SOURCES SOUGHT
F -- HERITAGE RESOURCES
- Notice Date
- 5/17/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Black Hills National Forest, 1019 N Fifth St, Custer, South Dakota, 57730-8214, United States
- ZIP Code
- 57730-8214
- Solicitation Number
- AG-82X9-R-12-0107
- Archive Date
- 6/13/2012
- Point of Contact
- William Highland, Phone: 605-716-1883, Brenda M Oster, Phone: 605-673-9322
- E-Mail Address
-
whighland@fs.fed.us, boster@fs.fed.us
(whighland@fs.fed.us, boster@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of performing the required services. THIS IS NOT A REQUEST FOR PROPOSAL. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The Government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. Respondents should also note that the Government will not return any information submitted in response to this RFI. Respondents should not submit any proprietary information when responding to this RFI. The Black Hills National Forest has an anticipated requirement to obtain services for cultural resource inventories and National Register of Historic Places site evaluations. The work will be in the Black Hills National Forest, South Dakota/Wyoming and Nebraska National Forest. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will entail a base and two option years, for cultural resource inventories, with compliance mandates established in Section 106 of the National Historic Preservation Act (NHPA). Contracted projects may include, but are not limited to, timber sales, road construction or reconstruction, land exchanges, prescribed burns, mechanical thinning, range allotments, and range-improvement projects. The contractor may be responsible for any of the following tasks: •Class/Level I (nomenclature and definitions vary by state •Class/Level II stratified sample survey •Class/Level III intensive field inventories •Subsurface testing to identify buried components •Site evaluations to determine NRHP eligibility •Preparation of inventory reports •Completion of site condition assessments utilizing appropriate site monitoring forms •Submission of collected materials for curation •Collection and transfer of Geographic Information Systems (GIS) spatial and tabular data. •Post-fire damage assessments The anticipated North American Industry Classification (NAICS) code is 541990. (Size Standard 14.0 million dollars) Interested respondents should submit a brief capabilities statement package (no more than 6 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform the services. Please review the requirements listed below. At a minimum, the package shall address the following: SOURCE REQUEST INFORMATION In order to determine the extent of industry interest and experience in the requirement, all contractors interested, must submit a written response to: Black Hills National Forest Attention: William Highland 8221 S. Hwy. 16 Rapid City, SD 57702, Email: whighland@fs.fed.us, or FAX (605) 343-7134 No later than by May 29 2012, 4:00 pm, MT. The responses shall include: 1) Name of firm, point of contact, mailing address, and phone, Tax ID number and DUNS Number. 2) Identification of the appropriate business classification (to include 8(a), HubZone, SDVOSB, EDWOB, small business, or other than small business as indicated at www.ccr.gov 3) List prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last three years. Statements should include: A. Brief description of services provided, to include dollar value. B. Customer/purchaser. Point of Contact with phone number, and a description of the experience and how the referenced experience relates to the services described herein.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/157eeb4264cfe6d72cc1449b275cecec)
- Place of Performance
- Address: Rapid City, South Dakota, 57702, United States
- Zip Code: 57702
- Zip Code: 57702
- Record
- SN02750831-W 20120519/120518000114-157eeb4264cfe6d72cc1449b275cecec (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 |