Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2012 FBO #3956
SOLICITATION NOTICE

R -- Archeological Support

Notice Date
9/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Arkansas State Office, Federal Building, Room 3416, 700 West Capitol Avenue, Little Rock, Arkansas, 72201-3228
 
ZIP Code
72201-3228
 
Solicitation Number
AG-7103-S-12-0017
 
Archive Date
10/13/2012
 
Point of Contact
Larry Dunkin, Phone: 5013013130
 
E-Mail Address
larry.dunkin@ar.usda.gov
(larry.dunkin@ar.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation number for this Request for Quote (RFQ) is AG-7103-S-0017. This acquisition is a 100% set aside for small business; the associated NAICS code is 541720 and the small business size standard is $19.0 Million. The government will award a firm-fixed-price (FFP) contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, is the best value to the Government. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The government may elect to award without discussions. The contract for Archeological Service's will be awarded on or about September 30, 2012. Point of Contact for this procurement is Larry Dunkin, Contracting Officer, 501-301-3130. Email address: larry.dunkin@ar.usda.gov.gov. The Government reserves the right to cancel this synopsis/solicitation. PRICING REQUIREMENTS FOR QUOTES - Price evaluation will be based on the contractor's ability to provide services at the lowest price equal to other evaluation factors. All interested offeror's who believe they are capable of meeting these requirements shall submit their quote to the contracting Officer by 2:00 pm CDT September 28, 2012. Fax quotes will be also accepted, fax number 501-301-3188. Any questions regarding this combined synopsis/solicitation must be done in writing by email to larry.dunkin@ar.usda.gov.gov Statement of Work The contractor will provide archeological support services to assist the NRCS Arkansas archeologist with compliance of Section 106 of the National Historic Preservation Act. The support will consist of personnel having the credentials and knowledge equivalent to the position description included in Attachment A, Position Description. NRCS projects consist of conservation practices such as pipelines, land leveling, drainage ditches, irrigation storage reservoirs, streambank stabilizations, ponds, waterways, and diversions. NRCS overall strategy is the avoidance of historic properties rather than a Phase 2 or 3 Investigation. The contractor will supply labor, equipment, and materials for the performance of Phase 1 Reconnaissance Surveys. The contractor may work independently or directly with the NRCS archeologist in the completion of the field investigations. Field investigations will supply the NRCS archeologist with written assessments, photographs, and maps to document the findings as well as to support any recommendations for further work. All written and verbal communication is to be conducted with the NRCS archeologist. The contractor will provided no documentation or information directly to any other agency or interested party without permission of the NRCS archeologist. NRCS does not do Phase 2 or Phase 3 Investigations. NRCS requires projects to avoid disturbance. The contractor will only conduct field investigations as directed by the NRCS archeologist. The contractor will not be required to follow the procedures or formats dictated by the State Historic Preservation Office (SHPO). All documentation will be submitted only to the NRCS archeologist. Specific areas of support include: historic archival research, reviewing other pertinent records or archeological reports in preparation for or understanding of field work, field investigations conducted in a manner and to a level as to provide a reasonable assessment for the presence or potential presence of historic properties that may be affected by the project. The contractor shall warrant that the service provided: - Complies with all applicable Federal, State, and Tribal and local laws and requirements; - Meets applicable NRCS standards, specifications, and program requirements; - Is consistent with the conservation program goals and objectives in the agreement; - Occur in a timely manner to allow NRCS to meet program timelines. Contract will be award based upon an analysis of cost and services. Bid Schedule and Specifications Task Orders will be issued for the following items of work. These are estimated quantities and actual quantities will vary. Quotes will be received for the following items of work: 1. Field Investigations being assisted with NRCS Archeologist Field investigations will be conducted under the direct supervision of an NRCS Archeologists. The bid price will include all personal equipment customary and reasonable for conducting a typical field investigations including a digital camera. The bid price for the field investigations will be by the hour of field work. It is anticipated there will be 100 hours of field work. Direct Field Investigation Assistance to NRCS Archeologist 100HRS ________$/HR Total ________ 2. Independent Field Investigations Independent field investigations will be to the level of a Phase 1 Reconnaissance Survey and will collect adequate data to supply the NRCS archeologist with written assessments, photographs, and maps to document the findings as well as to support any recommendations for further work. All written and verbal communication is to be conducted with the NRCS archeologist. The bid price will be a cost per acre investigated. The cost will include a visual survey of the ground and occasional small (0.30m x 0.30m x 0.40m) shovel pits to ascertain significance. It is anticipated there will be 100 field investigations consisting of approximately 40 acres per investigation. The Bid Price will be based upon a cost per acre. Independent Field Investigations 4000 acres _______$/Acre Total __________ 3. Mileage Travel distance will generally be less than 100 miles and shall be calculated from Lonoke, Arkansas or from actual office whichever is closer. Cost of travel will be based upon a per mile. It is anticipated there will be 5,000 miles of travel. 5,000 miles _________$/mile Total _________ 4. Report of Findings of Investigation The final report shall consist of a 1 to 5 page report consisting of a written assessments, photographs, and maps to document the findings as well as to support any recommendations for further work or description of avoidance strategy. All written and verbal communication is to be conducted with the NRCS archeologist. It is anticipated there will be approximately 100 reports. 100 reports _______EA Report Total _________ Bid Total ______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/ARSO/AG-7103-S-12-0017/listing.html)
 
Place of Performance
Address: Arkansas, United States
 
Record
SN02893919-W 20120923/120922001128-a256be19d3857d449ff630a40c96e224 (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.