Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

99 -- WILLAMETTE FALLS LOCKS HISTORIC PROPERTY MANAGEMENT MANUAL AND STORYMAP

Notice Date
1/29/2024 3:16:58 PM
 
Notice Type
Sources Sought
 
NAICS
712120 — Historical Sites
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
PANNWD24P000000988
 
Response Due
2/5/2024 4:00:00 PM
 
Archive Date
02/20/2024
 
Point of Contact
Meagan Moralez, Phone: 5038085017, Darrell Hutchens
 
E-Mail Address
meagan.n.moralez@usace.army.mil, darrell.d.hutchens@usace.army.mil
(meagan.n.moralez@usace.army.mil, darrell.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. ������� General This is a Sources Sought posted by the United States Army Corps of Engineers (USACE), Contracting, Portland District, Supply & Services Branch (CECT-NWP-S) and is for informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2. The requirement is for a Contractor to: 1) Develop and post an ArcGIS StoryMap (https://storymaps.arcgis.com/) on the history of the Willamette Falls Locks, long-term operations, preservation advocacy, and transfer as detailed in Section 5.0. The StoryMap will include current and historic photos, maps, and other visuals (e.g., artifact photos, newspaper articles, videos). The StoryMap will highlight Black, Indigenous, Asian American, and People of Color voices and histories as appropriate. 2) Develop a Historic Property Management Manual (Manual) for the Willamette Falls Locks as detailed in Section 5.0. The document will include, but not be limited to historic property descriptions, identification of character-defining features, known past alterations and modifications, long-term preservation goals that align with the Secretary of the Interior�s Standards and Guidelines for the Treatment of Historic Properties, a list of possible future actions that would not diminish the character-defining features and integrity of the property, and guidelines for new construction and future alterations/modifications. The document will also include sections that take into consideration the treatment of National Register of Historic Places eligible archaeological sites (e.g., monitoring requirements, avoidance measures, other considerations) and historic properties of religious and cultural significance to Indian tribes with the study area (Attachment 1). The intended audience for the Manual is the Willamette Falls Locks Authority, which is comprised of local governments, Indian tribes, business groups, and heritage organizations. 2. ������� Project Background The U.S. Army Corps of Engineers, Portland District (Corps) has executed a Memorandum of Agreement (MOA) resolving adverse effects resulting from the closure of the Willamette Falls Locks (WFL) pursuant to Section 106 of the National Historic Preservation Act and implementing regulations 36 CFR 800. The Willamette Falls Locks are located on the Willamette River in West Linn, Clackamas County, Oregon and are owned by the Corps. The property was listed in the National Register of Historic Places in 1974 (nomination updated in 2011) and closed in 2012. The MOA was executed in 2016 and amended in 2023. 3. ������� Contract Information This firm-fixed price contract will complete two of the mitigation stipulations in the Closure MOA as detailed above and in the attached draft Performance Work Statement (PWS). The period of performance of this contract will span approximately one (1) year from date of contract award. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry to include Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). All are highly encouraged to respond. If your company has a suggestion, question, or concern about this Sources Sought and/or the SAM-posting-attached Performance Work Statement, please email the Point of Contact below. 4. Capability Statements Contractors are requested to submit their capabilities to successfully accomplish the requirements in the PWS. It is expected that the contract will be awarded by April 2024 with performance beginning within 21 days of contract award. If this fact affects a contractor�s business plan to submit a quote, USACE requests the contractor please email the USACE point of contact below stating how so. Point of Contact for all questions or assistance is the USACE Contracting Officer, Darrell Hutchens, at 971-270-8351 or Darrell.d.hutchens@usace.army.mil, and/or the USACE Contract Specialist, Meagan Moralez, at 503-808-5017 or Meagan.n.moralez@usace.army.mil. 5. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: �WFL ArcGIS StoryMap and Historic Property Manual�. Please send all responses to Darrell.d.hutchens@usace.army.mil and Meagan.n.moralez@usace.army.mil. A Firm�s response to this Sources Sought shall be limited to (5) pages total, including cover page, and shall include the following information: a.� Firm�s name, address, point of contact, phone number, email address, CAGE code and SAM number; b.� Firm�s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB); c.� Provide relevant and verifiable information on the Firm�s experience/capabilities as it pertains to the proposed work outlined in section 4. Capability Statements; and, d. Any questions you have on the proposed project. 6.� Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bb38792ab3c041f4863c2aa9054d1625/view)
 
Place of Performance
Address: West Linn, OR 97068, USA
Zip Code: 97068
Country: USA
 
Record
SN06948705-F 20240131/240129230051 (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.