Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2025 SAM #8665
AWARD

B -- Perform an Ethnographic and ethnohistoric study and prepare a report to identify Traditional Cultural Properties

Notice Date
8/15/2025 10:10:40 AM
 
Notice Type
Award Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
W912P925Q2570
 
Archive Date
09/15/2025
 
Point of Contact
Marla Sawyer, Phone: 314-331-8246
 
E-Mail Address
marla.j.sawyer@usace.army.mil
(marla.j.sawyer@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business
 
Award Number
W912P921D0001
 
Award Date
04/01/2025
 
Awardee
Brockington and Associates, Inc. 4000 DEKALB TECHNOLOGY PKWY STE 400 Atlanta GA 30340 USA
 
Award Amount
392930
 
Description
7 MAR 2025 Updated to include Questions and Answers, Please email Contract Specialist Marla Sawyer at marla.j.sawyer@usace.army.mil acknowledgement your company has received the Questions and Answer posting----- Thank you! ----Perform an Ethnographic and ethnohistoric study and prepare a report to identify Traditional Cultural Properties on U.S. Army Yuma Proving Ground in Yuma, Arizona.Period of Performance of Task Order: From time of Award to 24 months after Award, approximately 01 APR 2025 to 30 MAR 2027.The Contractor shall perform ethnographic and ethnohistoric research for the identification of Traditional Cultural Properties (TCPs) as defined in the most recent version of National Register Bulletin 38 Guidelines for Evaluating and Documenting Traditional Cultural Properties (NRB 38) that are significant to federally recognized Indian Tribes. The Contractor shall perform all work to the standards in this Contract and in accordance with Federal, State of Arizona, and local laws and regulations. The Contractor shall prepare a report identifying TCPs found within the study area. Scope and deliverables are outlined in the Performance Work Statement (PWS).Type of Task Order: Firm Fixed Price task order will be issued on one of four contracts on the Cultural Resources MATOC: W912P921D0001, W912P921D0002, W912P921D0003, or W912P921D0004. All terms and conditions of base IDIQ/Indefinite Delivery Indefinite Quantity will be applicable to the issued Task Order. Comparative Evaluation Strategy: The selection process for this project is Comparative Evaluation, IAW FAR 13.106-2(b)(3). Price and Past Performance will be evaluated. Comparative evaluation is the act of comparing two or more offers or Quote in response to a Request for Quote (RFQ). The item-by-item comparison is performed by comparing each Quote to one another to determine which provides the best benefit to the government (see III-Technical Quote instructions.) QUESTIONS SUBMISSION DEADLINE: 10 AM CST, 6 MAR 2025 via email to Contracting Specialist Marla Sawyer, marla.j.sawyer@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e24bb8768e9e41e3967fada25745db4b/view)
 
Place of Performance
Address: Yuma, AZ 85365 85365
Zip Code: 85365
 
Record
SN07552327-F 20250817/250815230040 (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 |
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.