Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2016 FBO #5166
SOLICITATION NOTICE

B -- Archaeology services - three sites on Ross Lake; North Cascades NPS Complex, WA

Notice Date
1/13/2016
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
P16PS00340
 
Response Due
2/23/2016
 
Archive Date
3/9/2016
 
Point of Contact
Welch, Sarah
 
Small Business Set-Aside
Total Small Business
 
Description
This presolicitation notice announces a future solicitation (#P16PS00340) and contract for archaeological services on Ross Lake National Recreation Area, WA. This synopsis/presolicitation notice is not a solicitation, but a notice of the upcoming solicitation. Information contained herein is preliminary, and may be revised in the Request for Quotations (RFQ). The electronic Request for Quotations will be available by approximately January 20, 2016, at www.FBO.gov. All final solicitation documents and specific instructions for submitting your quote will be contained in the RFQ. PROJECT DESCRIPTION: North Cascades National Park Service Complex (NOCA) will hire one or two contractors to conduct archeological studies at three pre-contact-age archeological sites in the drawdown of Ross Lake (reservoir). This work is authorized by the 1991 settlement agreements entered into by the City of Seattle (City) and the National Park Service (NPS) to meet licensing requirements of the Federal Energy Regulatory Commission (FERC) and NPS cultural resources management policies as these relate to the National Historic Preservation Act of 1966 and its amendments. 1A. Archeological Data Recovery Excavation at 45WH268 N. Lightning Creek #4 1B. National Register evaluation of 45WH441 South East Landing #2 2. Archeological Data Recovery Excavation at Site 45WH262, Devil's Junction Creek #2 Field season will be during the annual drawdown of the reservoir, approximately April through June, 2016, depending on reservoir depth. The final report will be due in February, 2017. NPS reserves the right to make multiple awards and plans to award one or two firm-fixed-price contracts for the work. If two contracts are awarded, the work will be divided as Items 1A and 1B in one contract and Item 2 in the second contract. We prefer to award one contract if the contractor has sufficient capacity to perform all work at all sites within the 2016 anticipated annual drawdown period. PROJECT LOCATION: The three sites are located in Ross Lake National Recreation Area, eastern Whatcom County, Washington, on lands managed by NPS. There is no direct car access to any of the sites and access logistics are challenging. The sites are on the unvegetated reservoir bottom (drawdown zone) where reservoir sediments and eroded soils are exposed to air during annual lowering of the reservoir level. Full pool elevation of the reservoir is 1602.5 feet above sea level (ft asl) and the site elevations are approximately 1540, 1550, and 1570 ft asl. Maps and information about the park are at www.nps.gov/NOCA and www.nps.gov/noca/planyourvisit/boating-on-ross-lake.htm. DETAILS: This is a best value procurement set-aside for small business concerns in accordance with FAR Part 19.5. The NAICS code for this project is 541720, Research and Development in the Social Sciences and Humanities and the small business size standard is $20.5 million, average annual gross receipts for the past three years. The solicitation and award processes will use FAR Part 12, Acquisition of Commercial Items, and Part 13, Simplified Acquisition Procedures, and reference the Service Contract Act. All eligible responsible sources may submit a quote which shall be considered by the National Park Service; however quoters who have not established and/or maintained an active registration and completed the online representations and certifications at www.SAM.gov prior to the response due date and time will be considered either ineligible or non-responsive and will not be considered for award. Prospective quoters will be required to visit www.FBO.gov periodically to check for amendments and other changes to the solicitation documents; no notifications will be sent nor will hard copies of the solicitation be mailed or issued. Vendors can search for opportunities and award history on www.FBO.gov without registering, however, registered vendors may use FBO ¿s Interested Vendors List and Watchlist. Registering also provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. The Government reserves the right to cancel this solicitation. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00340/listing.html)
 
Record
SN03989898-W 20160115/160113234255-e8620b6692c5ebf0e34116143c4d8564 (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.