SOURCES SOUGHT
B -- Burial Site Monitoring & Inspection, Grand Coulee Dam, WA
- Notice Date
- 8/25/2010
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - PN - Regional Office 1150 N. Curtis Road, Ste. 100 Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- R10PS10109
- Response Due
- 9/24/2010
- Archive Date
- 8/25/2011
- Point of Contact
- Joseph Pratt Contracting Officer 2083785139 jpratt@usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation (Reclamation) intends to award a non-competitive Indefinite-Delivery/Indefinite Quantity (ID/IQ) contract to the History/Archeology Program (H/A Program) of the Confederated Colville Tribes (CCT), Nespelem, Washington. The CCT will provide burial site inspection, treatment of burials and human remains, and archeological monitoring of construction at known burial sites affected by the operation & maintenance of the Grand Coulee Dam Project along Lake Roosevelt and in the downstream tailrace. The contract will be for a 1-year period with four 1-year options for a total of 5 years. The Location of Work for this contract lies completely within the traditional territories of the CCT as established by the Indian Claims Commission (Docket No. 181). The governing body of the CCT, the Colville Business Council, has designated the H/A Program as the appropriate entity for managing tribal burials within that area (Colville Tribal Code Chapter 4-4; Colville Business Council Resolution Nos. 1995-495 and 1996-29). The H/A Program, which has been in existence since 1978, has a long history of working on burial and archeological sites along the Columbia River and doing this work to the highest of professional standards. This experience provides the H/A Program with the expertise that is required to identify human remains and burials, assist Reclamation in the development of appropriate treatment measures (including recovery of remains, when necessary), and work with construction contractors on projects that might affect burials. This work is being done to assist Reclamation in fulfilling its responsibilities under the National Historic Preservation Act (NHPA) and the Native American Graves Protection and Repatriation Act (NAGRPA). Because this SOW involves recovery of human remains, burials, funerary objects, and archeological resources, compliance with the Archeological Resources Protection Act (ARPA) is also required. The proposed action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The Government believes that only one responsible source can provide the services that will satisfy the agency requirements. A Justification for Other than Full and Open Competition (JFOTFOC) has been prepared in support of this acquisition and is available upon request. To request a copy of the JFOTFOC please contact Joseph Pratt at telephone 208-378-5139 or send a fax request to 208-378-5108. Firms that believe they can provide the required services are encouraged to send written notification to the Contracting Officer. Firms believing they can provide the required services must provide conclusive supporting evidence that they can furnish the services identified above in sufficient detail to demonstrate the respondent's ability to meet the stated critical requirements. This notice is not a request for competitive proposals. All responses received from date of publication of this synopsis and prior to the intended award will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses should include the firm's Dun and Bradstreet number (DUNS) and Tax Identification Number (TIN). Firms should identify themselves as either small business, or other than small business, in accordance with the size standard for North American Industry Classification System (NAICS) Code 541990, which is $7 million in gross annual receipts averaged over the previous three 1-year accounting periods.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/500ecad961c3f03d02622f907c61330e)
- Record
- SN02255024-W 20100827/100825235905-500ecad961c3f03d02622f907c61330e (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 |