SOURCES SOUGHT
B -- Site Stewardship IDIQ at Albeni Falls Dam
- Notice Date
- 1/31/2025 7:24:59 AM
- Notice Type
- Sources Sought
- NAICS
- 712120
— Historical Sites
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW25R11XV
- Response Due
- 2/14/2025 12:00:00 PM
- Archive Date
- 12/30/2025
- Point of Contact
- Alfonso Nolasco, Phone: 2532440994
- E-Mail Address
-
alfonso.nolasco@usace.army.mil
(alfonso.nolasco@usace.army.mil)
- Description
- INTRODUCTION: The intended audience of this Sources Sought are the four tribes affiliated with the Albeni Falls Dam project: The Kalispel Tribe, The Confederated Salish and Kootenai Tribes of the Flathead Reservation, The Coeur d�Alene Tribe, and The Kootenai Tribe of Idaho. The US Army Corps of Engineers (USACE) Seattle District is seeking information regarding capability, level of interest, and availability of sources for an upcoming requirement for professional cultural resource management services to support the Albeni Falls Dam project manager in managing Historic Properties of Religious and Cultural Significance to Indian Tribes (HPRCSIT). The objective of this IDIQ contract is to ensure compliance with the 2009 Systemwide Programmatic Agreement for the Management of Historic Properties Affected by the Multipurpose Operations of Fourteen Projects of the Federal Columbia River Power System of Compliance with Section 106 of the National Historic Preservation Act (SWPA). This includes compliance with Section 106 of the National Historic Preservation Act (NHPA) at the Albeni Falls Dam project area (Project), ensuring that Section 106 reviews are conducted for any undertakings at the Project. Additionally, the contract will provide affected Tribes with the full opportunity to participate in preserving cultural aspects of the greatest importance to them. CONTRACT INFORMATION: Type: Firm Fixed Price. The anticipated Award Date for this requirement is 1 April 2025 with a Period of Performance consisting of one (1) twelve (12) month base period and four (4) twelve (12) month options. The applicable NAICS code for this requirement is 712120 Historical Sites with a Small Business Size Standard of $13M. The Product Service Code is B503 SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES: The Contractor shall provide staff with the necessary management expertise to assure performance objectives and standards are met. The overarching goal of the contract is to perform site stewardship activities at 10BR0005 between Memorial Day weekend and the third week of September. Site stewardship activities involve collaboration between the Contractor and the Government to preserve and maintain the sites. The Contractor will act as the site steward, maintaining a presence on-site, observing and documenting changes and impacts, and providing the Government with management and treatment recommendations. This collaborative approach enhances site management by leveraging the diverse strengths and perspectives of both parties. The objective of this contract is to ensure compliance with the SWPA and fulfill Section 106 responsibilities outlined in the NHPA of 1966 as amended. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Response Information: Interested firms should submit a capabilities package limited to one (1) page and include the following: 1) A capability statement expressing interest in this requirement, describing the capability to provide stated services. 2) Cage code and UEI number of your Tribe and the point of contact�s name, phone number, email address. THE DEADLINE FOR RESPONSE TO THIS REQUEST IS NO LATER THAN 12 pm PST, 14 Feb 2025. ALL RESPONSES UNDER THIS SOURCES SOUGHT NOTICE MUST BE E-MAILED TO, CONTRACT SPECIALIST, ALFONSO NOLASCO ALFONSO.NOLASCO@USACE.ARMY.MIL IN MICROSOFT WORD OR PDF FORMAT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Telephone inquiries will not be accepted or acknowledged, and companies should not expect feedback or evaluations regarding their submissions. The Small Business Programs Office POC for this requirement is: Enshane� Nomoto (she/her) Office of Small Business Programs enshane.nomoto@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f9d0a59f61740a18a14dbc3bcb39d80/view)
- Place of Performance
- Address: Oldtown, ID 83822, USA
- Zip Code: 83822
- Country: USA
- Zip Code: 83822
- Record
- SN07329691-F 20250202/250131230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |