Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOLICITATION NOTICE

B -- Lower Wenas Creek CRM Archaeology Field Survey

Notice Date
9/10/2008
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - Upper Columbia Area Office 1917 Marsh Road Yakima WA 98901
 
ZIP Code
98901
 
Solicitation Number
08SQ1U0660
 
Response Due
9/17/2008
 
Archive Date
9/10/2009
 
Point of Contact
Connie Morgan Purchasing Agent 5095755848241 ;<br />
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation, Upper Columbia Area Office, proposes to enter into a contract on a sole source basis with Central Washington University (CWU), Department of Anthropology for the purchase of a report on the Lower Wenas Creek CRM Archaeology Field Survey. The authority for use of other than full and open competition for this transaction is FAR 6.302- 1(i) (A),(B),(C): (i) Supplies or services may be considered to be available from only one source if the source has submitted an unsolicited research proposal that- (A) Demonstrates a unique and innovative concept (see definition at 2.101), or, demonstrates a unique capability of the source to provide the particular research services proposed; (B) Offers a concept or services not otherwise available to the Government; and (C) Does not resemble the substance of a pending competitive acquisition. The cited authority must be used because it is the only practicable method of acquisition due to the nature of the supplies or services to be acquired as follows: The primary function of this fieldwork is to perform systematic, intensive pedestrian survey and document cultural resources on Bureau of Reclamation lands in the Lower Wenas Creek drainage near its mouth with the Yakima River. The goal is to survey approximately 200 acres (depending on site and isolate density) on BOR lands in the Lower Wenas Creek drainage. The survey efforts will focus on the north half of Section 18, T14N, R19E, Pomona and Selah 7.5' quadrangles.This area is somewhat rugged and contains a variety of topographic and geological features that are associated elsewhere with historic and prehistoric archaeological record. The archaeological record is very dense (0.60 sites and isolates per acre). Pedestrian survey crews will walk parallel transects spaced 10 meters apart. Each survey transect will be mapped by either compass and topographic map or global positioning system. All survey work will be carried out using a site-less survey design; that is, labeling particular densities of artifacts "sites," the survey strategy is designed to discover and record any artifacts we encounter regardless of density (e.g., low density clusters and isolated finds). Encountered cultural materials will be described, mapped, and recorded on DAHP site or isolate forms (with drawings and photographs). Artifact collection will be limited to temporally diagnostic materials (e.g., projectile points). Precise locations will be recorded for all collected artifacts. Artifact collection during the survey will be limited to temporally diagnostic materials such as projectile points, raw material types (e.g., obsidian), or artifacts in danger of being looted. The government believes that only one responsible source can provide the services listed above that will satisfy the agency needs. Any firm or individual that believes it can furnish the items described are encouraged to give written notification to the Contracting Officer. Supporting evidence must be furnished, in sufficient detail to demonstrate the ability to comply with the above requirements. All responses received by close of business September 17, 2008, will be considered by the Government. A determination by the Goverment not to compete this proposed action based on responses to this notice is solely within the discretion of the Goverment. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will be accepted by Fax at (509) 454-5612, Attn. Connie Morgan, or by electronic mail at cmorgan@pn.usbr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=39d0f73e9983104bcc09b4cfa44bd676&tab=core&_cview=1)
 
Place of Performance
Address: Yakima WA<br />
Zip Code: 989012058<br />
 
Record
SN01665304-W 20080912/080910220458-39d0f73e9983104bcc09b4cfa44bd676 (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.