SOLICITATION NOTICE
B -- Phase 1A/B Cultural Resources Surveys - New York State
- Notice Date
- 7/21/2014
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, New York State Office, 441 South Salina Street, Suite 354, Syracuse, New York, 13202-2450
- ZIP Code
- 13202-2450
- Solicitation Number
- AG-2C31-S-14-0011
- Archive Date
- 9/18/2014
- Point of Contact
- Laureen M Eipp, Phone: 315-477-6522
- E-Mail Address
-
laureen.eipp@ny.usda.gov
(laureen.eipp@ny.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- USDA Natural Resources Conservation Service (NRCS) in New York State seeks to obtain professional services for the performance of cultural resources management functions in New York State. The NRCS will use the results of activities under any resulting contract (s) to satisfy a portion of compliance requirements under the (1) National Historic Preservation Act of 1966 as amended; (2) National Environmental Policy Act of 1969; (3) NRCS General Manual Chapter 420, Part 402 - Archeological and Historic Properties (Cultural Resources); and (4) related historic preservation requirements and procedures. Work involves providing a Phase 1A, 1B, or 1A/B survey report containing recommendations for finding of effect for all NRCS undertakings referred to in the contract; consulting with the State Historic Preservation Office (SHPO); and consulting with federally recognized Tribes concerning individual projects, as necessary. Projects will be at various locations throughout New York State. Multiple awards will be made of at least one firm-fixed price, indefinite delivery, indefinite quantity type contract for each of three (3) contract areas of New York State, identified as West, Northeast and Southeast. Work will be ordered on an as needed basis starting with the base year - October 1, 2014 - September 30, 2015; with an option on the part of the government to renew for up to four (4) additional one-year periods. A minimum of $5,000 in delivery order(s) per year, per contract area; nto to exceed a maximum of $250,000 in delivery order(s) over the life of the contract, per contract area, will be placed. Firms will be evaluated based on the criteria listed in the Solicitation/Request for Proposals. Simplified acquisition procedures as authorized by FAR Subpart 13.5 Test Program will be utilized. Interested firms can download the Solicitation/Request for Proposal from this website on or about August 4, 2014. This is a total Small Business Set-Aside. The small business size is based on NAICS code 541990, which is $15 million average, annual receipts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NYSO/AG-2C31-S-14-0011/listing.html)
- Place of Performance
- Address: Statewide, New York, United States
- Record
- SN03432481-W 20140723/140721235422-de50837ae5fb8fc463100d02267de285 (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 |