SOLICITATION NOTICE
B -- Navajo Gallup Water Supply Project, Cultural Resource Inventory for Planning and Design, Calendar Years 2010 and 2011.
- Notice Date
- 4/19/2010
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation - UC - FCCD 103 Everett St. Durango CO 81303
- ZIP Code
- 81303
- Solicitation Number
- R10PS40033
- Response Due
- 5/17/2010
- Archive Date
- 4/19/2011
- Point of Contact
- Ginger Domingos Contract Specialist 97025911101007 gdomingos@usbr.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
- i.This synopsis is for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis; proposals are being requested and a solicitation will be issued on or about May 3, 2010. ii.The solicitation, R10PS40033 will be issued as a request for proposal (RFP) and will be made available electronically on the Internet at http://www.fedbizopps.gov. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. iv.The solicitation will be issued as full and open, no set-aside. NAICS Code is 541720. Small business size standard is $7M. v.This synopsis and resulting solicitation is for the following commercial service: The Bureau of Reclamation, Western Colorado Area Office, Durango, CO will be issuing a Request for Proposal for providing a cultural resource inventory and report of findings to assist in planning and design for selected reaches of the Navajo Gallup Water Supply Project and to provide cultural resource monitoring of geological investigations as necessary for successful planning and design of the project. This is a partial calendar year contract with one option calendar year (thru December 31, 2010 -base year, and thru December 31, 2011 - option year). The Twin Lakes to Ya Te Key Junction reach has been identified at this time and is approximately 6.5 miles in length. Subsequent reaches have yet to be determined and will be identified on a reach by reach basis. The RFP and Scope of Work which outlines the required work tasks and project deliverables will be made available on or about April 30, 2010. Provided below are the required tasks expected to be completed to provide for the Navajo Gallup Water Supply Project, cultural Resource Inventory for Planning and Design for the remainder of Calendar Year 2010 (base year) and Calendar Year 2011 (Option Year) and the project deliverables for this work. Task 1 - Class I literature search: The purpose of this task is to determine the nature and number of historic properties along selected reaches or segments of the project area. This will involve investigation at the New Mexico State Historic Preservation Office (SHPO) Archaeological Resource Management System (ARMS), National Register of Historic Places, Navajo Nation Tribal Historic Preservation Office (NNTHPO) files and other sources as needed to determine all known projects and historic properties located within one half mile of the centerline of the selected reaches to be inventoried. Task 2 - Class III Cultural Resource Field Inventory: The purpose of this task is to determine the nature and number of historic properties along selected reaches or segments of the project area. This will involve field inventory in year 1 of approximately 25 to 30 miles in length by 60 meters (400 ft) in width to locate all historic properties within 30 meters (200 ft) along both sides of the centerline of the selected reaches to be inventoried. If the option year is exercised it will involve an approximately similar 25 to 30 miles in length by 60 meters (400 ft) in width to locate all historic properties within 30 meters (200 ft) along both sides of the centerline of the selected reaches to be inventoried. The field inventory areas may include water tank sites, pumping plants and ancillary features. Task 3 - Class III Cultural Resource Report of Findings: The purpose of this task is to report on the nature and number of historic properties along selected reaches or segments of the project area, to provide recommendations for National Register eligibility and on potential project construction impacts and to provide accurate locational information for identified historic properties in the project area. Task 4 - Class III Cultural Resource Monitoring of Geological Testing: The purpose of this task is to ensure Section 106 compliance stipulations are followed, that known historic properties are not impacted unnecessarily and to ensure that inadvertent discoveries are noted, properly analyzed and protected during the geological testing prior to actual construction. vi.Description of requirements for the items to be acquired: A cultural resource report of findings will be provided resulting from completion of Tasks 1 and 2. A results report of monitoring activities will be required upon completion of Task 4. vii. The contract period of performance will be from date of contract thru 12/31/2010 (Base Year) with an option to extend performance to include calendar year 2011. viii. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. IAW this provision, offerors shall submit a description of the technical capability of the offeror in sufficient detail to evaluate experience and proficiency in conducting and reporting Class I literature searches, Class III field inventories and Class III report of findings and no more than three past performance examples, to include recent and relevant contracts for the same or similar services. The offeror shall also submit no more than three (3) recent past performance examples of work the offeror considers most relevant in demonstrating successful performance of the proposed effort. ix.FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will make award to the schedule contractor that represents the best value, price and other factors considered. The following factors will be used to evaluate offers: Technical capability of the offeror, past performance, and price. Technical capability will be evaluated by the offeror's demonstrated experience and proficiency in conducting cultural resource inventories. Past performance evaluation will focus on the quality of previous work produced by the offeror relevant to completing a cultural resource inventory and report of findings. Technical capability and past performance when combined is essentially equal to price. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award to other than the lowest-priced schedule contractor if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. x. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. xi. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. xii. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(1), b(6), b(10), b(18), b(19), b(20) b(21), b(22), b(23), b(24), b(25), b(31), b(33), b(38), c(1), c(2), c(3), and c(6) xiii. The full text of all incorporated provisions and clauses will be available on or before Mayl 3, 2010 xiv. Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aa56dc41f7eee204bbb39cbd44ee24c6)
- Record
- SN02125874-W 20100421/100419234902-aa56dc41f7eee204bbb39cbd44ee24c6 (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 |