Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
MODIFICATION

B -- US EPA - Cultural Heritage Study for the Quapaw tribe in Cherokee County, Kansas

Notice Date
7/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
RFQ-KS-12-00018
 
Archive Date
8/4/2012
 
Point of Contact
Amber Krueger,
 
E-Mail Address
krueger.amber@epa.gov
(krueger.amber@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number RFQ-KS-12-00018 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The requirement is "small business set-aside" with a NAICS code of 541720 (Research and Development in the Social Sciences and Humanities) and a size standard in millions of dollars $19.0. The description of the commercial services is for Cultural Heritage Study for the Quapaw Tribe and reads as follows: CLIN 0001, Cherokee County OU#4 - Cultural Heritage Study of the Quapaw Tribe, in accordance with the Scope of Work. Pricing should include all supplies, equipment, labor, and travel costs. All interested firms shall contact the Contracting Officer, Amber Krueger, to obtain an electronic copy of the Scope of Work, FAR Clauses, and the Department of Labor Wage Determination. Email: krueger.amber@epa.gov The projected period of performance is July 15, 2012 through July 15, 2013. All questions should be emailed to Amber Krueger until June 27, 2012. No telephone calls will be accepted. The selection resulting from this request for quotation will be made on the basis of the lowest priced, technically acceptable quote from responsible quoter who meets the minimum contractor qualifications listed in the Scope of Work. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for Bid. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum Contractor qualifications. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be emailed, mailed, or faxed and are due on July 20, 2012 at 3:00 p.m. (CDT) along with the completed representations and certifications, providing the business size, email address, Dunn and Bradstreet number, CAGE code, and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items, with their quotes. Amber Krueger US EPA, Region 7 901 N. 5th Street Kansas City, KS 66101 krueger.amber@epa.gov Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-06-25 09:38:29">Jun 25, 2012 9:38 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-07-06 14:49:04">Jul 06, 2012 2:49 pm Track Changes Amendment 4: Cancels Amendment 2. The new price quote due date is July 20, 2012 @ 3 p.m. (CDT). Amendment 3: Changes NAICS code to 541720, Research and Development in the Social Sciences and Humanities. Amendment 2: Changes price quote due date to July 10, 2012 @ 3 p.m. Amendment 1: Answers to contractor questions. 1) Question: Please review the NAICS code for this solicitation. We are more accustomed to seeing either NAICS code 541690, "Other Scientific and Technical Consulting Services," or 541720, "Research and Development in the Social Sciences and Humanities." Answer: NAICS code 712120, Historical Sites shall remain. No other NAICS code will be considered. 2) Question: What is the period of performance for this project? Answer: The first draft report is due within 120 days of the purchase order award. 3) Question: Will there be a need for a site visit? If not, does the Scope of Work explain where it is located and approximately how many miles or square feet are involved? Answer: No site visit. The Quapaw strip is one-half mile in width and contains twelve sections of land. A map depicting the area is in the Programmatic Agreement (page 21, Exhibit B) that was sent out. 4) Question: How many years of experience do you want the Principal Investigator to have? Answer: At least two years of experience. 5) Question: After review of the "Secretary of the Interior's Standards for Archeology and Historic Preservation" standards, my question is: When it says "the Contractor shall utilize a person(s) with experience researching and documenting historic properties in a mining context," are you not going to consider an offeror if they have not actually be involved in a "mining" historical project? Answer: The EPA will not consider a Contractor who has no experience with the history of mining. 6) Question: The Scope of Work, page 3, in the section entitled Qualifications of Key Personnel, states, "The Principal Investigator for this project must meet the professional qualifications listed in 36 CFR Part 61 and the "Secretary of the Interior's Standards for Archeology and Historic Preservation." Accordingly, the Principal Investigator should be a person with a Master's degree or higher in architectural history or history." The 36 CFR 61 and the "Secretary of the Interior's Standards for Archeology and Historic Preservation" as amended and annoted (and as found on the National Park Service's website at http://www.cr.nps.gov/local-law/arch_stnds_9.htm state the following: a) History. The minimum professional qualifications in history are a graduate degree in history or closely related field..." and also c) Architectural history. The minimum professional qualifications in architectural history are a graduate degree in architectural history, art history, historic preservation, or closely related field,.... May the Principal Investigator on this project be a Historic Archaeologist who has a PhD in a "closely related field" - namely Anthropology, in keeping with the CFR and the Secretary's Standards? Answer: Anthropology would fall in the closely related field.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-KS-12-00018/listing.html)
 
Place of Performance
Address: Cherokee County, Kansas, United States
 
Record
SN02795810-W 20120708/120706234515-1328bc54564923bccdefa7749712e072 (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.