SOURCES SOUGHT
R -- Heritage Resources Inventories and Site Evaluations - Sources Sought Questionnaire
- Notice Date
- 4/29/2014
- Notice Type
- Sources Sought
- NAICS
- 712120
— Historical Sites
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Shoshone National Forest, 808 Meadow Lane, Cody, Wyoming, 82414-4516, United States
- ZIP Code
- 82414-4516
- Solicitation Number
- AG-8544-R-14-0002
- Point of Contact
- Debbra J. Stulc, Phone: 3075785148
- E-Mail Address
-
djstulc@fs.fed.us
(djstulc@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Questionnaire Seeking interested vendors for heritage resource inventories and site evaluations. DO NOT SEND PRICING! Market Research is being performed to determine the best method to advertise the Government's needs. Responses received will determine how the Forest Service will advertise its needs. The purpose is to secure Performance Based Services for completion of Class I, II and III heritage resource inventories and site evaluations within the Bighorn National Forest; Big Horn, Johnson, Sheridan, and Washakie Counties, Wyoming; and the Shoshone National Forest; Park, Hot Springs, Sublette, Teton, and Freemont Counties, Wyoming. Work would include field inventories, site recording, site evaluations, and evaluation of potential effects, all associated documentation, inventory reports, and artifact curation. Compilation and submission of draft and final heritage resource inventory reports; which include documentation of survey coverage and heritage resources recorded, evaluations of site eligibility for the National Register of Historic Places (NHPA), and preliminary management recommendations. All work conducted must meet standards defined by the Wyoming State Historic Preservation Office (WY-SHPO). Data derived from this project will be used for compliance with the requirements of Section 106 and Section 110 of the National Historic Preservation Act as amended, and the Archeological Resources Protection Act, as amended and pertains to potential effects on heritage resources by proposed undertakings. In addition, the inventory report will include a discussion of preliminary management recommendations associated with the proposed undertaking. The anticipated contract will be a performance based indefinite delivery/indefinite quantity (IDIQ) contract consisting of a base year with two one year options. A minimum task order will not be less than $3,000.00; maximum task order will not be greater than $100,000.00. Ceiling price of the program will be $500,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1ba3b021711e86cc4d68f7fd08873e53)
- Place of Performance
- Address: Shoshone and Bighorn National Forests, State of Wyoming, United States
- Record
- SN03350845-W 20140501/140429234116-1ba3b021711e86cc4d68f7fd08873e53 (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 |