Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2012 FBO #3819
SOLICITATION NOTICE

B -- Fort Abercrombie arachaeological study - W912ES-12-T-0092 Ft Abercrombie Figures & Diagrams - W912ES-12-T-0092 Combined Syn-Sol

Notice Date
5/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-12-T-0092
 
Archive Date
5/29/2012
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Christopher G. Dake, Phone: 6512905415
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil
(Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W912ES-12-T-0092-0001 Ft Abercrombie SF 30 Amendment W912ES-12-T-0092 Ft Abercrombie SF1449 Solicitation W912ES-12-T-0092 Ft Abercrombie SF 1449 W912ES-12-T-0092 Ft Abercrombie - Combined synopsis and solciitation W912ES-12-T-0092 Ft Abercrombie SOW Figures and Diagrams SCOPE OF WORK PHASE III MITIGATION AT FORT ABERCROMBIE STATE HISTORIC SITE (32RI777), RICHLAND COUNTY, NORTH DAKOTA 1.00 INTRODUCTION 1.01 The Contractor shall undertake Phase III data recovery mitigation excavation at Fort Abercrombie State Historic Site (32RI777) in Richland County, North Dakota, to mitigate impacts of a proposed emergency streambank protection project on this National Register of Historic Places listed historic property (Figure 1). 1.02 This cultural resources investigation partially fulfills the obligations of the Corps of Engineers (Corps) regarding cultural resources, as set forth in the National Historic Preservation Act of 1966 (Public Law [PL] 89-665), as amended; the National Environmental Policy Act of 1969 (PL 91-190); the Archeological and Historical Preservation Act of 1974 (PL 93-291); the Advisory Council on Historic Preservation's Regulation for the Protection of Historic Properties (36 CFR Part 800); and the applicable Corps regulations. Curation of recovered materials and associated records will be at a facility meeting the requirements of 36 CFR Part 79, Curation of Federally-owned and Administered Archeological Collections. 1.03 This cultural resources investigation will serve several functions. The report will be a planning tool to aid the Corps in meeting its obligations to preserve and protect our cultural heritage. It will be a comprehensive, scholarly document that not only fulfills federally mandated requirements, but also serves as a scientific reference for future professional studies. It will identify resources that may require additional investigations and that may have potential for public-use development. Thus, the report must be analytical, not just descriptive. 2.00 PROJECT DESCRIPTION 2.01 Fort Abercrombie (32RI777) was listed on the National Register of Historic Places on January 22, 2009, under Criterion A for its association with the early settlement and transportation routes of what would become North Dakota, with the Dakota Conflict of 1862, and with the Works Progress Administration's (WPA) reconstruction of three blockhouses and part of the stockade in 1939-1940; under Criterion C for the original guardhouse which was returned to the site by the WPA; and under Criterion D for the site's historic information potential. A copy of the fort's National Register nomination form and WPA records on work done at the fort site should be available at the Archaeology and Historic Preservation Division site files and the State Historical Society of North Dakota library archives in Bismarck. There is also a brief site history on the SHSND web site at http://history.nd.gov/historicsites/abercrombie/ abercrombiehistory.html. 2.02 Fort Abercrombie is located on the west (left descending) bank of the Red River of the North in the SE¼, Section 4, Township 134 North, Range 48 West, Richland County, North Dakota (Figure 2). Currently, one of the building foundations on the north side of the fort is being lost to bank erosion by the Red River (Figures 3 to 6). The Red River has also eroded the river bank on the east side of the fort north of County Highway 4 to within 15 feet of the northeast blockhouse foundation (Figure 3). The Corps is proposing streambank protection measures consisting of re-grading the slumped material below the north and east sides of the fort and installing sand drains near the top of the re-graded slumped material to deal with groundwater flowage, which is also contributing to the bank slumping at the fort. Six inches of topsoil and native seed mix would be placed on the upper portion of the re-graded slumped material including the sand drain. The lower portion of the re-graded slumped material would be protected from future erosion by a layer of bedding and stone riprap from elevation 927 feet to the toe of the re-graded area. 2.03 According to Stipulation A.1 of the Memorandum of Agreement for Data Recovery at Fort Abercrombie Historic Site in Connection with an Emergency Streambank Protection Project, Richland County, North Dakota (MOA), between the St. Paul District, U.S. Army Corps of Engineers and the North Dakota State Historic Preservation Officer, the Corps will contract for Phase III data recovery mitigation excavation along the river bank at the eroding building foundation on the north side of the fort, which is the only part of the fort that will be directly affected by construction of the proposed emergency streambank protection measures. 2.04 Data recovery at Fort Abercrombie will consist of excavation of a block of ten (10) adjacent 1-meter by 1-meter excavation units along the edge of the river bank at the eroding building foundation on the north side of the fort to recover information on foundation construction and any artifacts related to the occupation of the fort (1860-1877) or subsequent Works Progress Administration (WPA) reconstruction activities at the fort (1939-1940), which would be lost or impacted by the proposed streambank protection construction. Excavation shall be by hand in 10 cm or less levels using trowels or shovel skimming. All excavated site material shall be dry-screened through ¼-inch or smaller hardware cloth and/or water-screened through 1/16th-inch hardware cloth. 2.05 The Contractor shall also shovel test the slumped material directly below the eroding building foundation to determine if the slumped material retains any physical integrity. If the slumped material directly below the eroding building foundation is relatively intact and if it can be done safely, the Contractor shall excavate from two to five additional 1-meter by 1-meter excavation units in the slumped material at that location to recover any historic materials and data present which relate to the use or construction of that fort building. Excavation shall be by hand in 10 cm or less levels using trowels or shovel skimming. All excavated site material shall be dry-screened through ¼-inch or smaller hardware cloth and/or water-screened through 1/16th-inch hardware cloth. 2.06 Research questions to be addressed by the data recovery excavation include, but are not limited to: a. How was the fort building foundation constructed? b. What information do the artifacts recovered reveal about the use of the fort in general and the eroding building in particular? c. What information do the artifacts recovered reveal about subsistence and lifestyle at the fort? d. Do the artifacts and information recovered reveal anything about the six week siege of the fort during the Dakota Conflict of 1862, e.g., can the presence of settlers at the fort be distinguished from fort use by the military? e. What information does the eroding building foundation reveal about WPA activities in 1939-1940 at the fort site? f. Are there any artifacts relating to WPA activities at the eroding building foundation and what do they indicate about that activity? g. Are there any indications of prehistoric/precontact use of the location prior to fort construction in 1860? 2.07 Soil Information - This information is provided for information purposes only; actual soil content and associated depths may vary. According to the U.S.D.A. Natural Resources Conservation Service's Web Soil Survey, soils at the eroding building foundation consist of Fargo silty clay, 0 to 1 percent slopes, with Wahpeton-Cashel silty clays, wooded, 1 to 15 percent slopes, occasionally flooded, on the lower area to the immediate north ( http://websoilsurvey.nrcs.usda.gov/app/WebSoilSurvey.aspx, accessed 03/01/2012). Fargo series soils formed in calcareous, clayey lacustrine sediments on glacial lake plains, floodplains, and gently sloping side slopes of streams within glacial lake plains. According to its official soil series description, Fargo soils have a typical profile consisting of a black silty clay Ap horizon from 0-20 cm below the surface (cmbs); a black and very dark gray crushed and rubbed silty clay Bw horizon from 20-33 cmbs; a very dark gray and very dark grayish brown silty clay Bss horizon from 33-53 cmbs; an olive gray silty clay Bkg horizon from 53-81 cmbs; underlain by a grayish brown silty clay Cg1 horizon from 81-122 cmbs; an olive and pale olive silty clay Cg2 horizon from 122-173 cmbs; and a pale olive silty Cg3 horizon from 173-203 cmbs ( http://www2.ftw.nrcs.usda.gov/ osd/dat/F/FARGO.html, accessed 03/01/2012). 3.00 DEFINITIONS 3.01 Cultural Resources include any building, site, district, structure, object, data, or other material relating to the history, architecture, archeology, or culture of an area. 3.02 Phase III Mitigation is the mitigation of direct or indirect impacts of construction upon National Register listed or eligible archeological sites through the systematic removal of data. It typically includes the excavation of either complete cultural deposits or a systematic sample of them and the thorough analysis and interpretation of the data recovered. The excavation, analysis, and interpretation methods must be adequate to address the important research questions based on which the resource was determined eligible. In addition, because the mitigation process destroys the resource, data should be recovered that may be needed to address future research questions. 4.00 SURVEY AND TESTING REQUIREMENTS 4.01 The Contractor shall conduct Phase III mitigation at Fort Abercrombie State Historic Site (32RI777), in accordance with Sections 2.01-2.07 and 3.02 above. 4.02 The Corps' Technical Representative for this contract is Virginia Gnabasik, St. Paul District archeologist, at (651) 290-5262 or by email at virginia.r.gnabasik@usace.army.mil. 4.03 If the Contractor has any questions regarding any aspect of the required work, conditions, or provisions of this scope of work, the Contractor will contact the Corps' Technical Representative and resolve the confusion before proceeding. The Contractor will not proceed with work that is or appears to be beyond this scope of work. If additional work is required it must be authorized in a contract modification signed by a warranted contracting officer prior to performance. 4.04 The non-Federal points-of-contact for the project are Ms. Fern Swenson, Director, Archaeology and Historic Preservation Division, who can be reached at (701) 328-3575, and Mr. Paul Picha, Chief Archaeologist, Archaeology and Historic Preservation Division, at (701) 328-3574. Ms. Swenson or Mr. Picha shall be contacted at least five (5) business days prior to the start of field work so that they may notify the Site Manager of Fort Abercrombie State Historic Site of the pending field work. 4.05 Information on buried utilities in the site vicinity is available from the appropriate utility companies. The North Dakota One Call Excavation Notice System number for utility information is North Dakota main office at (701) 223-9380 and hotline at (800) 223-9380. 4.06 The Contractor shall employ a systematic, interdisciplinary approach in conducting the study, using techniques and methods that represent the current state of knowledge for the appropriate disciplines. The Contractor will provide specialized knowledge and skills as needed, including expertise in historic archeology, history, archeology, geomorphology, and other social and natural sciences. 4.07 The Contractor's Principal Investigator and field director and any other key personnel working on this project must meet the professional qualification standards for historic archeologists and historians as given in the Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation (as amended and annotated), which is available at http://www.cr.nps.gov/local-law/arch_stnds_9.htm. 4.08 The Contractor is required by North Dakota Century Code 55-03-01 to obtain a cultural resources permit or archeological license from the Archaeology and Historic Preservation Division of the State Historical Society of North Dakota prior to the start of any field work. Contact Mr. Paul Picha, Chief Archeologist, at (701) 328-3574 for information and a permit application. Mr. Picha is also the point of contact for burial sites information. All permit fees are the responsibility of the Contractor and will not be subject to separate remuneration. 4.09 The Contractor will provide all materials and equipment necessary to perform the required services expeditiously. 4.10 The Contractor will dry-screen all material from subsurface tests through ¼-inch mesh or smaller hardware cloth and/or water-screen it through 1/16th-inch hardware cloth. 4.11 The Contractor will backfill all tested areas above the river bank as closely as practical to presurvey conditions. All test holes in the slumped material below the river bank will also be backfilled so as not to be a safety hazard. 4.12 For safety reasons, the Contractor will erect fencing or other barriers around any excavation units that have to be left unattended during the day or open overnight. 4.13 The Contractor must keep standard records that include field notes and maps, subsurface testing forms, and photographs. Copies of all field notes, plan and profile drawings, excavation unit and level forms, feature forms, artifact analysis forms, photographs, and other field and laboratory records from the project shall be provided to the North Dakota SHPO for their site files and archives. 4.14 The Contractor shall use a global positioning system (GPS) device to document the boundaries of the block of excavation units above the cutbank and any shovel test locations and excavation units in the slumped material below the cutbank. The Corps' required GPS data format is UTM (Projection), NAD 83 (Horizontal Datum), and Meters (Units). See paragraphs 8.03 and 8.04 below for additional details. 4.15 An update to the state site form for Fort Abercrombie (32RI777) will be prepared to cover the new information obtained during data recovery under this contract. Data should be included on the present condition of the site, on the types and locations of testing at the site, and on the contents and locations of any collections resulting from it. The Contractor shall submit the updated site form to the Archaeology and Historic Preservation Division of the State Historical Society of North Dakota. The UTM location of the site shall be noted on all state site forms. 4.16 Historic artifacts recovered shall be sorted into general functional categories (e.g., building materials, metal objects, glass, ceramics, faunal, floral) and, at a minimum, analysis shall involve recording counts, weights, and other basic attributes; identifying the object and its function; and determining the dates of manufacture and the manufacturer. If any prehistoric artifacts are recovered, they shall be sorted into general categories (e.g., lithics, ceramics, faunal, floral, fire-cracked rock) and, at a minimum, analysis shall involve measuring, determining, and recording their basic attributes. Diagnostic prehistoric artifacts shall be described in detail and related to the local cultural chronology. 4.17 The Fort Abercrombie State Historic Site is owned by the State of North Dakota. The Contractor shall notify the Archaeology and Historic Preservation Division of the State Historical Society of North Dakota in Bismarck, so they may notify the Site Manager at the Fort Abercrombie State Historic Site of the pending field work. The State Historical Society of North Dakota has granted right-of-entry to this historic site for the purpose of conducting the data recovery mitigation specified in this scope of work. 4.18 All cultural artifacts recovered during the data recovery excavation are the property of the State Historical Society of North Dakota. 4.19 The Contractor is responsible for making all curatorial arrangements with the Archaeology and Historic Preservation Division of the State Historical Society of North Dakota in Bismarck, which has the ability to ensure the preservation of the artifacts and associated records and has procedures for making them available for research and public viewing. The Contractor is responsible for processing the artifacts recovered under the contract for accessioning by the curation facility and for delivering the processed artifacts to the facility. 4.20 Should the Contractor, in the course of conducting data recovery excavation under this contract, discover human remains or burial goods, work in the vicinity of the discovery shall immediately cease. The Contractor shall immediately notify the appropriate officials at the Archaeology and Historic Preservation Division of the State Historical Society of North Dakota (SHPO) and otherwise follow North Dakota Century Code 23-06-07 and North Dakota Administrative Code 40-02-03 protecting prehistoric and historic burial sites, human remains and burial goods. As soon as practicable after discovery, the Contractor shall notify the Corps' Technical Representative of the discovery, its location, and any information on the nature of the discovery, including items found and their apparent age and condition. An on-site meeting will be convened involving North Dakota SHPO representatives, St. Paul District, U.S. Army Corps of Engineers personnel, and the project archeologist to determine the procedures for completing the excavation, including treatment of human remains and the final disposition of the human remains and associated artifacts. If the remains are pre-Contact, the appropriate Intertribal Reinterment Committee representatives will also be included in this on-site meeting. 5.00 GENERAL REPORT REQUIREMENTS 5.01 The Contractor shall submit the following documents, described in this section and Section 6.00: field notes, a field report, a draft contract report, and a final contract report. 5.02 The Contractor's field report will be a brief summary of the nature, extent and results of the field work conducted. It may be in the form of a letter to the Corps' Technical Representative. 5.03 The Contractor's field notes will include legible copies of important notes and records kept during the investigation. Especially important are the daily field journal of the Principal Investigator or field director, field site survey forms, and subsurface testing forms. One copy of these notes should be submitted to the Corps' Technical Representative with the draft contract report but will not be bound into the report. 5.04 The draft contract report will detail the approach, methods, and results of the data recovery excavation. It will be submitted to the Corps' Technical Representative, who will review it and forward it to the North Dakota SHPO for review. Comments will be returned to the Contractor, who will make the necessary revisions and submit the final contract report. 5.05 The Contractor's draft and final reports will include at least the following sections, as appropriate to the study. The length of each section depends on the level of detail required of the study and the amount of information available. The reports should be as concise as possible, yet provide all the information needed for evaluating and managing the project and for future reference. a. Title page : The title page will provide the following information: the type of study; the types of cultural resources assessed (archeological, historical, and architectural); the project name and location (county and state); the date of the report; the Contractor's name; the contract number; the name of the author(s) and/or Principal Investigator; the signature of the Principal Investigator; and the agency for which the report is being prepared. b. Management summary : This section will provide a concise summary of the study, containing all the information needed for management of the project. This information will include the reason the work was undertaken, who the sponsors were, a brief summary of the scope of work and budget, a summary of the field work and lab analysis, the limitations of the study, the results, the significance of the results, recommendations for further work, and the repository for records and artifacts. c. Table of contents d. List of figures (includes plates) e. List of tables f. Introduction : This section will identify the sponsors (the St. Paul District, U.S. Army Corps of Engineers and the Archaeology and Historic Preservation Division, State Historical Society of North Dakota) and their reason for the project and present an overview of the project with each site located on USGS 7.5' quadrangle maps. It will also define the location and boundaries of the project area (using regional and area-specific maps); define the project area within its regional cultural and environmental context; reference the scope of work; identify the institution that did the work and the number of people and person-days/hours involved; give the dates when the various phases of the work were completed; identify the repository of records and artifacts; and provide a brief outline of the report and an overview of its major goals. g. Previous archeological and historical studies : This section will briefly summarize and evaluate previous archeological and historical research in the project area including the researchers, dates, extent, adequacy, and results of past work and any cultural/behavioral inferences derived from it. h. Environmental background : This section will briefly describe the current and prehistoric environment of the study area, including its geology, vegetation, fauna, climate, topography, physiography, and soils. The relationship of the environmental setting to the area's prehistory and history should be stressed. The level of detail in this section will be commensurate with that of the other report sections. i. Theoretical and methodological overview : This section will state the goals of the sponsors and the researcher, the theoretical and methodological orientation of the study, and the research strategies that were applied to achieve the goals. j. Field methods : This section will describe all field methods, techniques, and strategies and the reasons for using them. It will also describe field conditions, relevant topographic and physiographic features, vegetation conditions, soil types, stratigraphy, general results, and the reasons for eliminating any uninvestigated areas. k. Laboratory and analysis methods ; This section will explain the laboratory methods employed and the reasons for selecting them. It will reference accession or catalog numbers of any collections, photographs, or field notes obtained during the study and state where these materials are permanently housed. It will also describe and justify the specific analytical methods used, including any quantitative analysis of the data, and discuss limitations or problems with the analysis. l. Results of field work : This section will describe the cultural resources found during the study. It will minimally include a site description (including size, depth, and artifact density); its location (USGS 7.5' quadrangle, legal description and UTM coordinates, and elevation); the amounts and types of remains recovered; any features encountered; its environmental setting; its current condition; the direct and indirect impacts of the project upon it; and any additional interpretations (e.g., site type, cultural components, and human behavioral information). m. Results of artifact and sample analyses : This section will describe the various historic artifact categories recovered (e.g., building materials, metals, ceramics, faunal, floral, personal items) and the results of the analyses performed upon them. At a minimum it should include information on the basic attributes of each artifact category. Any prehistoric artifacts should also be sorted by artifact category (lithics, ceramics, faunal, floral, etc.) and have their basic attributes described. The results of any special sampling or processing (e.g., waterscreening, flotation) should also be described in this section. n. Evaluation and conclusions : This section will formulate conclusions about the location, size, condition, and distribution of the resources found; their relationships to other parts of the fort site; and their possible importance in terms of local and regional prehistory, protohistory, and history. It will also relate the results of the study to the stated research questions and assess the reliability of the artifact analyses. o. References : This section will provide bibliographic references (in American Antiquity format) for every publication cited in the report. References not cited in the report may be listed in a separate "Additional References" section. p. Appendices : This section will include the Scope of Work, resumes of key project personnel, an updated state site form, artifact catalog sheets, and any other pertinent information referenced in the text. q. Figures : The locations of the site and other features discussed in the text will be shown on legibly photocopied USGS 7.5' topographic quadrangle maps bound into the report. In addition, the locations of all subsurface tests will be indicated on maps of appropriate scale and detail, and keyed to the subsurface testing forms included with the field notes. Other recommended figures are regional and project maps, photographs of the project area, and line drawings or photographs of diagnostic artifacts, structures, and unit or feature profiles. r. Tables : The report will include tables of cultural materials by site and provenience (for example, excavation unit and level). Information that may require more detailed tabulation includes building materials, glass, ceramics, and faunal remains. 6.00 FORMAT SPECIFICATIONS 6.01 There are no specific format requirements for the field report. A letter report is usually sufficient. 6.02 There are no format requirements for the field notes; however, they must be legible. If the original handwritten notes are illegible, they must be typed. 6.03 Formats for both the draft and final contract reports are as follows: a. The Contractor shall present information in whatever textual, tabular, or graphic forms are most effective for communicating it. b. The draft and final reports will be divided into easily discernible chapters, with appropriate page separations and headings. c. The final report text will be typed, single-spaced (the draft report should be space-and-one-half or double-spaced), on 20-pound bond paper, 8.5 inches by 11.0 inches, with 1.5-inch bind and bottom margins and 1-inch top and outer margins, and may be printed either single-sided or double-sided. All pages will be numbered consecutively, including plates, figures, table, and appendices. d. All illustrations must be clear, legible, self-explanatory, and of sufficiently high quality to be reproduced easily by standard xerographic equipment, and will have margins as defined above. All maps must be labeled with a caption/description, a north arrow, a scale bar, township and range, map size and dates, and map source (e.g., the USGS quadrangle name or published source). All photographs or drawings should be clear, distinct prints or copies with captions and a bar scale. 7.00 MATERIALS PROVIDED 7.01 The Corps' Technical Representative will furnish the Contractor with access to any publications, records, maps, or photographs that are on file at the St. Paul District headquarters that are appropriate to the study being undertaken. 7.02 At the Contractor's request, the Corps' GIS coordinator (Mr. Keith LeClaire, phone: 651-290-5491) will provide a Federal Geographic Data Committee (FGDC) compliant Metadata package to generate the required metadata files. 8.00 SUBMITTALS 8.01 Prior to beginning field work, the Contractor will contact the Corps' Technical Representative (see paragraph 4.02 above) via a telephone call or email to tell the Corps when the Contractor's personnel will be conducting the required field work. 8.02 The field work completion date for this project will be June 15, 2012. The Contractor will contact the Corps' Technical Representative at least 5 days before the field work begins to discuss the field work schedule and plans. 8.03 All geospatial data produced under this work order must be provided to the Corps. This includes all source data used to generate digital products. a. All spatial data will be shipped in ESRI Shapefile or personal Geodatabase format. b. All spatial data will reference the appropriate UTM Zone, NAD 83, Meters. c. Locational referencing must be accomplished using a Global Positioning System (GPS) that must produce a horizontal accuracy of +/- 2 meters. Upon request by the Contractor, the Corps will provide a list of GPS example receivers that are capable of meeting this requirement. d. All GPS data must be post-processed to remove atmospheric and systematic errors. The log file produced in the processing of the data must accompany the data. 8.04 All geospatial data provided must include a metadata file compliant with the Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata. The Corps will provide a FGDC compliant Metadata package to generate these files upon the request of the Contractor (see paragraph 7.02 above). a. Metadata must be delivered at the same time as the final contract report. b. Metadata compliant files must be submitted as an email attachment to the following address: mvpgismetadata@usace.army.mil. c. The metadata file must include a description of any digital data acquisition including GPS specifications, i.e., unit manufacturer, model, date and time of collect. 8.05 The Contractor will submit reports to the Corps' Technical Representative according to the following schedules: a. Field report : A brief letter report summarizing the field work and its results will be submitted to the Corps' Technical Representative within five (5) business days after the completion of the field work. b. Draft contract report : Four (4) paper copies of the draft contract report will be submitted no later than 45 days after completion of the field work (NLT July 30, 2012). The draft contract report will be reviewed by the Corps of Engineers, the State Historic Preservation Office, and possibly other reviewers. The draft contract report will be submitted according to the report and contract specifications outlined in this scope of work. c. Project field notes : One legible copy of all the project field notes will be submitted with the draft contract report. d. Final contract report : Six (6) paper copies and one (1) electronic copy (on CD) of the final report will be submitted no later than 20 days after the Contractor receives the Corps of Engineers' comments on the draft contract report (final report will be due on or before September 20, 2012). The final report will incorporate all the comments made on the draft report. The original copy of the final report should be submitted to the Corps on a CD. The original copy will consist of the entire final report, including all text, figures, tables, plates, and appendices. A legible copy of the project field notes should also be included on this CD. 8.06 Curation documents : No later than three (3) months after the final contract report is submitted to the Corps, the Contractor shall provide the Corps' Technical Representative with a copy of the signed curation agreement, copies of artifact inventory sheets with associated accession numbers, and a signed letter from the curation facility stating that all curation accession requirements have been satisfactorily completed (curations papers due on or before December 20, 2012). 9.00 GENERAL CONDITIONS 9.01 Failure of the Contractor to fulfill the requirements of this scope of work may result in rejection of the Contractor's report and/or termination of the contract. 9.02 Neither the Contractor nor his representative shall release any sketch, photograph, report, or other materials of any nature obtained or prepared under this contract without specific written approval of the Corps' Technical Representative prior to the acceptance of the final report by the Government. Dissemination of investigation results through papers at professional meetings or publication in professional journals is encouraged. However, professional discretion should be used in releasing information on site locations where publication could result in damage to cultural resources. 9.03 All materials, documents, collections, notes, forms, maps, etc., that have been produced or acquired in any manner for use in the completion of this contract shall be made available to the Corps' Technical Representative upon request. 9.04 Principal investigators will be responsible for the validity of material presented in their reports. In the event of controversy or court challenge, the principal investigator(s) may be placed under separate contract to testify on behalf of the Government in support of the findings presented in their reports. 9.05 The Contractor will be responsible for adhering to all State laws and procedures regarding the treatment and disposition of human skeletal remains. Any human remains encountered will be treated with respect and will not be placed on public display. 10.00 METHOD OF PAYMENT 10.01 The Contractor may make requests for partial payment under this lump sum contract after completion of field work and completion of the draft report. A letter summarizing work accomplished since the last invoice shall accompany the invoice, which shall reference the Corps' contract number. Ten (10) percent of the total contract award amount shall be retained until the final contract report is submitted to and approved by the Corps. Another ten (10) percent of the total contract award amount shall be retained until the Corps receives the curation documents specified in paragraph 8.06 above. 11.00 ATTACHMENTS - see attached document - 12-T-0092 Ft Abercrombie Figures.pdt 11.01 Figures accompanying scope of work: a. Figure 1: General project location map and air photo showing river bank erosion areas at the fort. b. Figure 2: U.S.G.S. 7.5' topographic quadrangle showing location of data recovery area. c. Figure 3: General plan view of proposed streambank protection measures at Fort Abercrombie. d. Figure 4: Enlarged plan view of north streambank protection area showing location of proposed data recovery excavation at eroding building foundation. e. Figure 5: Photograph showing eroding river bank on north side of fort site, looking east, with eroding building foundation in front of blockhouse. f. Figure 6: Photograph showing eroding building foundation at unmown grass in center of photo.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0092/listing.html)
 
Place of Performance
Address: MITIGATION AT FORT ABERCROMBIE STATE HISTORIC SITE (32RI777), RICHLAND COUNTY, NORTH DAKOTA, Abercrombie, North Dakota, 58001, United States
Zip Code: 58001
 
Record
SN02740896-W 20120509/120507235035-fb029d221a2fbfcb4880e98356d4aade (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.