Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

G -- Phase II evaluation of Minn NG Cold War Era bldgs - Combined synopsis/solicitation

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-11-T-0124
 
Archive Date
9/24/2011
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Christopher G. Dake, Phone: 6512905415
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil
(Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-1449 Combined synopsis/solicitation SCOPE OF WORK PHASE II EVALUATION OF THE MINNESOTA NATIONAL GUARD'S COLD WAR ERA BUILDINGS, MULTIPLE COUNTIES, MINNESOTA 1.00 INTRODUCTION 1.01 The Contractor will undertake a Phase II evaluation of the National Register of Historic Places eligibility of the Minnesota Army National Guard's 55 Cold War Era buildings located in 34 communities throughout the state of Minnesota (Figure 1). Counties involved include Becker, Beltrami, Brown, Crow Wing, Dakota, Freeborn, Goodhue, Hennepin, Jackson, Kandiyohi, Lac qui Parle, Martin, McLeod, Meeker, Mower, Nicollet, Olmsted, Pine, Polk, Ramsey, Redwood, Rice, St. Louis, Steele, Stevens, Swift, Wadena, Washington, Watonwan, and Winona. These Cold War Era buildings, which date from 1961 to 1989, will reach age 50 by the year 2039. The Cold War Era buildings at Camp Ripley in Morrison County and at Arden Hills Army Training Site (AHATS) in Ramsey County are not included in this contract as they have been previously evaluated for eligibility to the National Register. 1.02 This cultural resources investigation partially fulfills the obligations of the Minnesota Army National Guard (MNARNG) regarding cultural resources, as set forth in the National Historic Preservation Act of 1966 (Public Law [PL] 89-665), as amended; the National Environmental Policy Act of 1969 (PL 91-190); the Archeological and Historical Preservation Act of 1974 (PL 93-291); the Advisory Council on Historic Preservation's regulation for the Protection of Historic Properties (36 CFR Part 800), and applicable State of Minnesota laws and regulations. 1.03 This cultural resources investigation will serve several functions. The report will be a planning tool to aid the MNARNG in meeting their obligations to preserve and protect our cultural heritage. It will be a comprehensive, scholarly document that not only fulfills federally mandated requirements, but also serves as a reference for future professional studies. It will identify resources that are eligible for listing on the National Register of Historic Places. Thus, the report must be analytical, not just descriptive. 2.00 PROJECT DESCRIPTION 2.01 The Minnesota Army National Guard has armories (now generally called Training and Community Centers [TACC]) and related buildings scattered across the state of Minnesota (Figure 1). Fifty-five of these buildings date from 1961 to 1989, the Cold War Era: 22 TACC/armories, 1 TACC/Military Vehicle Storage Building (MVSB), 3 Field Maintenance Shops (FMS), 2 Organizational Maintenance Shops (OMS), 1 Storage Shed, 1 Hazardous Materials Storage Building, 19 Unit Storage Buildings, and 6 Organizational Storage Buildings (Table 1). Table 2 gives the street addresses where these buildings can be found. Table 1. Cold War Era buildings (1961-1989) to be evaluated for eligibility to the National Register of Historic Places. Community County Facility Number Building Description Construction Date METRO AREA Bloomington Hennepin 07001 Bloomington Training and Community Center (TACC) 05/30/1985 Bloomington Hennepin 07061 Organizational Storage Bldg 05/30/1985 Brooklyn Park Hennepin 02001 Brooklyn Park TACC 05/14/1987 Cottage Grove Washington 09001 Cottage Grove Armory 04/11/1983 Roseville Ramsey 06061 Unit Storage Bldg unheated 10/30/1988 St. Paul (Cedar Street) Ramsey 04002 Cedar Street TACC 01/01/1962 St. Paul AASF (Holmen Field) Ramsey 04161 Army Aviation Support Facility Hazardous Materials Storage Bldg 01/01/1987 SOUTHEAST Albert Lea Freeborn 23001 Albert Lea TACC and Military Vehicle Storage Bldg ( MVSB ) 10/14/1988 Austin Mower 25001 Austin Armory 01/01/1964 Austin Mower 25061 Unit Storage Bldg unheated 10/31/1988 Austin Mower 25062 Organizational Storage Bldg 09/27/1976 Faribault Rice 20001 Faribault TACC 01/01/1979 Hastings Dakota 10001 Hastings TACC 01/01/1974 Hastings Dakota 10061 Unit Storage Bldg unheated 10/31/1988 Owatonna Steele 24001 Owatonna TACC 07/19/1983 Red Wing Goodhue 19001 Red Wing TACC 01/01/1971 Rochester Olmsted 26001 Rochester TACC 01/01/1979 Rochester Olmsted 26061 Unit Storage Bldg unheated 10/31/1988 Rochester Olmsted 26155 Organizational Maintenance Shop (OMS) #2 01/01/1972 Rochester Olmsted 26156 OMS - U.S. Army Reserve exclusive use 01/01/1979 Winona Winona 27001 Winona TACC 05/13/1970 Winona Winona 27061 Unit Storage Bldg unheated 10/31/1988 SOUTHWEST Appleton Swift 02061 Unit Storage Bldg unheated 10/31/1988 Appleton Swift 02155 Appleton Field Maintenance Shop (FMS) #7 11/25/1986 Fairmont Martin 22001 Fairmont TACC 01/01/1973 Fairmont Martin 22061 Unit Storage Bldg unheated 10/31/1988 Hutchinson McLeod 10001 Hutchinson TACC 07/18/1975 Hutchinson McLeod 10061 Unit Storage Bldg unheated 10/31/1988 Hutchinson McLeod 10062 Organizational Storage Bldg 01/01/1980 Hutchinson McLeod 10063 Organizational Storage Bldg 01/01/1980 Hutchinson McLeod 10064 Organizational Storage Bldg 01/01/1980 Jackson Jackson 14004 Jackson TACC 01/01/1980 Jackson Jackson 14061 Unit Storage Bldg unheated 10/31/1988 Jackson Jackson 14062 Unit Storage Bldg unheated 10/31/1988 Litchfield Meeker 09061 Unit Storage Bldg unheated 10/31/1988 Litchfield Meeker 09062 Unit Storage Bldg unheated 01/01/1982 Madison Lac qui Parle 03061 Storage Shed, Minn. Dept. of Natural Resources 01/01/1968 Morris Stevens 05001 Morris TACC 03/17/1971 Morris Stevens 05062 Organizational Storage Bldg 01/01/1980 New Ulm Brown 16061 Unit Storage Bldg unheated 10/31/1988 Redwood Falls Redwood 11001 Redwood Falls TACC 01/01/1974 St. James Watonwan 15061 Unit Storage Bldg unheated 10/31/1988 St. Peter Nicollet 17001 St. Peter TACC 12/29/1982 St. Peter Nicollet 17061 Unit Storage Bldg unheated 10/31/1988 Willmar Kandiyohi 07155 Willmar Field Maintenance Shop 10/06/1961 NORTH Bemidji Beltrami 03001 Bemidji TACC 03/10/1977 Brainerd Crow Wing 01001 Brainerd TACC 10/09/1989 Crookston Polk 02001 Crookston TACC 05/25/1972 Detroit Lakes Becker 07061 Unit Storage Bldg unheated 10/31/1988 Duluth St. Louis 10001 Duluth TACC 01/01/1979 Hibbing St. Louis 05061 Unit Storage Bldg unheated 10/31/1988 Hibbing St. Louis 05155 Field Maintenance Shop 01/01/1977 Pine City Pine 12001 Pine City TACC 06/21/1976 Pine City Pine 12061 Unit Storage Bldg unheated 10/31/1988 Wadena Wadena 09061 Unit Storage Bldg unheated 10/31/1988 Table 2. Street addresses of Cold War Era buildings to be evaluated, by community. Community Site Name Street Address Albert Lea Albert Lea National Guard Armory 410 Prospect Avenue Appleton Appleton Field Maintenance Shop #7 400 West Reuss Avenue Austin Austin National Guard Armory 800 21st Street NE Bemidji Bemidji National Guard Armory 1430 23rd Street NW Bloomington Bloomington National Guard Armory 3300 West 98th Street Brainerd Brainerd National Guard Armory 1115 Wright Street Brooklyn Park Brooklyn Park National Guard Armory 5500 85th Avenue North Cottage Grove Cottage Grove National Guard Armory 8180 Belden Blvd Crookston Crookston National Guard Armory 1801 University Avenue North Detroit Lakes Detroit Lakes National Guard Armory and Field Maintenance Shop #5 1220 Rossman Avenue Duluth Duluth National Guard Armory 4015 Airpark Blvd Fairmont Fairmont National Guard Armory 700 Fairlakes Avenue Faribault Faribault National Guard Armory 3000 West Airport Drive Hastings Hastings National Guard Armory 3050 Highway 316 Hibbing Hibbing National Guard Armory and Field Maintenance Shop #13 2310 Brooklyn Drive and 2312 Brooklyn Drive Hutchinson Hutchinson National Guard Armory 1200 Adams Street SE Jackson Jackson National Guard Armory 108 County Road 51 Litchfield Litchfield National Guard Armory 525 Gilman Avenue North Madison Madison National Guard Armory 504 Third Street Morris Morris National Guard Armory 722 Iowa Avenue New Ulm New Ulm Field Maintenance Shop #6 1523 South Washington Street Owatonna Owatonna National Guard Armory 2323 West Bridge Street Pine City Pine City National Guard Armory 1305 Main Street South Red Wing Red Wing National Guard Armory 885 East 7th Street Redwood Falls Redwood Falls National Guard Armory 530 Highway 101 North Rochester Rochester National Guard Armory and Field Maintenance Shop #2 1715 Marion Road SE Roseville Roseville National Guard Armory 211 North McCarrons Blvd St. James St. James National Guard Armory and Military Vehicles Storage Bldg 521 Armstrong Blvd St. Paul AASF (Holman Field) Holman Field Army Aviation Support Facility (AASF) 206 Airport Road St. Paul (Cedar Street) St. Paul National Guard Armory 600 Cedar Street St. Peter St. Peter National Guard Armory 1120 North Swift Street Wadena Wadena National Guard Armory 517 North Jefferson Street Willmar Willmar Field Maintenance Shop #4 611 High Avenue NE Winona Winona National Guard Armory 1303 Homer Road RR3 2.02 The communities with Cold War Era buildings to be evaluated have been divided into four regions of the state (Twin Cities Metro, Southeast, Southwest, and North) for site visit purposes, with each of the regions covered by a separate driving loop. The Twin Cities Metro area has 7 buildings in five communities. The Southeast region has 15 buildings in eight communities. The Southwest region has 23 buildings in twelve communities. The North region has 10 buildings in eight communities. The Unit Storage Buildings and the Organizational Storage Buildings are standard building types, so recordation and evaluation of one example of each of these two building types may apply equally well to those same building types wherever they occur in the state. All other Cold War Era building types need to be recorded and evaluated individually. 2.03 Evaluation under Criterion A should address if the particular building is related to important events involving the Minnesota National Guard during the Cold War Era (1961-1989), even if the building is less than 50 years old (Criteria Consideration g). Eligibility under Criteria B (associations with significant persons) and C (possessing a distinctive type, period, or method of construction) and the various aspects of Integrity (location, design, setting, materials, workmanship, feeling and association) should also be considered. Criterion D (historic information potential) and criteria considerations a through f may not be applicable. Two applicable National Register Bulletins include No. 15: How to Apply the National Register Criteria for Evaluation and No. 22: How to Evaluate and Nominate Potential National Register Properties That Have Achieved Significance Within the Last Fifty Years. 2.04 Two previous studies have been conducted of the Minnesota Army National Guard's Cold War Era buildings at Camp Ripley in Morrison County and at Arden Hills Army Training Site (part of the former Twin Cities Army Ammunition Plant) in Ramsey County (ref. Blythe, 2007, Minnesota Army National Guard Cold War Thematic Study (1946-1989) and Inventory of Early Cold War Era Properties (1946-1961), Minnesota Army National Guard, Minnesota and Blythe, 2004, A Cold War Thematic Study and Properties Inventory of Twin Cities Army Ammunition Plant, Ramsey County, Minnesota ). The Cold War Era historic contexts prepared as part of these studies should be at least partially applicable to the Cold War Era buildings to be evaluated under the present contract. Copies of these two reports are on file at the State Historic Preservation Office, Minnesota Historical Society, 345 Kellogg Boulevard West, St. Paul, Minnesota (reference also SHPO file numbers 2008-1580 and 2004-1056). 3.00 DEFINITIONS 3.01 Cultural Resources include any building, site, district, structure, object, data, or other material relating to the history, architecture, archeology, or culture of an area. 3.02 A Phase I Cultural Resources Investigation is an intensive, on-the-ground study of an area sufficient to determine the number and extent of the resources present and their relationships to project features. It will provide (1) data adequate to assess the general nature of the sites present; (2) recommendations for additional testing and/or archival research of those resources that may provide important cultural and scientific information; and (3) detailed time and cost estimates for Phase II testing and evaluation. 3.03 Phase II Evaluation is the intensive testing of and/or field and archival research on a resource that may provide important cultural or scientific information. This testing and research will result in (1) information adequate to determine whether the resource is eligible for inclusion on the National Register; (2) a Phase III mitigation plan for any eligible resources that will undergo a direct or indirect impact; and (3) detailed time and cost estimates for the mitigation. 3.04 Phase III Mitigation is the mitigation of direct or indirect impacts of construction upon National Register eligible or listed sites through the systematic removal of data. For archeological sites, it typically includes the excavation of either complete cultural deposits or a systematic sample of them and the thorough analysis and interpretation of the data recovered. In addition, because the mitigation process destroys the resource, data should be recovered that may be needed to address future research questions. For architectural properties, mitigation may include photographic and scaled drawing documentation and preparation of a detailed history of the property. Mitigation measures must be adequate to address the important research questions based on which the resource was determined eligible. 4.00 SURVEY AND EVALUATION REQUIREMENTS 4.01 The Contractor will conduct Phase II Evaluation of the Minnesota Army National Guard's Cold War Era buildings listed in Table 1 in accordance with sections 2.01-2.04 and 3.03 above. 4.02 The Contractor's work will be subject to the supervision and review, and accept of the Corps' Technical Representative. The Corps' Technical Representative for this contract is Ms. Virginia Gnabasik, St. Paul District archeologist, at (651) 290-5262. 4.03 The Contractor will not proceed with work that is or appears to be beyond this scope of work. If additional work is required and within scope, a bilateral modification to the contract will be issued prior to the start of additional work. No action should be taken outside the scope of work as defined in the contract in the absence of a signed modification. 4.04 Mr. Bill Brown, Cultural Resources Manager/Natural Resources Specialist, is the point of contact for the Camp Ripley Environmental Office, which is requesting these National Register of Historic Places eligibility evaluations. He may be reached at (320) 616-2719. 4.05 The Contractor will employ a systematic, interdisciplinary approach in conducting the study, using techniques and methods that represent the current state of knowledge for the appropriate disciplines. The Contractor will provide specialized knowledge and skills as needed, including expertise in history, architecture, architectural history, and other social and natural sciences. 4.06 The Contractor's key personnel working on this project must meet the Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation (as amended and annotated), which is available at http://www.cr.nps.gov/local-law/arch_stnds_9.htm. Key personnel include the Contractor's principal investigator and the historian(s) or architectural historian(s) doing the actual eligibility evaluations of the buildings. 4.07 The Contractor will provide all materials and equipment necessary to perform the required services expeditiously. 4.08 The Contractor's field investigation and archival research will be sufficient to determine whether the resources present meet the National Register of Historic Places eligibility criteria and criteria considerations listed in 36 CFR Part 60 and to complete documentation required in 36 CFR Part 63. 4.09 If any of the buildings appear to be eligible, modification of the contract may be undertaken at the Government's and MNARNG's option to cover the cost of the Contractor preparing a Determination of Eligibility for the National Register of Historic Places. 4.10 A standing structure form should be prepared for each of the 55 Cold War Era buildings to be evaluated. Data should be included on the present condition of the building, on the types and locations of information (drawings, photographs, etc.) available on the building, on the contents and locations of any collections from it, and on the building's relation to other buildings or structures at that particular National Guard site. The Contractor will submit the standing structure form to Mr. Thomas Cinadr, Inventory and Information Management Coordinator, State Historic Preservation Office, Minnesota Historical Society, 345 Kellogg Boulevard West, St. Paul, Minnesota 55102-1906, [phone: 651-259-3453]. 4.11 The Contractor will use a global positioning system (GPS) to record the location of each building being evaluated. The Corps' preferred GPS data format is UTM (Projection), NAD 83 (Horizontal Datum), and Meters (Units). 4.12 The Contractor will recommend any Phase III mitigation measures that are warranted, including time and cost estimates. 4.13 The 55 Cold War Era buildings listed in Table 1, which are to be evaluated, are all owned by the State of Minnesota, Department of Military Affairs. 4.14 If it becomes necessary in the performance of the work and services, the Contractor will, at no cost to the Government, secure the rights of ingress and egress on properties not owned or controlled by the Government. The Contractor will secure the consent of the owner, or the owner's representative or agent, in writing prior to effecting entry on such property. If requested, a letter of introduction signed by the Corps' District Engineer or the MNARNG can be provided to explain the project purposes and request the cooperation of landowners. Where a landowner denies permission for field inspection, the Contractor must immediately notify the Corps' Technical Representative and must describe the extent of the property to be excluded from the field inspection. 5.00 GENERAL REPORT REQUIREMENTS 5.01 The Contractor will submit the following documents, described in this section and Section 6.00: a field report, field notes, a draft contract report, and a final contract report. 5.02 The Contractor's field report will be a brief summary of the nature, extent and results of the field work conducted. It may be in the form of a letter to the Corps' Technical Representative. 5.03 The Contractor's field notes will include legible copies of important notes and records kept during the investigation. Especially important are the daily field journals of the Principal Investigator, historian and/or architectural historian(s). One copy of these notes should be submitted to the Corps' Technical Representative with the draft contract report but should not be bound into the report. 5.04 The draft contract report will detail the approach, methods, and results of the investigation and make recommendations for further work. It will be submitted to the Corps' Technical Representative, who will review it and forward it to the Camp Ripley Environmental Office and other appropriate agencies for review. Comments will be returned to the Contractor, who will make the necessary revisions and submit the final contract report. 5.05 The Contractor's draft and final reports will include at least the following sections, as appropriate to the study. The length of each section depends on the level of detail required of the study and the amount of information available. The reports should be as concise as possible, yet provide all the information needed for evaluating and managing the project and for future reference. a. Title page : The title page will provide the following information: the type of study; the types of cultural resources assessed (archeological, historical, architectural); the project name and location (counties and state); the date of the report; the Contractor's name; the contract number; the name of the author(s) and/or Principal Investigator; the signature of the Principal Investigator; and the agency for which the report is being prepared (St. Paul District, U.S. Army Corps of Engineers and Minnesota Army National Guard, Camp Ripley Environmental Office). b. Management summary : This section will provide a concise summary of the study, containing all the information needed for management of the buildings. This information will include the reason the work was undertaken, who the sponsor was, a brief summary of the scope of work and budget, a summary of the field work and archival research, the limitations of the study, the results, the significance of the results, recommendations for further work, and the repository for records and artifacts. c. Table of contents d. List of figures (includes plates) e. List of tables f. Introduction : This section will identify the sponsors (Corps of Engineers and MNARNG, Camp Ripley Environmental Office) and their reason for the study and present an overview of the study with each National Guard site or Cold War Era building located on USGS quadrangle maps. It will also define the location and boundaries of the study area (using regional and area-specific maps); define the study area within its regional cultural and environmental context; reference the scope of work; identify the institution that did the work and the number of people and person-days/hours involved; give the dates when the various phases of the work were completed; identify the repository of records and artifacts; and provide a brief outline of the report and an overview of its major goals. g. Environmental background : This section will briefly describe the current environment of the study area, including its geology, vegetation, fauna, climate, topography, physiography, and soils. The relationship of the environmental setting to the area's history should be stressed. The level of detail in this section will be commensurate with that of the other report sections. h. Previous studies : This section will briefly summarize and evaluate previous archeological, historical and architectural research in the study area including the researchers, dates, extent, adequacy, and results of past work and any cultural/behavioral inferences derived from it. i. Historic context : This section will present historic context information on the Minnesota National Guard and the Cold War Era from 1961-1989, which information will be useful in evaluating the National Register of Historic Places eligibility of each of the buildings under criteria A, B and C, as well as criteria consideration g. j. Theoretical and methodological overview : This section will state the goals of the sponsor and the researcher, the theoretical and methodological orientation of the study, and the research strategies that were applied to achieve the goals. k. Field and research methods : This section will describe the field and research methods employed. It will describe field conditions when on-site visits were made and will reference all facilities used for archival research. It will also discuss limitations or problems with any applicable information sources. l. Results : This section will describe the cultural resources evaluated. As background, it will include each building's description, location, environmental setting, and current condition, as well as its relation to other National Guard buildings at that site. It will discuss in depth the building's history and physical appearance and changes over time. It will also present the information used to evaluate each building's significance. It is particularly important that adequate information be presented on buildings that are argued not to be significant, as well as on those that are judged to be significant. m. Evaluations and conclusions : This section will formulate conclusions about the resources examined. It will assess the National Register eligibility of each resource, including information about its integrity, relationship to other Cold War Era buildings at other Minnesota National Guard sites, anticipated data potential and limitations, and potential for answering important questions about past human behavior. It will also assess the reliability of the analysis, relate the results of the study to the stated goals, and discuss any cultural/behavioral patterns and processes that can be inferred from the results. n. Recommendations : This section will recommend any further work deemed necessary. It will summarize Phase III mitigation measures that would be adequate to mitigate the impact of future construction on the Cold War Era resources at the Minnesota National Guard sites, as well as a time and cost estimate for this work. It will also describe any buildings that were inaccessible and recommend future treatment of them. If the Contractor concludes that no further work is needed at any Cold War Era building evaluated, the evidence and reasoning supporting this recommendation will be presented. o. References : This section will provide bibliographic references for every publication cited in the report. References not cited in the report may be listed in a separate "Additional References" section. p. Appendices : This section will include the Scope of Work, resumes of key project personnel, copies of all correspondence relating to the study, state standing structure forms for all buildings evaluated, and any other pertinent information referenced in the text. q. Figures : The locations of all Cold War Era buildings and other features discussed in the text will be shown on legibly copied U.S.G.S. 7.5' topographic quadrangle maps bound into the report. Other recommended figures are regional and project maps, current and historical photographs, and construction and other drawings of the buildings. 6.00 FORMAT SPECIFICATIONS 6.01 There are no specific format requirements for the field report. A letter report is usually sufficient. 6.02 There are no format requirements for the field notes; however, they must be legible. If the original handwritten notes are illegible, they should be typed. 6.03 Formats for both the draft and final contract reports are as follows: a. The Contractor will present information in whatever textual, tabular, or graphic forms are most effective for communicating it. b. The draft and final report will be divided into easily discernible chapters, with appropriate page separations and headings. c. The final report will be typed, single-spaced (the draft report should be space-and-one-half or double-spaced), on 20lb paper, 8.5 inches by 11.0 inches, with 1.5-inch binding and bottom margins and 1-inch top and outer margins. All pages will be numbered consecutively, including plates, figures, tables, and appendices. d. All illustrations must be clear, legible, self-explanatory, and of sufficiently high quality to be reproduced easily by standard xerographic equipment, and will have margins as defined above. All maps must be labeled with a caption/description, a north arrow, a scale bar, township and range, maps size and dates, and map source (e.g., the USGS quad name or published source). All photographs or drawings should be clear, distinct prints or copies with captions and a bar scale. 7.00 MATERIALS PROVIDED 7.01 The Corps' Technical Representative will furnish the Contractor with access to any publications, records, maps, or photographs that are on file at the St. Paul District headquarters that are appropriate to the study being undertaken. 7.02 The Environmental Office at Camp Ripley will furnish the Contractor with access to any publications, drawings, photographs, and records that are on file at Camp Ripley that are appropriate to the study being undertaken. 7.03 At the Contractor's request, the Corps' Technical Representative will provide information on National Register of Historic Places criteria for eligibility and on the preparation of Determinations of Eligibility. 7.04 At the Contractor's request, the Corps' GIS coordinator (Mr. Keith LeClaire, phone: 651-290-5491) will provide a Federal Geographic Data Committee (FGDC) compliant Metadata package to generate the required metadata files. 8.00 SUBMITTALS 8.01 The field work completion date for this project will be December 30, 2011. The Contractor will contact the Corps' Technical Representative at least 7 days before the field work begins to discuss the field work schedule and plans. 8.02 All geospatial data produced under this work will be provided to the Corps. This includes all source data used to generate digital products. a. All spatial data will be shipped in ESRI Shapefile or personal Geodatabase format. b. All spatial data will reference the appropriate UTM Zone, NAD 83, Meters. c. Locational referencing will be accomplished using a Global Positioning System (GPS) that must produce a horizontal accuracy of +/- 2 meters. d. All GPS data will be post-processed to remove atmospheric and systematic errors. The log file produced in the processing of the data must accompany the data. 8.03 All geospatial data provided will include a metadata file compliant with Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata. The Corps will provide a FGDC compliant Metadata package to generate these files upon the request of the Contractor (see paragraph 7.04 above). a. Metadata will be delivered at the same time as the final contract report. b. Metadata compliant files will be submitted as an email attachment to the following address: mvpgismetadata@usace.army.mil. c. The metadata file will include a description of any digital data acquisition including GPS specifications, i.e., unit manufacturer, model, date and time of collect. 8.04 The Contractor will submit reports according to the following schedules: a. Field report : A brief letter report summarizing the field work and its results will besubmitted to the Corps' Technical Representative within five (5) business days after the completion of field work. b. Draft contract report : Four (4) copies of the draft contract report will be submitted no later than February 28, 2012. The draft contract report will be reviewed by the Corps of Engineers, the Camp Ripley Environmental Office, and possibly other reviewers. The draft contract report will be submitted according to the report and contract specifications outlined in this scope of work. c. Project field notes : One legible copy of all project field notes will be submitted with the draft contract report. d. Final contract report : The original (on CD) and 7 hard copies (on paper) of the final report will be submitted no later than 30 days after the Contractor receives the Corps of Engineers comments on the draft contract report (final report will be due on or before May 10, 2012). The final report will incorporate all the comments made on the draft report. The original copy of the final report should be submitted to the Corps on a CD. The original copy will consist of the entire final report, including all text, figures, tables, plates, and appendices. A legible copy of the project field notes and any geospatial (GPS) data collected as part of the fieldwork should also be included on this CD. 9.00 CONDITIONS 9.01 Neither the Contractor nor his representative shall release any sketch, photograph, report, or other materials of any nature obtained or prepared under this contract without the specific written approval of the Corps' Technical Representative prior to the acceptance of the final report by the Corps and the Camp Ripley Environmental Office. 9.02 All materials, documents, collections, notes, forms, maps, etc., that have been produced or acquired in any manner for use in the completion of this contract shall be made available to the Corps' Technical Representative upon request. 9.03 Principal investigators will be responsible for the validity of material presented in their reports 10.00 METHOD OF PAYMENT 10.01 The Contractor may make requests for partial payment under this lump sum contract after completion of field work section(s) and completion of the draft report(s). 11.00 SUBMISSION OF QUOTATION AND SUPPLEMENTARY MATERIALS 11.01 This contract consists of a base and 3 options, as described below. Offerors must bid on all 4 items to be eligible for award. 11.02 The Base bid encompasses evaluating the Cold War Era buildings in the Twin Cities Metro Area communities (see Table 1) and all other aspects of this scope of work, e.g., draft contract report and final contract report, except for evaluating and writing up the buildings covered by the three Options. The Base area (Metro area) has 7 buildings in five communities. 11.03 Option One encompasses evaluating the Cold War Era buildings in the Southeast Area communities (see Table 1) and incorporating that information into the Base contract's draft and final contract reports. The Option One area (Southeast region) has 15 buildings in eight communities. 11.04 Option Two encompasses evaluating the Cold War Era buildings in the Southwest Area communities (see Table 1) and incorporating that information into the Base contract's draft and final contract reports. The Option Two area (Southwest region) has 23 buildings in twelve communities. 11.05 Option Three encompasses evaluating the Cold War Era buildings in the North Area communities (see Table 1) and incorporating that information into the Base contract's draft and final contract reports. The Option Three area (North region) has 10 buildings in eight communities. 11.06 The Contractor will also submit the resumes of key personnel who will work on this project, e.g., principal investigator and any historian(s) or architectural historian(s) evaluating the Cold War Era buildings. BID SCHEDULE Phase II Evaluation of the Minnesota National Guard's Cold War Era Buildings, Multiple Counties, Minnesota BASE BID 1. Evaluate Twin Cities Metro Area Buildings _______________________ 2. Prepare draft contract report _______________________ 3. Prepare final contract report _______________________ Total Base Bid: _______________________ OPTION ONE BID 1. Evaluate Southeast Area Buildings __________________ 2. Prepare draft contract report __________________ 3. Prepare final contract report __________________ Total Option One Bid: __________________ OPTION TWO BID 1. Evaluate Southwest Area Buildings __________________ 2. Prepare draft contract report __________________ 3. Prepare final contract report __________________ Total Option Two Bid: __________________ OPTION THREE BID 1. Evaluate North Area Buildings _________________ 2. Prepare draft contract report _________________ 3. Prepare final contract _________________ Total Option Three Bid: _________________ GRAND TOTAL BID (Total Base Bid + Option One Bid + Option Two Bid + Option Three Bid): ____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0124/listing.html)
 
Place of Performance
Address: US. Army Corps of Engineers, 180 5th St E, St Paul, Minnesota, 55101, United States
Zip Code: 55101
 
Record
SN02560203-W 20110903/110902103532-ef0bb130691c10f2a6a491285fd51bda (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.