SOLICITATION NOTICE
B -- Virginia City/Gold Hill National Historic Landmark Sensitivity Analysis, Virginia City/Gold Hill, Storey County, Nevada
- Notice Date
- 7/10/2012
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-Q-0031
- Archive Date
- 8/30/2012
- Point of Contact
- Patricia A. Christie, Phone: 9165575228
- E-Mail Address
-
Patricia.A.Christie@usace.army.mil
(Patricia.A.Christie@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Virginia City/Gold Hill National Historic Landmark Sensitivity Analysis, Virginia City/Gold Hill, Storey County, Nevada. The North American Industry Classification Code (NAICS) is 541620, Environmental Consulting Services. The small business size standard for this NAICS code is $14.0 million. The Standard Industrial Classification (SIC) is 8999. This procurement is 100% set-aside for Small Business All questions should be directed in writing to the Contract Specialist, Patricia Christie, email address at: Patricia.A.Christie@usace.army.mil. TYPE OF AWARD: The Government intends to award one purchase order to the responsive, responsible small business firm that offers the best value to the Government considering both price and non-price factors. I. PROFESSIONAL QUALIFICATIONS All work shall be completed by, or will be under the direct supervision of, persons appropriately permitted by the Bureau of Land Management (BLM), and by persons meeting the Professional Qualifications Standards of the Secretary of the Interior's Standards and Guidelines, as amended and annotated, for History, Archeology, Architectural History, Architecture, and Historic Architecture, as appropriate and as defined in 36 CFR § 61 (see below). Additionally, all work shall be completed by, or will be under the direct supervision of, persons with prior experience working on archeological projects and reporting within the Virginia City Historic District (VCHD) and National Historic Landmark (NHL). "Prior experience" is defined as at least one cumulative year of full-time professional experience or equivalent specialized training in archeological research, field or analytical experience, substantial contribution through research and publication to the body of scholarly knowledge specifically relating to the VCHD and NHL, as well as a demonstrated ability to carry that research to completion. Specific examples of prior experience with projects within the VCHD and NHL, as well as resumes of personnel, will be required for evaluation. Professional Qualifications Standards as defined in 36 CFR § 61: In the following definitions, a year of full¬time professional experience need not consist of a continuous year of full¬time work, but may be made up of discontinuous periods of full¬time or part¬-time work adding up to the equivalent of a year of full¬time experience. (a) History. The minimum professional qualifications in history are a graduate degree in history or closely related field; or a bachelor's degree in history or closely related field, plus one of the following: (1) At least two years of full¬time experience in research, writing, teaching, interpretation or other demonstrable professional activity with an academic institution, historical organization or agency, museum, or other professional institution; or (2) Substantial contribution through research and publication to the body of scholarly knowledge in the field of history. (b) Archeology. The minimum professional qualifications in archeology are a graduate degree in archeology, anthropology, or closely related field plus: (1) At least one year of full¬time professional experience or equivalent specialized training in archeological research, administration or management; (2) At least four months of supervised field and analytic experience in general North American archeology; and (3) Demonstrated ability to carry research to completion. In addition, to these minimum qualifications, a professional in prehistoric archeology shall have at least one year of full¬time professional experience at a supervisory level in the study of archeological resources of the prehistoric period. A professional in historic archeology shall have at least one year of full¬time professional experience at a supervisory level in the study of archeological resources of the historic period. (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, with coursework in American architectural history; or a bachelor's degree in architectural history, art history, historic preservation, or closely related field plus one of the following: (1) At least two years of full¬time experience in research, writing, or teaching in American architectural history or restoration architecture with an academic institution, historical organization or agency, museum, or other professional institution; or (2) Substantial contribution through research and publication to the body of scholarly knowledge in the field of American architectural history. (d) Architecture. The minimum professional qualifications in architecture are a professional degree in architecture plus at least two years of full¬time professional experience in architecture; or a State license to practice architecture. (e) Historic Architecture. The minimum professional qualifications in historic architecture are a professional degree in architecture of State license to practice architecture, plus one of the following: (1) At least one year of graduate study in architectural preservation, American architectural history, preservation planning, or closely related field; or (2) At least one year of full¬time professional experience on historic preservation projects. Such graduate study or experience shall include detailed investigations of historic structures, preparation of historic structures research reports, and preparation of plans and specification for preservation projects. II. GENERAL TECHNICAL The Virginia City/Gold Hill Wastewater Systems Improvement Nevada 595 Project is an infrastructure replacement and improvement project under Section 595 of the Water Resources Development Act of 1999. Storey County plans to expand its existing wastewater treatment plant located near Virginia City and replace the existing wastewater line network in both Virginia City and Gold Hill. The area of potential effects (APE) for the Project is located entirely within the boundaries of the Virginia City Historic District (VCHD), an historic property listed in the National Register of Historic Places (NRHP) and a National Historic Landmark (NHL). Virginia City and Gold Hill are located in Storey County, Nevada, approximately 18 miles southeast of Reno and 12 miles north of Carson City, in the western part of Nevada. The Project locations include portions of T. 16N, R. 21E, Sections 5 and 6, and T. 17N, R. 21E, Sections 20, 28, 29, 31, and 32 of the USGS Virginia City 7.5-minute quadrangle. The APE includes an area along Six Mile Canyon where the upgraded wastewater treatment plant would be constructed, and town of Virginia City where sewer lines would be replaced, and the town of Gold Hill where new force main sewer lines and sewer lift stations would be constructed and existing sewer lines would be replaced. The overall NHL covers an area in excess of 14,000 square acres and is one of only six in Nevada. The proposed project constitutes an undertaking pursuant to 36 C.F.R. § 800.16(y). As the lead Federal agency on the Project, the Corps is required to comply with Section 106 of the National Historic Preservation Act of 1966, as amended (NHPA). When historic properties are identified that may be adversely affected by a proposed project, methods must be determined to identify the scope of the historic properties, assess the extent of the adverse effects, and develop measures to avoid or mitigate any adverse effects. One method to meet this requirement when a project may affect a complex historic property, NHL, or other sensitive resource is the execution of a Programmatic Agreement (PA) between the parties who are involved in decision-making for the project. In addition, in accordance with 36 CFR 800.14(b)(1)(ii), when effects on historic properties cannot be fully determined prior to approval of an undertaking, a PA may be used to outline the process for identification, evaluation of properties and effects, and minimization or mitigation of effects. The evaluation and resolution of adverse effects is made pursuant to 36 CFR 800.5 and 36 CFR 800.6. A PA for the Project was executed in March 2012. The PA includes a stipulation that requires completion of a Sensitivity Analysis for those parts of the NHL within the APE. The purpose of the Sensitivity Analysis is to avoid, to the extent possible, post-review discoveries and the need for mitigation during construction by identifying those areas within the APE that are most likely to have surface or buried historic properties that retain qualities of integrity. Once those areas are identified, an evaluation of the Undertaking's effect on the VCHD and NHL will be made. That evaluation shall include a testing plan for the sensitive areas. All tasks within this PWS shall be completed in order to comply with Section 106 of the NHPA and to meet the stipulations of the PA. III. GENERAL DESCRIPTION OF WORK - Work will include the following: Compiling existing knowledge from topographic maps, information on cuts and fill of the area, Sanborn maps, historic geographical/mineral archival information, knowledge of buried utilities (water, gas, and electrical), archival information, survey of knowledgeable individuals, and any other information relating to surface and subsurface features. The Contractor will be provided maps of the project area and a copy of the previously completed Class III Cultural Resources Inventory for a portion of the project area. The Contractor shall submit the findings on existing knowledge and documentation in a summary report to the Corps and BLM. Preparing a Cultural Resources Inventory of up to 10 acres within the APE. The 10 acres may consist of noncontiguous areas. c. Complete a records and literature search as specified in the current edition of the BLM Nevada Cultural Resource Inventory General Guidelines (Guidelines) and BLM IM No. 2004-020, Guidance for Recording Cultural and Paleontological Resource Locations for the Bureau of Land Management using Global Positioning System Technology (Guidance), to identify known resources. Records will be examined at the Carson City Field Office of the BLM and the Nevada State Museum. In addition, General Land Office plats will be examined for potential cultural resources prior to initiation of the survey. The Contractor shall complete a thorough review of all relevant literature, including any archival data at local facilities (i.e., Nevada State Library and Archives) prior to this inventory. The inventory within the APE will be completed using 30-meter transects following BLM Guidelines and Guidance for the areas. All archaeological resources identified or relocated will be plotted on USGS 7.5-minute topographic maps and recorded on the appropriate forms, as necessary. Architectural resources (buildings, structures, objects and districts) requiring completion of BLM Nevada Historic Resources Inventory Forms are not anticipated, however, Contractor should be qualified at preparing the form(s), if necessary. Preparation of a letter report providing a summary of the results of the inventory. Submit a draft inventory report will be provided to the Corps and the BLM. This report shall include information from Task 2 and follow BLM Guidelines and Guidance for Class III Inventory reporting format for text, maps, photographs and GIS shapefiles, and shall include a site location map for the entire area identified for the survey as well as a table including sites and isolates previously recorded or identified during the current survey. All archaeological resources shall be recorded on the appropriate forms and shall be evaluated for listing in the NRHP. The Contractor shall complete a Sensitivity Analysis of the APE. The purpose of the Sensitivity Document is to avoid, to the extent possible, post-review discoveries and the need for mitigation during construction by identifying those areas within the APE that are most likely to have surface or buried historic properties that retain qualities of integrity. The Contractor shall compile existing knowledge from Tasks 2 and 3 to complete the Sensitivity Analysis. The Contractor shall submit to the Corps and the BLM the findings of the Sensitivity Analysis in a draft report. Complete a Sensitivity Map that reflects the findings of the Sensitivity Analysis and utilizing BLM Guidelines for GPS and mapping standards, produce maps at 1:24,000 scale and at 1" = 300' scale. Large-scale map/map series will include street names and land status as shown on engineering sheets. The Contractor also shall submit to the Corps and the BLM the Sensitivity Map as ArcGIS shapefiles and design the Sensitivity Map so it may be updated using ArcGIS software. The Contractor shall submit metadata information that clearly provides guidance for the method for updating the Sensitivity Map. Upon acceptance of a reviewable draft report, maps, and shapefiles, the Corps and the BLM will review and submit comments on the draft Sensitivity Analysis and Map. Contractor shall address comments and produce a final Sensitivity Analysis report and Sensitivity Map. The Contractor shall complete a Testing Plan that reflects the recommendations of previous tasks targeting areas within the APE for the project identified as sensitive for buried resources or areas retaining historic properties. The Contractor shall submit to the Corps and the BLM the findings of the Testing Plan in a draft plan. Upon acceptance of a reviewable draft the Corps and the BLM will review and submit comments on the draft plan. The Contractor shall address comments and produce a final plan. SOLICITATION: The solicitation will be available for downloading on or about July 26, 2012. Please be advised that there may be delays in the procurement at any phase. The solicitation and all amendments will be posted on this Government website FedBizOpps at (www.fbo.gov). Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration at (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov), before accessing the solicitation. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR), Marketing Partner Identification Number (MPIN), DUNS Number or Cage Code; Telephone number, and email address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY through FedBizOpps. Please note that all contractors that want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only plan-holders bidders list now available is via FedBizOpps. When viewing the synopsis/pre-solicitation notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a prime contractor or subcontractor. It is recommended that you identify your category in parentheses at the end of your company name. For example: (XYZ Inc. Prime) or (XYZ Inc. Sub). PLEASE NOTE THAT IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION ONCE IT IS POSTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-Q-0031/listing.html)
- Record
- SN02797789-W 20120712/120710234819-42a53795f2e17e46fb54f3a664a84c45 (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 |