Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

R -- Monitoring Bonneville Project North, Bonneville Lock and Dam, Oregon

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
712120 — Historical Sites
 
Contracting Office
Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N07R0014
 
Response Due
6/5/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Portland District, CENWP-CT-C, 333 SW 1st Avenue, Portland, OR 97208, intends to issue a Request for Proposal No. W9127N-07-R-0014. To provide Monitoring Services for The Corps of Engineers, Portland District, at B onneville Lock and Dam, in accordance with the project Historic Properties Management Plan and in compliance with Section 106 of the National Historic Preservation Act. Monitoring specifically supports project goals for inventory, evaluation and treatment of historic properties. Shoreline inspections under the monitoring program maintain the project's inventory of historic properties, updating it through discovery of sites newly exposed by shoreline erosion. The monitoring program also carries out evalua tion of properties by retrieving and analyzing data, features and artifacts, that have been exposed at sites by shoreline erosion. Monitoring supports treatment of adverse project effects by assessing on-site impacts including erosion, recreational impact s, looting and vandalism and inspecting site stabilization measures to assure their continued integrity. The sites to be monitored under this contract are located on federal fee-owned lands within The Dalles Lock and Dam Project, Washington. No special ri ghts-of-entry will be necessary to access these properties. The contractor will be expected to provide monitoring services and create or update GIS information. Field work for this contract will run from June through September in FY 2007. PROFESSIONAL Q UALIFICATIONS: The principal investigator involved in fieldwork and report preparation for the tasks, shall meet the Secretary of the Interiors Standards for Professional Qualifications, 36CFR61.8 Appendix A. If the contractor desires to use a field dire ctor to direct the crew, a crew leader who meets the Secretary of Interiors standard is preferred, but a field director with substantial pertinent experience and an undergraduate degree in anthropology/archaeology may take on this role. PROPOSALS: The pro posal shall include a proposed field schedule for conducting the required site visits as well as a statement of the offers ability to complete the planned level of effort within the prescribed schedule based on their existing staffing structure and worklo ad commitments. A detailed project cost estimate and payment schedule shall be developed and submitted separately. The names of the Principal Investigator and staff shall be identified along with evidence of their professional qualifications. SITE MONIT ORING: The Contractor shall conduct periodic monitoring at 33 archaeological sites; visit each site at least one time during the contract period. Activities shall include, but not be limited to: 1 Archaeological Site Monitoring. 2. Site Protection--ARPA Enforcement. 3. Traditional Cultural Property Identification and Assessment. As an option item the contractor may accompany Confederated Tribes and Bands of the Yakama Nations cultural specialists and elders during on-site visits to identify traditional c ultural properties associated with recorded properties and to assess project effects on such properties. Documentation of the contractors previous ability to work with the four Columbia River Tribes will be required. SELECTION CRITERIA: Selection criteri a for this project will be based upon the following non-price factors that will be of equal importance to each other: Professional qualifications of personnel to be assigned to the project. Evaluation will consider education, overall and relevant experienc e in archaeology and longevity with the firm. The following disciplines will be evaluated: a. Personnel Qualifications: The offeror shall provide a resume on the lead archaeologist with minimally a Masters Degree and five,5, years experience. At a minimu m the offeror shall provide information/references showing their capability of providing at least 3-4 staff, whom are available to participate in this project. The Offeror shall provide a resume on the Field Crew Leader who will work on this project. At a minimum, provide information/references showing that the proposed crew leader has the educational requirements plus 4 years of experience as a Field Crew Lead er. Resume shall include a list of projects in which the individual has filled the role of field crew leader. b. Company Experience: At a minimum, the Offeror shall provide at least five, 5, monitoring projects or cultural resource inventory projects, pe rformed on the Columbia River that included surveys, testing and monitoring. Only those projects wherein the Offeror performed the work should be deemed for creditable. c. Past Performance: At a minimum, past performance should consist of a short narrat ive discussing the project and should include: 1. a description of the project; 2. contract award amount, estimated or actual; 3. location; 4. project start date; 5. and completion date, if finished. All examples should also contain the name, address, tel ephone and fax number of a representative of the customer. The offeror shall also provide a list of prior monitoring jobs or cultural resource inventories with over 35 sites in a single report containing four, 4, or more reports. d. GIS Background: The Offerors GIS background must be in ArchInfo/ArchView GIS. At a minimum, the offeror shall provide a GIS structure between 15 to 20 fields, including mapping, site attribute list, topography, artifact attributes and have at a minimum five, 5, years experi ence dealing with GIS products. b. Price, Proposal price is approximately equal in importance to the combined non-price factors. RFP will be available on or about May 4, 2007. Tentative due date is June 5, 2007. This procurement is open to both large a nd small businesses. The small business size standard for this procurement is a firm with average annual sales or receipts, including all affiliates, for the preceding three years not in excess of $6.5 million. The solicitation will be available on the FedTeDS website: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9127N-07-R-0014 In addition, in order to do business with the Department of Defense contractors must enroll on the Central Contracting Register (CCR) www.ccr.gov. Interested parties MUST be registered on FedTeDs, www.FedTeDs.gov to download the solicitation information. Interested parties should be sure to click on the Register to Receive Notification button to receive automatic update notices, or ch eck often on FBO for updates. Direct all technical questions to Michael Martin at 503 808-4771 email: Michael.A.Martin@nwp01.usace.army.mil. For administrative or contracting questions call Kathleen Seitz at 503 808-4628 or email at Kathleen.D.Seitz@nwp 01.usace.army.mil. NAICS code is 712120.
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR
Zip Code: 97208-2946
Country: US
 
Record
SN01286067-W 20070504/070502225546 (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.