SOURCES SOUGHT
99 -- CSS Georgia Archeological Data Recovery and Mitigation Sources Sought Announcement: W912HN-12-Z-0101
- Notice Date
- 6/7/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-12-Z-0101
- Response Due
- 6/26/2012
- Archive Date
- 8/25/2012
- Point of Contact
- Chad Arnett, 912 652 5105
- E-Mail Address
-
USACE District, Savannah
(chad.a.arnett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. The request does not obligate the government to any contract award. The US Army Corps of Engineers, Savannah District is issuing this Sources Sought announcement for Archaeological Data Recovery and Mitigation of CSS Georgia to determine interest, availability and capability of business to perform the work as described below. The location of the work is in the Savannah River, Chatham County, Georgia and Jasper County, South Carolina. The archaeological data recovery and mitigation will require preparation and implementation of a data recovery plan, remote sensing and mapping, excavation of submerged resources, historic research, analysis and temporary conservation of artifacts, report writing, underwater unexploded ordinance (UXO) clearance, and the development and implementation of recovery operations of the sunken vessel and artifacts. This announcement is part of our market research, and responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including under NAICS Code 541990 - All Other Professional, Scientific or Technical Services are hereby invited to submit a response to demonstrate their technical, managerial, and business capability to provide the requested services. It is anticipated that the Government will issue a firm-fixed priced Indefinite Delivery/Indefinite Quantity (IDIQ) Service Contract to a single contractor. The contract will include a base year + four option periods with a contract capacity estimated to be less than $25M dollars. Task order values could range from $150K to $2M. BACKGROUND: The CSS Georgia will be adversely impacted by the proposed Savannah Harbor Expansion Project. Data recovery and mitigation activities are required pursuant to a Programmatic Agreement, dated February 2012, among the US Army Corps of Engineers, Savannah District, the Naval Historical and Heritage Command, the Georgia State Historic Preservation Officer (SHPO), and South Carolina SHPO. The wreck of CSS Georgia is included in the National Register of Historic Places at the national level of significance for architecture, association with significant events, association with significant people, and archaeological research potential. The National Register boundary includes the channel side slope, the top of slope, and an area extending 50 feet into the authorized navigation channel. The area measures roughly 300 ft. x 200 ft. The site area that will be subjected to archaeological data recovery, UXO clearance, and vessel recovery activities is located in a 40-foot-deep, near-zero-visibility, high-current navigation area in the Savannah River. Previous dive investigations from 2003 identified the following vessel sections and large associated materials: three sections of casemate, steam machinery elements and two 32-pounder and one 6-pounder guns. A large area of unidentified artifacts was also noted. The majority of the wreck site sits just outside the navigation channel; however, portions the cannon and propulsion machinery were found to be located on the channel slope, near or in the channel in 2003. Archival research combined with archeological evidence estimates the entire casemate for the approximately 120 foot long vessel weighed approximately 775.24-ton. The largest remaining piece of casemate observed in 2003 was estimated at approximately 73 feet long by 24 feet wide. Archival research suggests it is possible that an additional heavy gun remains to be located. Previous diver investigations have confirmed the presence of Civil War ordnance in the site area. CONTRACTOR RESPONSIBILITIES: Work will adhere to the standards set forth in Archeology and Historic Preservation: Secretary of the Interior's Standards and Guidelines (48 FR 44716, 1983, as amended). The contractor will be responsible for preparation of a data recovery plan and research design and implementation of the plan, which will entail remote sensing and mapping, archeological excavation, historic research, data recording and analysis, temporary conservation and preparation of a technical report. The contractor will be responsible for developing and implementing a plan for clearing underwater UXO in the vicinity of the archeological project. Additionally, the contractor will be responsible for developing and implementing a recovery operations plan for the large casemate sections, the heavy guns, associated ordnance and other artifacts. The contractor will furnish all services including labor, materials, supplies, equipment, travel, transportation and professional services necessary to satisfactorily complete the work. All interested firms with 541990 as an approved NAICS code have until 26 June 2012 at 2:00pm to submit the following information: Name, address and DUNs number of your Firm Point of Contact (name/phone/email) Current CCR Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)] The Government must be able to verify SBA certification of Hubzone, 8(a) and SDB via CCR. Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. Project information sheets providing evidence of capabilities to perform comparable work in the area of general construction on two (2) and no more than (5) recent projects. Projects submitted should be no more than six (6) years old have a value of at least $2M. Include the project name and description of the key/salient features of the project, completion date, total value and your company's level of involvement in the project, i.e. subcontractor (type), prime, specific role etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with email address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. Projects submitted should meet the following criteria: Projects referenced should involve preparation of a data recovery plan, archaeological data recovery of submerged maritime resources, remote sensing and mapping, historic research, analysis and temporary conservation of artifacts, report writing, underwater UXO clearing, and engineering design and implementation of recovery operations of a sunken vessel and artifacts. Contractors shall submit at least three Project Information Sheets for data recovery projects completed, or substantially complete, that reflects specialized experience in the elements referenced above. The examples should be as similar as possible in project type and scope. As a minimum, the Project Information Sheets shall provide the Project Point of Contact with telephone number, general character of the project, scope, location, cost and date of completion or anticipated completion. The Project Information Sheets shall detail key scientific and technical personnel (those who had primary responsibility for performing and/or management of the work) with their qualifications and specific experience. Scientific and technical personnel must possess the appropriate expertise to carry out this work. Particularly relevant is their expertise in the fields of marine archeology, underwater UXO clearance and development and implementation of recovery operations for a sunken vessel and artifacts. The Principal Investigator for data recovery projects must meet the Secretary of Interiors Professional Qualification Standards for Archaeology as outlined in 36 CFR 61. Diver personnel must meet qualifications found in US Army Corps of Engineers Safety & Health Requirements Manual EM 385-1-1. If the Contractor represents the combining of two or more companies, each company shall list project examples. Contractual questions should be forwarded to Chad Arnett at chad.a.arnett@usace.army.mil. Technical questions should be forwarded to Julie Morgan, 706-856-0378, or email, julie.a.morgan@usace.army.mil. The requested information shall be submitted hard copy along with one (1) copy of CD-ROM via FEDEX or UPS to: U.S. Army Corps of Engineers ATTN: Chad Arnett 100 W. Oglethorpe Avenue Savannah, GA 31401 Electronic copies will not be accepted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-12-Z-0101/listing.html)
- Place of Performance
- Address: USACE District, Savannah 100 West Oglethorpe Avenue Savannah GA
- Zip Code: 31401
- Zip Code: 31401
- Record
- SN02769986-W 20120609/120608000513-c5fa02298d0db432e7f8f4975f0c28b6 (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 |