Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2012 FBO #3690
SOLICITATION NOTICE

B -- Establish Multiple Award Contracts for Archaeological Services

Notice Date
12/30/2011
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE300 WESTGATE CENTER DRIVESUITE 310HadleyMA01035-9589
 
ZIP Code
01035-9589
 
Solicitation Number
F12PS00019
 
Response Due
2/9/2012
 
Archive Date
3/10/2012
 
Point of Contact
Christal Cutler
 
E-Mail Address
christal_cutler@fws.gov
(christal_cutler@fws.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Fish and Wildlife Service (Service), 300 Westgate Center Drive, Hadley, Massachusetts 01035 has a requirement for a multiple award Archeological and Architectural Services Contracts for work within the 13 state Northeast Region. Thesecontracts will be indefinite delivery, indefinite quantity (IDIQ) contracts to include: one base year and four option years. The Service anticipates awarding four contracts, two in each of these geographic zones: Northern Zone consisting of Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York, and Pennsylvania: and Southern Zone consisting of New Jersey, Delaware, Maryland, Virginia, northeastern North Carolina and West Virginia. The Service conducts its own consultation with tribes and State Historic Preservation Offices, but seeks technical assistance with archaeological and architectural studies primarily in order to comply with Section 106 of the National Historic Preservation Act. The types of work and services to be performed by the contractor many include, but are not be limited to: background and literature: research design: archaeological reconnaissance and surveys: evaluation of known sites: geomorphology analyses, and mitigation of impacts to archaeological sites (including detailed data recovery, site protection and/or monitoring), analysis of data and other sources for the purpose of determining archaeological site sensitivity, determining National Register of Historic Places eligibility, or recovering information from sites which cannot be preserved: synthesis and compilation of all necessary data for making determinations of archaeological site eligibility for the National Register of Historic Places and/or preparation of National Register nomination forms, written assessments and evaluation for environmental impact assessments, and other compliance documents, and preparation of technical reports and letter reports containing results of work item accomplished. Evaluation Criteria Elements will be rated as indicated: (1) Evidence of current field supervisor knowledge and experience (within the last 5 years) in the archaeology or architecture (as appropriate) of one or more of the zones indicated = 30%. (2) Past Performance examples of scopes and reports of similar type and scale to those described in the solicitation, dated within the last 5-10 years = 20%. (3) Professional Qualifications of staff and subcontractors = 20%. (4) Location of main office within the geographic area of one or more of the zones listed = 10%. (5) Letters of reference to demonstrate ability to meet short deadlines, stay within budget, and perform quality work = 10%. (6) Evidence of ability to perform required analyses, cataloging, and curation preparation to Department of the Interior Standards = 10% Maximum delivery orders awarded during any period of the contract will be $150,000 per year, with a minimum guarantee of $2,500 per year. This is a total small business set aside. The North American Industry Classification System Code is 541720 with a small business size standard of $7 million. A solicitation will be posted to www.fbo.gov on or around January 13, 2012. Work under this contract will be subject to the Service Contract Act Wage Determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00019/listing.html)
 
Place of Performance
Address: U.S. Fish and Wildlife Service300 Westgate Center DriveHadleyMA01035-9589US
Zip Code: 01035-9589
 
Record
SN02647415-W 20120101/111230233808-0f427d6321967c1b55fe73ee4379d51d (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.