Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2021 SAM #7022
MODIFICATION

B -- Cultural Resources Services for Civil Works, Military and Work for Others Projects at Various Locations in the Los Angeles District ( Southern California, Southern Nevada, Southwestern Utah & Arizona including South Pacific Division Area of Responsibility

Notice Date
2/17/2021 6:10:14 AM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21R0013
 
Response Due
3/18/2021 11:00:00 AM
 
Archive Date
04/02/2021
 
Point of Contact
Sandra Oquita, Phone: 2134523249, Fax: 2134524184, Jimmy L Barton, Phone: 2134523251
 
E-Mail Address
sandra.oquita@usace.army.mil, jimmy.l.barton@usace.army.mil
(sandra.oquita@usace.army.mil, jimmy.l.barton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This ""General Scope of Work"", in conjunction with the ""Specifications for Cultural Resource Services"" shall constitute the general scope of work for this contract. A specific scope of work applicable to each individual delivery order will be included with such delivery order at the time of issuance. 1.1 The work and services shall be performed under an open-end contract for Cultural Resource Services activities for a three (3) year base period. The prices will remain in effect for the entire three year contract period. 1.2 The work shall be performed through the issuance of individual (task) delivery orders. The contractor shall perform no work under this contract unless a written delivery order has been executed by the Contracting Officer. The contractor shall complete all work and services under the contract within the period of time specified in each delivery order to be issued, except that no delivery orders shall be issued hereunder after the expiration of the contract. 1.3 The Contracting Officer shall issue each delivery order on a firm-fixed price basis. The contractor's unit prices shall be on a firm-fixed price basis as shown in Section B while the number of work units to be utilized against each delivery order shall be negotiable. The contractor shall furnish a detailed proposal to the Government to facilitate prompt negotiation of each delivery order. Upon issuance of a delivery order, the contractor shall promptly commence the work specified therein and shall complete the work within the period of time and price agreed upon. 1.4 To the extent of any inconsistency between this contract and any delivery order, the provisions of this contract shall control. 2. CHARACTER AND EXTENT OF SERVICES. The Contractor shall provide or obtain professional expertise in all pertinent disciplines, research facilities, equipment, materials, plant and labor to provide the cultural resources services described in the scope of work contained in individual delivery orders issued by the Contracting Officer. These services may include cultural resources literature searches, reconnaissance studies, intensive surveys, testing/evaluation programs, mitigation through data recovery and analysis, facilitating tribal consultation meetings, construction monitoring, and other related studies. Any or all of the above services may be required during the period of this contract. The work and services may encompass projects under Civil Works and Military projects and support for other programs. 2.1 Literature Searches. Sufficient studies shall be performed to determine what cultural resources are known or likely to be located within a project area and to assess the type, extent and validity of previous cultural resources studies in or pertinent to the project area. Services which may be required as elements of a literature search include comprehensive library and archival research; interviews with individuals knowledgeable about the history and prehistory of the study area; contacts with local Native American groups; field checks of site locations; researching photographs of historic or prehistoric sites; examining photographs and descriptions of private collections; obtaining copies of site forms, survey reports, historic maps, and other primary data from the state archeological clearinghouses, state or local museums, federal agencies, and other pertinent institutions or archival sources; preparation of prehistoric and historic culture histories; and the preparation and production of reports summarizing the results of the literature search. 2.2 Reconnaissance Studies. Sufficient studies shall be performed to predict the number, distribution, type, affiliation, data potential, and probable significance of cultural resources in a project area. The prediction shall be based in part on intensive survey (as defined in the paragraph below) of a representative sample of a project area and may be coupled with remote sensing and/or other specialized studies (geomorphology, raw material sourcing, paleoclimatic reconstruction, etc.). Additional services which may be required to support a reconnaissance study include literature and archival research sufficient to identify patterning or lack thereof in the distribution and type of cultural resources known or expected in the project or study area; contacts with local Native American groups; development of a work plan, research strategy or research design to identify significant research questions and to guide the selection of areas to be surveyed; historical or ethno-historical studies; assessment of project impacts on cultural resources and recommendations for further investigations; and the preparation and production of reports documenting the results of the reconnaissance study. 2.3 Intensive Survey. The Contractor shall perform a comprehensive, systematic, pedestrian survey of a project area to identify all cultural resources which can be reasonably detected from the surface and shall obtain accurate descriptions of the identified resources sufficient to evaluate their potential National Register of Historic Places eligibility in accordance with criteria in 36 CFR 60.4. Limited subsurface testing (auger holes, shovel tests, small excavation units) to determine the extent of the site or to obtain specialized samples (e.g., organic materials for radiocarbon assay, obsidian, pollen, etc.) may be required. Collection of surface artifacts may be prohibited and the capability for in-field identification of lithic tools, prehistoric and historic ceramics, glass, and metal materials may be required. Documentation of sites will include preparation of detailed sketch maps that include relevant topographic detail and any modern features located within or near the sites, overview and detailed digital photographs with descriptive titles or an accompanying photo log, general site descriptions including physiographic and vegetative situation, number and kinds of features, probable relationship among features, description of artifact assemblages, density and frequency of artifacts, site integrity, potential for yielding positive chronometric, flotation, and palynological samples, recommendation of National Register eligibility, and management recommendations. The Contractor shall complete appropriate state site and survey forms in a manner that conforms to State Historic Preservation Officer requirements, repository guidelines, and professional standards. Supplemental forms may be used at the Contractor�s discretion or may be required in delivery orders. All sites and isolated occurrences, as well as areas surveyed, shall be recorded using GPS devices and plotted on appropriate U.S.G.S. quadrangle maps or other project maps or aerial photographs as specified in the delivery order. Additional services which may be required during the intensive survey include preparation of site and/or project specific work plans, research strategies, or research designs; context studies; historic, ethnographic, and ethno-historic studies; specialized environmental studies; specialized chronometric studies; recommendations for further evaluation, data recovery and/or mitigation measures; completion of National Register forms, and preparation and production of reports. 2.4 Testing/Evaluation Programs. Testing programs shall be performed to determine the extent of archeological sites, to evaluate the National Register eligibility of sites, and to obtain sufficient data to develop specific goals for mitigation. These data shall include: horizontal and vertical boundaries of sites, number and kinds of surface and subsurface features, nature of artifact assemblages, density and frequency of artifacts, site integrity, potential for yielding positive chronometric flotation and palynological samples, and potential for yielding the types of data which can be used to address important research questions regarding the history or prehistory of the region. Testing programs may include detailed mapping of sites, photo documentation, controlled surface collection of artifacts, subsurface testing, archival research, geomorphic studies, and the application of near surface geophysical techniques (remote sensing). In the case of historic sites and structures, a thorough archival search may be required to document the history and significance of the property. The Contractor may be required to use the collected data to document recommendations of eligibility, complete National Register forms, and provide recommendations and time and cost estimates for additional investigations and/or mitigation measures. Evaluation may be undertaken concurrently with intensive survey. The level of effort for evaluation programs will be approved by the Contracting Officer or Contracting Officer's Authorized Representative (COR), and may be subject to peer review. 2.5 Mitigation through Data Recovery. Data recovery shall be designed to mitigate adverse effects to those values for which a property is considered significant. Data recovery will require development of an historic property treatment plan, including an explicit research design that identifies specific research topics, appropriate hypotheses, test implications, and analyses necessary to test the hypotheses. Field studies may include: collection of surface artifacts, subsurface tests to identify buried cultural deposits and features, controlled excavation of features and activity loci, detailed mapping (possibly including photogrammetry) collection of specialized samples (such as radiocarbon, flotation, pollen and soil samples), historic and ethno-historic studies, photo documentation, geomorphic studies, and other specialized studies. Use of mechanical equipment such as backhoes, augers, and application of remote sensing techniques (i.e. near surface geophysical studies) may be required. Laboratory and analytical tasks include processing, cataloging and curation of materials; analyses of field data consistent with needs of the research design; analysis of specialized samples; and preparation and production of technical and popular reports summarizing the results of the data recovery program. 2.6 Monitoring of Construction. Monitoring is designed to protect significant cultural resources that may be discovered during construction, and/or to assure protection of sites adjacent to construction areas. Services include marking site boundaries, observation of construction activity, inspection of disturbed areas and spoil, and delineating areas requiring immediate protection from construction activities. The Contractor shall normally identify and assess the significance of any cultural material that is encountered while in the field and shall notify the Corps and construction personnel as directed in the delivery order. A report on the monitoring activity will be required. 2.7 Facilitating Tribal Consultation. Services would include facilitating tribal consultation, including general support, and support and logistics for meetings and site visits. 2.8 Ethnographic Studies. Ethnographic studies are intended to document the types, intensities, and periods of use of geographic areas by Native American groups during the prehistoric and proto-historic periods. One focus area of these studies should be to document sacred places, areas used for traditional plant or other natural resource gathering, and any properties that may be considered to Traditional Cultural Properties by affiliated tribes. Ethnographic studies entail extensive and in depth interviews with tribal members and often include numerous field trips with tribal members to visit important places on the cultural landscape. 2.9 Remote Sensing (Land and/or Underwater). Remote sensing (and near surface geophysical studies) will be performed at the appropriate level of effort, if required, to locate submerged or underground cultural resources and/or evaluate their eligibility for the National Register of Historic Places and assess impacts to submerged or underground cultural resources. This may include side-scan sonar, ground penetrating radar, proton magnetometer, and/or other remote sensing technology. Archival research, visual inspections, interpretation of remote sensing raw data, and/or other related studies may also be included. 2.10 Preparation of Exhibits/Interpretive Materials. The Contractor may be required to prepare exhibits or other interpretive materials to be used by the Government to inform the public of the results of the cultural resources investigation. 3. REPORTING REQUIREMENTS. Written reports summarizing the results of work performed under this contract shall be prepared in a format reflecting contemporary organizational and illustrative standards of professional archeological, architectural and historical journals. Certain report deliverables such as research designs, draft site forms, and site maps may be required to be submitted separately for early review. The Government may forward copies of the reports to persons or agencies for technical review. All reports will receive titles mutually agreed upon by the Contractor and the Contracting Officer or COR. 3.1 Technical Reports: Draft and Final. Draft and final technical reports shall contain but will not be limited to: a management summary; a National Technical Information Service (NTIS) fact sheet, a one page Executive summary background on Corps study objectives, a research strategy or design and approach, relevant discussion of paleo and modern environments, detailed discussion of methodologies, techniques, analyses and results thereof, and illustrative photographs, maps and drawings. Specific vocational data that would allow sites to be easily found by the reader shall be omitted from text and illustrations. These data will be bound separately in a data compendium (paragraph 3.3, below), or appendix. GIS-related data shall comply with the CADD/GIS Technology Center Spatial Data Standards. 3.1.1 The draft report shall be a polished product and accurate representation of the final report. Pages of the draft report shall be standard size (8-1/2"" x 11""). The cover and title page shall carry the statement that this report was ""Prepared for the U.S. Army Corps of Engineers, Los Angeles District"". The cover shall also incorporate the Corps of Engineers insignia. Photographs, plates, drawings, and other graphics shall appear in the same size, format, and general location in the draft report as they will appear in the final report. All hand prepared pages such as maps and drawings shall be professionally drafted. Halftone reproduction will be acceptable for photographs or these graphics may be reproduced by a high quality photocopier which produces an accurate representation of the original. The Contractor shall provide three (3) copies of draft reports unless otherwise specified in the individual delivery orders. 3.1.2 The final report shall incorporate review comments submitted to the Contractor by the Government. Comments disputed by the Contractor may be discussed in a conflict resolution conference with the Government; however, unless an agreement is reached, the Contractor shall address the Government comments. The final report shall be letter quality typed and printed by high quality photo-optical reproduction for text and half-tone reproduction for photographs. Text shall be single-spaced in a one or two column format with all pages of the text numbered and printed on both sides. A pre-final original (galley proof) of the report (including the cover) incorporating the comments of the Government shall be submitted to the Government for final approval prior to the production of the final report copies. Once approved, the Contractor shall provide thirty (30) copies and the original of the final report unless otherwise specified in individual delivery orders. Digital copies in WORD and PDF shall also be provided. 3.2 Non-technical/Popular Reports. A brief non-technical, popular summary of the results and significance of the study to human history and prehistory may be required on some delivery orders. This report shall be prepared and submitted separately from the final technical report. The narrative shall be oriented toward the nonprofessional public. The purpose of this document is to inform the interested public of the kinds of activities and research conducted by archeologists, historians, etc., using public funds. The non-technical report shall give a complete synopsis of the study and shall be in a style and length suitable for either a news release or short pamphlet, as indicated in the individual delivery order(s). Photographs and illustrations supplementing the significant aspects of the text shall be included. 3.3 Data Compendium. The data compendium shall contain report deliverables such as edited and typed site forms, inked site maps, photographs of sites, U.S.G.S. quadrangle maps or portions thereof showing the location of the survey/project area (s) and all sites and isolated occurrences, data coding and retrieval information, accessioning data or catalog sheets for all collected artifacts and specialized samples, and other descriptive data (charts, tables, computer output) obtained during the study but not included in the technical reports. Data compendia shall not be publicly distributed except on a need to know basis and only with the approval of the US Army Corps of Engineers, for agencies and archeological and historical professionals. Components of the data compendium may, upon written approval of the Contracting Officer, be reproduced on compact disk (CD) or digital video disk (DVD) and included in a designated packet. 3.4 Photographic Notebook. A photographic notebook may be required on some delivery orders. The photographic notebook shall contain digital photos using archival standards from the National Archives and Records Administration. 3.5 Progress Reports. These reports shall contain an accurate account of all field and laboratory work completed during the reporting period (usually monthly), including estimated percentages of archival research, fieldwork, laboratory analysis, report writing and overall progress. The numbers of hours expended by each personnel position (Principal Investigator, Project Director, Technicians, etc.) shall be specified. Any major problems, proposed corrective measures, action required by the Government, and future plans shall be discussed. Progress reports shall be concise, normally not exceeding 3 to 5 pages in length.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3611575c86e94e8f95213ae254b342ca/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05918497-F 20210219/210217230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.