Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

B -- Phase 1 Cultural Resources Investigation of Proposed Embankment Segments, Interior Drainage Ditches, and Borrow Area for Devils Lake Flood Risk Management Project, Ramsey County, North Dakota.

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-T-0027
 
Response Due
3/25/2010
 
Archive Date
5/24/2010
 
Point of Contact
Carol S. Olson, 651-290-5406
 
E-Mail Address
USACE District, St. Paul
(carol.s.olson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. The US Army Corps of Engineers is soliciting for quotes to provide Phase I Cultural Resources Investigation of Proposed Embankment Segments, Interior Drainage Ditches, and Borrow Area for Devils Lake Flood Risk Management Project, Ramsey County, North Dakota. The solicitation number W912ES-10-T-0027 is issued as a request for quotes. The solicitation will be issued in accordance with FAR Part 12, and evaluated in accordance with FAR Part 13. The contractor shall conduct a Phase I cultural resources investigation to locate prehistoric and historic archeological sites and historic standing structures in approximately 112 acres of embankment and interior drainage ditch alignments and in approximately 1151 acres of borrow area (Total of 1263 acres) near the city of Devils Lake in Ramsey County, North Dakota. Field work will include pedestrian walkover and shovel testing of survey areas. The contractor will need to obtain an archeological license from the Historic Preservation Division of the State Historical Society of North Dakota. Key contractor personnel must meet the Secretary of the Interiors professional qualification standards for prehistoric archeologists, historic archeologists, and historians. The resulting contractor will provide services in accordance with commercial standards, local, state and federal laws, and the requirements of the Performance Work Statement. The resultant contract will be a Firm-Fixed Price Contract and the performance period is 1 April 2010 through 9 February 2011. The anticipated contract start date is 1 April 2010. Evaluation factors for award shall be as follows: Technical Capability, Price and Past Performance will be evaluated in accordance with FAR 15.304, the relative importance of technical capability and past performance, when combined, are more important when compared to price or cost. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. This synopsis/solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. The solicitation is set-aside 100% for small business concerns and the size standard is $7M dollars. The associated NAICS code is 541720. The provisions at 52.212-1, Instructions of Offerors Commercial Items, apply to this solicitation. The provisions at 52.212-3, Alt I, Offeror Representations and Certifications Commercial Items, and 52.219-1 Alt I, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its proposal. A copy of the provisions may be obtained from http://www.arnet.gov/far. Full text clauses may be viewed at www.farsite.hill.af.mil. The following FAR Clauses and Provisions are applicable to this solicitation: 52.204-7, 52.209-6, 52.212-2, 52.212-4, 52.212-5, 52.219-6, 52.219-14, 52.219-28, 52.222-19, 52.222-3, 52.221-21, 52.222-26, 52.222-36, 52.222-50, 52.233-3, 52.233-4, 52.225-13, 52.227-17, 52.232-33, 52.239-1, 52.243-1 Alt 1, 52.253-1, 52.222-41, 52.222-42. The following DFAR clauses are applicable to this solicitation: 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7004 Alt A, 252.204-7006, 252.225-7001, 252.232-7003, 252.243-7001, 252.232-7010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. Department of Labor Wage Determination Schedule WD 05-2407 (Rev.-8) is applicable to this procurement. This solicitation is issued as a request for quotes. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Electronic responses are the preferred method; however proposals may also be faxed to the Attention of Carol Olson at 651-290-5706. Proposals may also be mailed to the US Army Corps of Engineers, St. Paul District, ATTN: Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Solicitation packages may be requested via e-mail at carol.s.olson@usace.army.mil. Telephonic inquiries or requests for information will not be honored. This notice closes on 25 March 2010 at 3:30 p.m., local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-T-0027/listing.html)
 
Place of Performance
Address: USACE District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
 
Record
SN02087138-W 20100311/100309235100-d3c5540c4de86833d3540409effa9c10 (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.