Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SOLICITATION NOTICE

L -- RECOVERY--L--Coffey Site Archeological Investigations

Notice Date
6/9/2009
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-1023
 
Response Due
6/24/2009
 
Archive Date
8/23/2009
 
Point of Contact
Brad Willis, 8163892246<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(bradley.l.willis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--This is a pre-solicitation notice indicating the Governments intent to issue a Request for Proposals (RFP) for a Firm-Fixed-Price Service contract which will provide for Archeological Testing at the Coffey Site, Tuttle Creek Lake in Pottawatomie County Kansas. This project is part of the American Recovery and Reinvestment Act (ARRA) of 2009. The Government is tentatively planning on issuing a solicitation on or about 25 June 2009, for a Firm-Fixed-Priced Service contract. The NAICS code is 541690 with a size standard of $7,000,000.00. The specific set-aside determination has not been made, as a CONCURRENT SOURCES SOUGHT NOTICE IS BEING POSTED (See original notice) to assist the Government in making such a determination. This announcement may be amended the week prior to issuance of the solicitation and will specify the set-aside status, if any, at that time. STATEMENT OF WORK OVERVIEW (Not All-Inclusive) The Coffey Site is located on the shoreline, and is currently being affected by erosion. The work under this contract shall be to conduct archeological and geomorphic investigations of the site in order to determine the present condition of the site and to ascertain how much of the site remains intact. Investigations would clearly identify the vertical and horizontal boundaries of the site. The contractor must conduct the study using accepted methodology in accordance with the Archeological and Historic Preservation required by the Secretary of the Interiors Standards and Guidelines as published in the Federal Register, Vol. 48, No. 190, September 29, 1983, and noted below: (a)Standards and Guidelines for Preservation Planning (b)Standards and Guidelines for Evaluation (c)Standards and Guidelines for Archeological Documentation Investigations would also include (if present) two components of the site that have been previously identified for further study, an Early Ceramic component and an Archaic component. Exploration of these components would consist of limited soil testing (soil samples and test units). Information obtained would be used for future planning the preservation of the site, if portions of the site still exist. The Contractor shall supply the necessary labor, supervision, transportation, equipment, and supplies to identify, analyze, and evaluate the cultural resources within the specified project areas. Background research, archival research, intensive surface reconnaissance, and subsurface investigations shall be performed to identify, describe, and evaluate cultural resources within the project areas. This work shall establish the horizontal and vertical extent of cultural deposits, the context and condition of the deposits (e.g., primary, secondary, deflated, disturbed and the nature of the disturbance), the placement of the cultural deposits in time, and a determination of site function associated with cultural material and/or features identified. Global Positioning System (GPS) mapping equipment will be used by the contractor during the course of this contract to establish various boundaries and reference datum points. The contractor will be required, as a contract deliverable, to generate a series of reports upon completion of fieldwork and will be required to inventory and protect (curation) all records and artifacts collected. Solicitation packages will be made available on the Federal Business Opportunities (FBO) website, https://www.fbo.gov. Please note that to be eligible for award of this project prospective contractors must be registered in Central Contractor Registration (CCR) and have completed their Online Representations and Certifications (ORCA) (both can be linked to at www.bpn.gov) prior to closing date of offer. Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, project documents will be available via the Federal Business Opportunities website only. Questions regarding the project may be forwarded to Brad Willis, Contract Specialist, at bradley.l.willis@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-R-1023/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01839429-W 20090611/090609234837-c3a616985fef25a9c8e97f4d87a82f3b (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.