Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2016 FBO #5307
SPECIAL NOTICE

R -- Cultural Resources Services - NorthEast Region - Map of Northeast Region-Fig.1

Notice Date
6/2/2016
 
Notice Type
Special Notice
 
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. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P916Z0009
 
Archive Date
7/1/2016
 
Point of Contact
Lisa M. White, Phone: 3143318518
 
E-Mail Address
lisa.white@usace.army.mil
(lisa.white@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Map of Northeast Region for Cultural Resource Services Request for Information (RFI) St. Louis District Cultural Resources Services Contracts 1. Purpose This RFI is being issued for informational and planning purposes and follows on three previous RFIs (October 2014, June 2015, and Feb 2016). Information gathered will be considered in order to determine the most appropriate acquisition strategy, contract type, whether adequate competition exists for, and the feasibility of an Indefinite Delivery Indefinite Quantity (IDIQ) Small Business Set-aside contract to provide cultural resources support to the St. Louis District. The information requested will be used within U.S. Army Corps of Engineers (USACE) Mandatory Center of Expertise for the Curation and Management of Archaeological Collections (MCX CMAC), St. Louis District to facilitate decision making and will not be disclosed outside the agency. This announcement is not a Request for Proposal/Quote (RFP/RFQ) or solicitation of any kind. MCX CMAC is not seeking or accepting unsolicited proposals for this requirement. This notice should not be construed as a commitment of any type by the Government to take or not take any action. Please note that USACE will NOT be responsible for any costs incurred by interested parties in responding to this RFI. 2. Background/Description General: The St. Louis District is considering development of a regional contract that would be awarded to qualified Small Business bidders. The work includes providing multidisciplinary cultural resource related services for projects undertaken by the USACE, MCX CMAC, St. Louis District. Services will include, but are not limited to, both terrestrial and marine archeological investigations, historic architectural services, architectural history, archival and knowledge management services, Native American Graves Protection and Repatriation Act (NAGPRA) summary and inventory services, Geographic Information System (GIS) and Global Positioning Systems (GPS) services and related modeling, and historic studies in support of cultural resources investigations. They also include conservation and curation services. Additionally, contractors would need to be familiar with current federal regulations, guidelines, and procedures related to the types of services required. Finally, the contractor would need to demonstrate an ability both to manage and supervise subcontractors and to handle large volumes of work under strict deadlines. This market research will gather information on the available cultural resources services providers to help define the requirement and formulate an acquisition strategy appropriate for these requirements. The NAICS for this effort is 541720, Research and Development in the Social Sciences and Humanities. The Small Business Administration small business size standard for NAICS code 541720, Research and Development in the Social Sciences and Humanities is $20.5 million annual average receipts (total or gross income) over the past three years. Contract Areas: The primary contract areas will be limited to the continental United States (CONUS) Northeast Region as identified in the associated map. Contract Duration: Contract duration shall be three years; the MCX CMAC favors using a professional services IDIQ, with a base year plus two option years. 3. Scope Services that may be required under this contract would be detailed in individual Scopes of Work. These services may include, but are not necessarily limited to, the character of services outlined below. a. Background literature, archival, and courthouse record research and informant interviews, including preparation of land use histories, research of federal, state, and local regulatory agencies. Field work might not be necessary to meet this requirement unless specified. b. Geomorphological and environmental reconstruction. c. Reconnaissance and sample surveys. d. Intensive, comprehensive cultural resources surveys. e. Architectural evaluation of standing structures, and structural conservation. f. Assessment, treatment, stabilization, restoration and preservation of historic wood, historic masonry, and mortar materials, including cleaning methods, paint removal, removal of biological growth or other destructive agents, mortar analysis, preparation of mortar joints and re-pointing, forensic evaluation of material conditions, use of protective coatings and water repellants, and the repair and treatment of concrete materials. g. National Register assessments of engineering structures. h. Test excavation of archeological sites for assessment of National Register eligibility and, if significant, preparation of detailed data recovery plans. i. Assessments of project impacts to cultural resources. j. Various types of mitigation including, but not limited to, archeological data recovery, forensic recovery, architectural mitigation measures, Historic American Building Survey/Historic American Engineering Record (HABS/HAER) recordation, scaled drawings, popular histories, and collection of oral histories. k. Preparation of research designs, including peer review, for a broad array of data gathering and resource assessment techniques, ranging from regional, to project, to site-specific. l. Construction monitoring. m. Remote sensing techniques, including field work and analyses of data. n. Computerization of data for analyses, and creation or maintenance of data base files and models. o. Scanning and georeferencing of data for GIS manipulation and production of overlays from maps and aerial images. p. Uploading data to existing world-wide-web sites or digital repositories. q. Museum services, design, curation and collections management, of archaeological, natural history, and military collections including transportation, stabilization, conservation, preservation, and curation of recovered remains, records, and both macro and micro objects. r. Archives, records, and knowledge assessment and management services, including digitization, and delivery of specialized archival research and classification. s. Preparation of scientific reports and summary reports for professional journals, the lay public, or the management sector. t. Preparation of tutorials and teaching aids for publication and electronic dissemination. u. Design and preparation of descriptive and interpretive displays as well as video productions for public outreach, training, and education. v. Preparation of various types of documentation (including agreement documents) for submission to the State Historic Preservation Officer, the Keeper of the National Register of Historic Places, and the Advisory Council on Historic Preservation as appropriate. w. Maritime/underwater archeological survey and excavation. x. NAGPRA support related to Sections 3, 5, 6, and 7 of the statute. y. Obtain, retrofit, equip, staff, supervise, manage, maintain, and demobilize collections processing laboratories; and z. Furnish expert personnel to attend conferences and furnish testimony in any judicial proceedings involving forensic archeological and historical study, evaluation, analysis, and reports. Delivery orders may require a combination of the above skills or tasks. All work must be able to satisfy current scientific standards for data collection, analysis, and reporting, as well as local, state, and federal requirements. Additionally, conservation and curation services are required to manage USACE owned or administered collections. In 2009, USACE St. Louis District MCX CMAC implemented a program under which a portion of the legally authorized curation work of the nation is being performed in such a manner as to also assist veterans in achieving both employment and training opportunities. Contractors working on archaeological collections that need to be rehabilitated in accordance with the National Historic Preservation Act, the Archaeological Resources Protection Act, 36 CFR Part 79, and ER 1130-2-540 have combined teams of professional archaeologists and archivists with veterans to perform this work. Three laboratories are currently operating using funding provided through the USACE on a separate 8(a) contract. The MCX CMAC provides collections, equipment, and management, to implement the various program elements in cooperation with the Contractor at these three facilities. The USACE is investigating the possibility of developing additional opportunities to rehabilitate collections using a similar operating model, though at a smaller scale. Required Subject Matter Experts: For future solicitations, the contractor will need to be able to provide the services of qualified professionals to minimally include individuals with the following capabilities/responsibilities, principal investigator, field and laboratory supervisors, archaeologists, laboratory assistants and technicians, physical anthropologists, paleoethnobotanists, geomorphologists, zooarchaeologists, architectural historians, historians, archivists, archives technicians, conservators, curators, underwater archeologists, art handlers and movers, graphic designers, and other varied professional personnel, crew members and staff. While it is understood that firms do not typically maintain all of these specialties, contractors should be aware that locating such specialized services could become part of their requirement for any given investigation. 4. White Paper Given the contracting needs of the MCX CMAC outlined above, interested parties are requested to submit the following information in the format of a White Paper. The White Paper should be concise and address only the information requested below. Please limit your response to not more than 3 pages; questions may be answered quite briefly. Again, this information will support market research activities within USACE. 1. Provide general company information including a brief background for your firm and information on the location, size, and capabilities of your business, and whether you are a Small Business. 2. Based upon the map at Figure 1, is your firm capable of, and interested in, bidding on the identified region? 3. Please speak briefly to your firm's capabilities for bidding the types of services that may be required under this contract per the Scope (Section 3, above). 4. Figure 1. Map showing NE region for future contracting purposes.See Attachment Uploaded 5. Response Instructions Responses to this RFI must be submitted to the POC listed below via e-mail no later than 1600 CT, Jun 16, 2016. 6. Point of Contact (POC) Lisa M. White Contract Specialist US Army Corps of Engineers St. Louis District/CEMVS-CT Office: (314) 331-8518 Fax: (314) 331-8746 Email: lisa.white@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9da5706a4f8be283715eb9e6e5d8d6c)
 
Place of Performance
Address: United States of America - Northeast Region, United States
 
Record
SN04135629-W 20160604/160602234300-a9da5706a4f8be283715eb9e6e5d8d6c (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.