Chief of Cultural Resources 3155680007 Vivien_Rose@nps.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the rformat in FAR subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. solicitation No. Q1955 is issued a a Request for Quotes (RFQ) and will be awarded as a firm fixed price Order for Commercial Items, using simplified acquisition procedures. the North American Industry classification System (NAICES) is 541720; the size standard is $5.0 million. the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. the solicitation items are as follows: Womens Rights National Historical Park (WORI) is in the process of rehabilitating the Wesley Chapel, a historic structure in the Park. Before final work may begin on the rehabilitation, intensive archeological testing at Wesleyan Chapel is required. General Statement of Work The contractor must conduct background research about Wesleyan Chapel. Four archeological excavation units measuring 2 by 2 meters each must be hand excavated to a depth of 1.8 meters and five 50x50 cm shovel test pits at 10m intevals along a proposed electric utility corridor bmust be examined. In addition to this fieldwork, the project will involve reviewing background historical information including primary and secondary source materials, and processing and cataloging the artifacts from the excavations. The report will review background information, describe the results of excavations, and identify the general and specific levels of significance of the resources. Special Contract Conditions/Considerations National Park Service Management Policies affirm a long-term commitment to the appropriate investigation, documentation, preservation, interpretation, and protection of archeological resources inside units of the National Park System. All of the archeological resources in WORI are subject to the care and management required by laws, regulations, policies, Director's Orders and guidelines described and referred in NPS Director's Order 28b: archeology. If human remains are found during physical testing, all testing should stop and the proper authorities be notified. care should be taken to minimize subsequent damage to the site. Proper authorities include but are not limitedto Park superintendentm County of city coroner, and Head cultural resources, Northeast Region, National Park Service. Any artifacts found during shovel testing will be documented. Any artifacts found during surveys should have exact location determined. The completion of the field tests, reports, reviews, and final reports are expected 1 year from the start date. A detailed scope of work and sketch showing location for test pits will be sent to prospective contractors upon request. Contractors are encouraged to schedule an appoint to view the site before submitting their quote. The following FAR provisions and clauses are applicable to this acquisition:FAR 52.2211-06 Brand Name or Equal FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial ItemsFAR 52.212-04, Contract Terms and Conditions-- Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, FAR 52.222-21 Prohibition of Segregated FacilitiesFAR 52.222-26 Equal OpportunityFAR 52.222-36 Affirmative Action for Workers with Disabilities,FAR 52.225-11 Restrictions on Certain Foreign PurchasesFAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor RegistrationFAR Clause 52.212-2, "Evaluation Commercial Items" applies to this solicitation and the following criteria evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: (1) Past Performance (2) Technical capability to meet the Government Requirement and (3) Price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.For this solicitation, vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of order, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. This form may be requested from the Contracting Officer by FAX or email. NO TELEPHONE REQUESTS WILL BE ACCEPTED. The offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Quotes are due NLT 3:00pm EST July 25, 2008 and can be sent via mail or email, to Karl Merchant, Contracting Officer, Delaware Water Gap NRA, River Road, Buskill, PA 18324. E-Mail:karl_merchant@ NPS.GOV.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=860acfbdd67b0c9a528d03a7175293f3&tab=core&_cview=1)
 
Place of Performance
Address: Womens Rights NHP, 136 Fall Street, Seneca Falls, NY 13148.
Zip Code: 13148
 
Record
SN01598558-W 20080623/080621213030-860acfbdd67b0c9a528d03a7175293f3 (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.