SOLICITATION NOTICE
B -- Cultural Resources Management IDIQ
- Notice Date
- 11/14/2011
- Notice Type
- Presolicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-12-R-0001
- Response Due
- 12/29/2011
- Archive Date
- 2/27/2012
- Point of Contact
- Jennifer L. Mack, 309-794-5733
- E-Mail Address
-
USACE District, Rock Island
(jennifer.l.mack@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers intends to solicit for services to be performed under a fixed-price indefinite quantity contract. Services may include, but not be limited to, archival and historical research; reconnaissance and intensive archaeological/geomorphological field surveys; site testing/evaluation for the National Register of Historic Places (NRHP); data recovery through site excavation; NRHP architectural assessments, preparation of cultural resource management plans; special studies; laboratory analyses; computerized data base creation and management; technical reports; and preparation of National Register nomination forms. Work and services under this contract shall be assigned by task orders duly issued by the Contracting Officer. Final products will be high quality technical reports on the results of the work delivered to the Rock Island District, Corps of Engineers. The contract period will be for one (1) base period with the Government having the option to renew for four (4) additional option periods. The Offerors must demonstrate expertise across a broad range of cultural resource management areas including regional history, prehistory, and geomorphology with particular emphasis upon the main valley trench and adjacent bluffs of the Mississippi River within the Rock Island, St. Paul, and St. Louis Districts within the states of Illinois, Iowa, Missouri, Minnesota, North Dakota, South Dakota, and Wisconsin. Proposals will be evaluated using five major factors or categories as follows: Personnel Qualifications, Regional Expertise, Organizational Capability, Schedule of Rates, and Past Performance. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Multiple awards may be made under this solicitation. The total cost of all work orders per contract period shall not exceed $750,000. Minimum guaranteed annual amount shall be $20,000 for the initial period; $10,000 in any option period should options be exercised by the government. It is anticipated that the solicitation documents for this procurement will be available on www.fbo.gov on or about December 5, 2011. Anyone wanting the solicitation document must download them from this website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-12-R-0001/listing.html)
- Place of Performance
- Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
- Zip Code: 61204-2004
- Zip Code: 61204-2004
- Record
- SN02622771-W 20111116/111114234323-70c8dd73efa1b8ff078a32a3e3e5c674 (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 |