Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
SOURCES SOUGHT

R -- U.S. Forest Service, Region 2 Cultural Resource Surveys

Notice Date
10/24/2018
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Agriculture, Forest Service, R-2 San Juan National Forest, 15 Burnett Court, Durango, Colorado, 81301, United States
 
ZIP Code
81301
 
Solicitation Number
1282CS19R0001
 
Archive Date
11/30/2018
 
Point of Contact
Randal W. Sadler, Phone: 970-385-1266
 
E-Mail Address
randalsadler@fs.fed.us
(randalsadler@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT The USDA Forest Service, Rocky Mountain Region (R2), is seeking information from contractors interested in providing Cultural Resource Survey services. This performance-based acquisition will be solicited under FAR 12 - Acquisition of Commercial Items. This Sources Sought Notice is issued solely for information and planning purposes to identifying potential sources of Cultural Resource Surveys. Your voluntary response will be treated as information only. It shall not be used as a proposal. Responses received will help determine the type of solicitation to be issued and to determine appropriate small business and socioeconomic set asides, if any. This notice does not commit the Government to contract for any supply or service whatsoever. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. Not responding to this notice does not preclude participation in any future RFP or RFQ, if any is issued. • The associated NAICS code is 541720 - Research and Development in the Social Sciences and Humanities with a small business size standard of $20.5M. • The anticipated performance-based contract type is a multiple award Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) competitive task order contract. The anticipated contracts will be for a base year with four one-year options. • In the event that a Solicitation is prepared and posted, all Offerors shall be registered in the System for Award Management (https//www.sam.gov) to be considered responsive. SAM is a free service. • The work will be performed on multiple forests throughout region 2 of the US Forest Service. Specific site maps identifying locations, sites, and access roads, will be provided with each competed task order. • The contractor shall furnish all labor, equipment, supervision, transportation, supplies (except those designated as Government furnished) and incidentals to perform all work necessary. • The use of bio-based products is anticipated in the performance of the contract. Information on Bio-based products can be found at: http://www.biopreferred.gov/BioPreferred/faces/Welcome.xhtml Responses to this sources sought notice are due no later than November 15, 2018 1500 MST to randalsadler@fs.fed.us. Include the phrase "1282CS19R0001-Sources Sought" in the subject line of your email. The following information is requested in response to this sources sought notice: Brief Capabilities Statement to include the information requested below. Responses greater than 5 double-sided pages (including all attachments) will not be considered. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm's qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at https://www.sam.gov/ 6. Small Business designation/status (must correspond with SAM registration): _____ Small business _____ 8(a) _____ Historically Under Utilized Business Zone (HUBZone) _____ Veteran Owned Small Business (VOSB) _____ Service Disabled Veteran Owned Small Business (SDVOSB) _____ Woman Owned Small Business (WOSB) _____ Small Disadvantaged Business 7. Include a brief summary of similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. 8. Please indicate on which forest units you would be interested in providing cultural resource survey services. ____ Arapaho Roosevelt National Forest and Pawnee National Grasslands ____ Medicine Bow Routt National Forests and Thunder Basin National Grasslands, Colorado Districts ____ Pike San Isabel National Forest and Comanche and Cimarron National Grasslands ____ White River National Forest ____ San Juan National Forest ____ Rio Grande National Forest ____ Grand Mesa and Uncompahgre National Forest Based on information received from this sources sought notice the units listed above may be further combined into zones which represent similarity in geography and site densities. 9. Work performed under the anticipated contracts will require a current Cultural Resource Use Permit holder for U.S. Forest Service Region 2. Some forest units also require a current curation agreement with the Anasazi Heritage Center in Dolores, Colorado. With your response, indicate if you have either or both of these current permits/agreements. ---END OF SOURCES SOUGHT---
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/893839297f42260e7a65ed2d82732c5b)
 
Record
SN05133828-W 20181026/181024230808-893839297f42260e7a65ed2d82732c5b (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.