Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2003 FBO #0535
SOLICITATION NOTICE

B -- Phase III Cultural Resources Mitigation of the Archeological Component of the Campbell House Site (32GF118) at Grand Forks, North Dakota.

Notice Date
5/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Engineer District, St. Paul - Civil, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
DACW37-03-T-0030
 
Response Due
6/9/2003
 
Archive Date
8/8/2003
 
Point of Contact
Dawn Linder, 651-290-5407
 
E-Mail Address
Email your questions to US Engineer District, St. Paul - Civil
(dawn.m.linder@mvp02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotatio ns are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is DACW37-03-T-0030 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this s olicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 541720 and the small business size stan dard is six million dollars. (v) This requirement consists of 1 line item (0001 Phase III Cultural Resources Mitigation of the Archeological Component of the Campbell House Site (32GF118) at Grand Forks, North Dakota.). (vi) Work to be completed under t his purchase order will consist of the following: The contractor shall prepare a data recovery plan for mitigating adverse effects to the historic and prehistoric archeological components of the National Register of Historic Places-listed Campbell House s ite located at 2405 Belmont Road in the city of Grand Forks, North Dakota. Upon approval of the data recovery plan by the St. Paul District, U.S. Army Corps of Engineers and the North Dakota State Historic Preservation Officer, the contractor will impleme nt said plan. A soil resistivity survey of the approximately 0.77-acre site area and a minimum of 100 square meters of archeological excavation shall be key portions of that plan. There are both historic and prehistoric archeological materials present at this site. Mitigation for the architectural component of the Campbell House site, i.e., the house itself, is not part of this contract. Key contractor personnel (e.g., principal investigator, the field and laboratory supervisors, and field crew chiefs) must meet the Secretary of the Interiors professional qualification standards for historic archeologists, prehistoric archeologists and historians. A detailed description of the line item is available as addendum I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB destination, St. Paul, MN. The estimated completion date for this requirement is June 11, 2004. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). This acquisition will be conducted using the Test Program for Certain Commercial It ems under FAR 13.5. A competitive award will be made to the responsible firm with the lowest priced technically acceptable quote. Each quote at a minimum must meet the technical specifications to be technically acceptable. Technical acceptability is pas s-fail. In order to be considered technically acceptable firms must provide information evidencing that they meet the following: (1) Meet the Secretary of the Interiors professional qualification standards for prehistoric archeologists, historic archeolo gists, historians, and architectural historians for key personnel. Provide key personnel resumes to verify professional qualifications. (2) Provide references on previous projects showing prior experience doing historic archeological excavations. (3) Pr ovide a brief technical explanation on how the firm will meet the schedule as specified in addendum I, Scope of Work and identify an approximate time line for s ignificant tasks. Additional guidance on price is provided under provision 52.212-1 section (g). (x) The provisions at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items, and 252.212-7000, Offeror Representations and Certificati ons Commercial Items apply to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. Paragraph (b), Taxpayer Identification Number (TIN), of provision 52.212-3 does not apply. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive O rders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition. 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government ; 52.219-14, Limitations on Subcontracting; 52.222.21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vie tnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Fore ign Purchases; and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The following FAR clauses identified at paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition. 52.222-41, Service Cont ract Act of 1965, As Amended; Wage determinations applicable to this purchase order are available in addendum IV; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment. (x iii) The DFAR clause at 252.204-7004, Required Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Co nditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clause identified at paragraph b of the clause is considered checked and is applicable to this ac quisition. 52.203-3, Gratuities; The following clauses identified at paragraph c of the clause are considered checked and are applicable to this acquisition. 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following clauses are also applicable to this acquisition: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.233-3, Protest After Award; 252.201-7000, Contracting Officers Representative; 252.204-7003, Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004, Su bcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.243-7001, Pricing of Contract Modifications. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbere d Note 1 applies to this acquisition. (xvi) Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 03:30 PM CST, June 9, 2003. Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is Ms. Dawn Linder. Ms. Linder may be reached at dawn.m.linder@usace.army.mil, (651)290-5407 or by fax, (651)290-5706. Requests for addendum I, Scope of Work , addendum II, drawings and attachments, addendum III, Pricing Worksheet and addendum IV, Wage Determination, should be made to Ms. Linder. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: US Engineer District, St. Paul - Civil Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN00325953-W 20030518/030516213708 (fbodaily.com)
 
Source
FedBizOpps.gov 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.