Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23, 2001 PSA #2772
SOLICITATIONS

F -- HISTORIC CONTEXT FOR ALASKA REGION MINING PROPERTIES

Notice Date
January 19, 2001
Contracting Office
USDA Forest Service, Contracting, P.O. Box 21628, Juneau, AK 99802-1628
ZIP Code
99802-1628
Solicitation Number
RFP R10-01-05
Response Due
February 22, 2001
Point of Contact
Contact, Robin Airozo 907-586-8880/Contracting Officer, Walter Ullmayer 907-586-7903
E-Mail Address
Click here to reach the contact person via e-mail (rairozo@fs.fed.us)
Description
100% Small business set aside. Commercial item acquisition. Estimated start work date is March 1, 2001. Contract time will be 240 calendar days. Estimated price range for the project is between $25,000 and $100,000. Professional services are needed to develop a historic context for the evaluation of mining properties on National Forest System (NFS) lands in the State of Alaska. The Contractor will develop the historic context and documentation. The historical analysis will identify the variety and types of activities conducted by, or associated with, mining for locatable minerals and identify the variety and types of historical sites and features likely to exist today. The analysis will develop specific criteria and a methodology that can be used by the USDA Forest Service (Forest Service) to assess the historical significance of these sites and features and their eligibility for the National Register of Historic Places. The historic context will provide sufficient documentation to serve as the basis for the Statement of Significance for any National Register of Historic Places evaluations and/or nominations dealing with mining. The Contractor will be expected to develop the context narrative and statement: identify the time period and geographical limits of the context, assemble and synthesize existing information, define the property types, develop integrity thresholds, and apply the National Register criteria for evaluation (36 CFR 60.4). The Contractor shall furnish all necessary personnel, facilities, equipment, materials, and transportation to perform the work. Review of Forest Service and USDI, Bureau of Land Management (BLM) records relating to mining activities is required, as well as research of other available publications, manuscripts, and archival sources. No on-the-ground surveys or archeological work are required as a part of this phase of this contract. The Contractor will then field test the methodology and criteria developed on four mining properties located on the Chugach and Tongass National Forests. The four mines are the Granite Mine and the Mull Claims on the Chugach National Forest and the Halleck Island Mine and Salt Chuck Mine on the Tongass National Forest. Access to these mines varies from road, trail, boat, to float plane. The study area includes the Chugach National Forest located in south central Alaska and the Tongass National Forest located in southeast Alaska. Fieldwork will take place on the Chugach National Forest on the Kenai Peninsula and in western Prince William Sound. Fieldwork will take place on the Tongass National Forest on an island just northwest of Sitka and south of Thorne Bay on Prince of Wales Island. The Government shall deliver to the Contractor: general maps of the Chugach and Tongass National Forests, access to Forest Service files containing documents pertinent to this contract, access to historical overviews of the Chugach and Tongass National Forests and access to any reports that relate specifically to the Granite, Mull, Halleck Island, and Salt Chuck mines. All materials provided to the Forest Service under this contract become the property of the Government for its sole use without additional cost, fee, or expense. The Government will have unlimited rights to use, duplicate, or disclose any and all data and reports furnished under this contract. Technical proposals that merely offer to provide services in accordance with the requirements of this contact will not be considered. The offeror must submit a definitive professional proposal to accomplish the requirements described herein. Technical proposals shall be divided into the following sections: technical approach, qualifications and experience of key personnel, schedule and allocation of resources and bid price. Award will be made to the offeror (1) whose proposal is technically acceptable, and; (2) whose technical/cost relationship is most advantageous to the Government. While cost is secondary to technical, it will be a factor in the award decision. Award may not necessarily be made for technical capabilities that appear to exceed those needed for fulfilling the work. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and to the advantage of the Government. Award may be made without further negotiations. If you would like to receive a copy of the solicitation it will be available on our web site (URL address shown below) for downloading on January 31, 2001. It will be the responsibility of the offeror to check the web site for any amendments to the solicitation. In case we are unable to post an amendment to our web site please provide the contact information that is requested when you download the solicitation. A hard copy solicitation will not be issued unless you do not have access to the internet.
Web Link
Click here to download a copy of the solicitation on (http://www.fs.fed.us/r10/solicitations)
Record
Loren Data Corp. 20010123/FSOL002.HTM (W-019 SN50B3Q8)

F - Natural Resources and Conservation Services Index  |  Issue Index |
Created on January 19, 2001 by Loren Data Corp. -- info@ld.com