Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SOLICITATION NOTICE

R -- PHASE II ARCHEOLOGICAL TESTING FOR THE CEDAR RIVER, CEDAR RAPIDS, IOWA

Notice Date
7/21/2011
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-11-P-0292
 
Response Due
8/5/2011
 
Archive Date
10/4/2011
 
Point of Contact
Steven Jessen, 309-794-5259
 
E-Mail Address
USACE District, Rock Island
(steven.jessen@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Rock Island District, intends to procure the Phase II Archeological Testing on sites 13LN1919, 13LN1032, 13LN1034, AND 13LN1035 located within alternate 4C for the Cedar River, Cedar Rapids, Iowa - Flood Risk Management Feasibility Study - Linn County, Cedar Rapids, Iowa project on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements. The US Army Corps of Engineers, Rock Island District, intends to enter into a firm fixed-price contract with Bear Creek Archeology, Inc. of Cresco, IA. Bear Creek Archeology, Inc. is the only known company that can perform the required work. Bear Creek archeology gained substantial knowledge in completing the background research, geomorphological investigations, archeological survey and architectural survey. The proposed contract is a follow on from the previous investigations. The NAICS code for this procurement is 541720 with a size standard not to exceed $7.0 million. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any small-business firm that believes it can meet the requirement may give written notification to the Contracting Officer in the form of a capability statement. Supporting evidence in sufficient detail that demonstrates the ability to comply with the requirement listed must be furnished to the point of contact listed below by Friday August 5, 2011 by 2:00 PM CDT. A determination by the government not to compete this proposed contract 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. The US Army Corps of Engineers, Rock Island District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirement listed. In order to receive a government award, a firm must be registered in the DoD Central Contractor Registration Database (CCR) (www.ccr.gov). Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Scope of Work: Pursuant to the Programmatic Agreement Among the United States Army Corps of Engineers Rock Island District, Iowa State Historic Preservation Officer, City of Cedar Rapids, and Advisory Council on Historic Preservation testing of four archeological sites is required to determine their National Register of Historic Places (NRHP) eligibility. This is a service contract is to determine the National Register of Historic Places (NRHP) eligibility of four sites which will be impacted by a proposed flood protection levee on the Cedar River in Cedar Rapids, Iowa. The SOW requires completion of a Phase II archeological testing and investigations sites 13LN1919, 13LN1032, 13LN1034, and 13LN1035 within the City limits of Cedar Rapids. These Phase II investigations will occur on those prehistoric and historic sites located within or partially within the archeological APE. Thus investigation will be also confined to those lands directly affected by the Proposed Alternative 4C. The survey will: 1) archeologically evaluate both sites for integrity, significance, and scientific data content, 2) include an inventory of all features and properties which will be affected by the placement with accurate site boundaries dimensions and depth, 3) make recommendations for National Register of Historic Places (NRHP) eligibility determinations, and 4) provide a synthesis of the collected data with recommendation in technical report format acceptable to the Corps, the Iowa State Historical Society of Iowa, and all signatories of the PA. Questions should be directed to Steve Jessen at 309-794-5259 or email: Steven.R.Jessen@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-11-P-0292/listing.html)
 
Place of Performance
Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
 
Record
SN02506455-W 20110723/110721235408-2d396f67f33606cfb1f0ef2f463ea8ee (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.