Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2015 FBO #5047
SOURCES SOUGHT

B -- Miscellaneous Cultural Resources Services for the U.S. Army Corps of Engineers, Seattle District

Notice Date
9/16/2015
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD941394640
 
Response Due
10/5/2015
 
Archive Date
11/15/2015
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Monique Paano, Contract Specialist, via email at Monique.a.paano@usace.army.mil. This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Seattle District is seeking information regarding capability and availability of potential contractors to perform an Indefinite Delivery Indefinite Quantity Task Order Contract for Performance of Cultural Resources Services for the U.S. Army Corps of Engineers, Seattle District. The purpose of this notice is to measure the interest of Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 541720 quote mark Research and Development in the Social Sciences and Humanities quote mark (Size Standard of $20.5 Million) for the subject opportunity. The primary contract intent is to assist the Seattle District (Civil Works, Historic Structures and Buildings Technical Center of Expertise (TCX) and Military) in the accomplishment of multi-disciplinary cultural resource services. The contract period will be a base year (12-month period) and two one-year (12-month period) options. Services include but are not limited to: conducting cultural resource investigations including, archival and literature searches, field reconnaissance surveys, intensive surveys, and data recovery programs; data gathering and interviews, and documentation of traditional cultural properties (TCP); archaeological and cultural site monitoring and sampling; mitigation and treatment plans, laboratory analyses, and data interpretation; implementation of cultural monitoring program; historic architectural studies/investigations, preliminary evaluations and structural condition assessment surveys, and architectural monitoring plans; Historic American Buildings Survey/Historic American Engineering Records (HABS/HAER) and cultural landscape documentations; structural analysis, preservation, rehabilitation, restoration, and reconstruction oversight, data interpretation, and report preparation. The location and scope of work will vary by task order, particularly the Pacific Northwest states (Washington, Oregon, Idaho and Montana), and potentially throughout the United States. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability and experience in performing cultural resources studies and services in the Pacific Northwest (Washington, Oregon, Idaho and Montana), including geographic span, logistic complexity, and project size. In addition, experience with the National Historic Preservation Act, National Environmental Policy Act and other pertinent federal cultural resources laws and regulation is required. 3. Offeror's capability and experience in performing technological studies and analyses of historic buildings located in either the Pacific Northwest or for other Corps Districts and/or DOD installations and ability to meet the standards of the Technical Center of Expertise Preservation of Historic Structures and Buildings. 4. Offeror's business size to include designation as Small Businesses, 8(a) contractors, HUBZone Small Business Concerns, Service Disabled Veteran Owned Small Businesses, and Women-Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 5. No more than three (3) projects that are 100% complete and were completed entirely by the prime contractor within the past five years that demonstrate their capability to perform cultural resources studies and services in the Pacific Northwest as described above. 6. No more than three (3) projects that are 100% complete within the past five years that demonstrate their capability to perform technical analysis of historical buildings located in either the Pacific Northwest or for other Corps Districts and/or DOD installations and ability to meet the standards of the Technical Center of Expertise Preservation of Historic Structures and Buildings. This work may have been performed by a subcontractor to the prime contractor. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). Send your notice of interest for this project as soon as possible, but NO LATER than 2:00 pm (Pacific Time) on 5 Oct 2015. Send responses to Monique Paano, Contract Specialist, via email at Monique.a.paano@usace.army.mil. Your email can include a description of your firm and its services, however, the ONLY requirements are listed above. The subject line of the email must title quote mark IDIQ Cultural Resource Services quote mark. NOTE: This announcement is for planning purposes only; it does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD941394640/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03889607-W 20150918/150916235850-3fcc633f68ae0cfa131526e8a44666f9 (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.