Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

B -- RECOVERY - Professional Archeological Services for various areas on the Necedah National Wildlife Refuge, Necedah, WI

Notice Date
9/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181RQ526
 
Response Due
9/17/2009
 
Archive Date
9/10/2010
 
Point of Contact
Cathy L. Vanatta Chief, Constr & Acquisition 6127135205 Cathy_Vanatta@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This is a combined synopsis/solicitation to acquire quotes to fulfill the requirement stated herein.(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 30181RQ526 is being issued in a Request For Quotations (RFQ) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This solicitation is advertised as full and open competition. The North American Industrial Classification System (NAICS) code is 541720, with a corresponding small business size standard of $7 million gross annual receipts. All offerors must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) The contractor will conduct Phase I (walk-over) surveys for archeological resource presence/absence on various areas of the Refuge (appoximately 2,515 acres). If warranted, the contractor will proceed with Phase II (shovel-test) surveys in those areas where indicated necessary by Phase I survey results. Survey methodology commonly accepted as the "standard" in the field of expertise is to be employed regarding all completed surveys. A full written report of findings and an ArcGIS shapefile of the specific areas surveyed will be included in the final products. An Archaeological Resource Preservation Act (ARPA) permit must be obtained from the Region 3 Regional Director of the US Fish and Wildlife Service before archeological field work is performed. Interested vendors must submit a statement/description of qualifications and price per acre for all work. A Refuge map with specific areas identified for surveys is available upon request. Contact contracting officer Cathy Vanatta at 612-713-5205. (vi) n/a (vii) Delivery of the report shall be made F.O.B. Destination to the U.S. Fish and Wildlife Services' Necedah National Wildlife Refuge. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). In addition, the following provisions/clauses apply to the acquisition: FAR 52.252-02; 52.212-05 and 144804.01 (American recovery and Reinvestment Act - Information Request -- In order to measure the effectiveness of our acquisition process to meet the intent of the American Recovery and Reinvestment Act, please provide teh following for INFORMATIONAL PURPOSES ONLY: (1) The approximate number of employees to be offered or retained continued employment by the prime contractor as a result of this contract: ____ Full Time employees/ _____ Part Time Employees; (2) The approximate value of expenditures to the local economy as a result of this contract through purchase or subcontract opprortunities is: $___________; (3) The following are examples of products and or services that will be acquired by the prime contractor through local sources in the vicinity of the project site: (please list all that apply). (ix) Quotes will be evaluated and award will be made to the lowest responsive, responsible offeror submitting a fair and reasonable price and meeting the terms of this solicitation. (x) Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. In lieu of submitting completed provision 52.212-3, offerors are encouraged to complete the on-line Representations and Certifications (ORCA) at www.orca.gov, citing NAICS 541720 for this solicitation. Failure to submit provision 52.212-3 or ORCA, properly completed, may result in a non-responsive quotation. (xi) The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.232-36. (xiii) All or part of this contract award is the direct result of funding provided by the American Recovery and Reinvestment Act. Additional reporting requirements may apply to awardee. (xiv) [N/A] (xv) [N/A] (xvi) Quotes are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on September 17, 2009. Offerors may submit quotes by mail or facsimile transmission to the attention of Cathy Vanatta. The fax number is 612-713-5151. Quotes are to include a completed FAR Clause 52.212-3 or ORCA registration, and be signed and dated by an offeror's authorized representative. Incorporate this RFQ No. 30181RQ526 into the quote either by reference or direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Cathy Vanatta at telephone number (612) 713-5205 or email at cathy_vanatta@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181RQ526/listing.html)
 
Place of Performance
Address: Necedah National Wildlife Refuge, W7996 20th St West, Necedah, WI 54646
Zip Code: 54646
 
Record
SN01949646-W 20090912/090911001305-d139cf99d7175d4928f314037d88cb3a (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.