MODIFICATION
R -- ARCHAEOLOGICAL SURVEYS
- Notice Date
- 11/30/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
- ZIP Code
- 00000
- Solicitation Number
- 140A0318Q0003
- Response Due
- 12/8/2017
- Archive Date
- 12/23/2017
- Point of Contact
- Robinson, Margie
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- This is a combined synopsis/solicitation for commercial items 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. The solicitation number for this procurement is 140A0318Q0003 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 dated January 19, 2017. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)). The associated North American Industry Classification System code (NAICS) is 541370 and the size standard is $15.0 Mil. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office, is soliciting offers for Archaeological Surveys. Price Schedule (Perspective contractors must submit bids itemized by each allotment location. One contractor will be selected to complete the awarded projects. Depending on government funding availability, all locations may not be awarded): CLINS 0010: Treatment Name #1, Etta Treat, NW/4, NE/4, Sec 27 - T13N-R12W, IM, Blaine Co, 35.5797,-98.4616, Acres: 27.3, Allotment(s): 240 Price: $________________________ Treatment Name #2, Corn Stalk, SW/4, NE/4, Sec 8 - T13N -R14W, IM, Custer Co, 35.6178,-98.7103, Acres: 22.4, Allotment(s): 876-A Price: $________________________ Treatment Name #3, Left Hand Woman, NW/4, SE/4 Sec 8 - T13N - R11W, IM, Blaine Co, 35.6154,-98.3922, Acres: 33.9, Allotment(s): 1455 Price: $________________________ Treatment Name #4, Hawken, NW/4 Sec 6 - T14N -R10W, IM, Canadian Co, 35.7240, -98.3112, Acres: 39, Allotment(s): 1024 Price: $________________________ Treatment Name #5, Buffalo Woman, SE/4 Sec 19 - T16N - R12W, IM, Blaine Co, 35.8435,-98.5199, Acres: 42.5, Allotment(s): 624-A&B Price: $________________________ Treatment Name #6, Greasy Complex, E/2 Sec 35 - T16N -R12W, IM Blaine Co, 35.8200,-98.4419, Acres: 84, Allotment(s): 707 & 708 Price: $________________________ CLINS 0020: Treatment Name #1, Indiaoma Complex - Indiaoma SE, Sec 32 - T2N - R14W, IM, Comanche Co, 34.6091,-98.7029, Acres: 590, Allotment(s): KCA 1525, A, 1526A, B, C, D, E, F, G, H, J, L, M, N, O, P, Q, U, V, 1636A, B, C, D, E, 2041A, B, D, E, F Price: $________________________ Treatment Name #2, Tiapi Park, Sec 5 & 32 - T6N - R13W, IM, Caddo Co, 34.9281,-98.5959, Acres: 98, Allotment(s): KCA 1424C, D E, I, 1847, C, D, E, F Price: $________________________ Treatment Name #3, Osage, Sec 19 - T18N - R12W, IM, Blaine Co, 36.0146,-98.5173, Acres: 70, Allotment(s): C&A 2905A, C, D Price: $________________________ Treatment Name #4, WCD 449/572, Sec 16 & 17 - T8N - R10W, IM, Caddo Co, 35.1726,-98.2674, Acres: 165, Allotment(s): WCD 572A, B, C, D, 449, A Price: $________________________ Treatment Name #5, Otoe, Sec 31 - T14N - R14W, IM, Custer Co, 35.6504,-98.7213, Acres: 55, Allotment(s): C&A 941C, E Price: $________________________ The Contractor shall bid "all or none." No partial bids will be accepted. Description of Services: As part of the compliance procedures for Section 106 of MHPA, the BIA requires a Class III Archaeological survey and report on all new construction project(s) within the Southern Plains Region. The project(s) is designed to reduce hazardous fuels on specific BIA administered lands within the jurisdiction of the Bureau of Indian Affairs, Southern Plains Region. The method of treatment will consist of prescribed fire and utilizing mechanical equipment including but not limited to, skid steers, bull dozers and chainsaws to cut and pile, chip and/or masticate Eastern Red Cedar and/or other hazardous vegetation. The Contractor shall furnish all necessary labor, transportation, equipment, specialized personnel and material to complete the Archaeological survey and reports. At a minimum, the principal investigator, the archaeology field crew supervisor, and the field crew are to meet the Secretary of the Interior professional standards for conducting archaeological inventories. The principal investigator, and the archaeology field crew supervisor are to have a minimum of an MA degree in archaeology; at least one year of full time professional experience in archaeological research, administration, or management; at least one year of supervised field and analytic experience in North American archaeology; in addition, at least one year of field experience in Plains region. A Class III Archaeology inventory will consist of a 100 percent pedestrian survey of all affected tracts as shown on the attached topographic maps and/or aerial photographs. Shovel tests will be required to a depth of 60 cm within the tracts at strategic locations. There will be no collecting of artifacts and no testing of cultural resources prior to approval from the Southern Plains Regional Archeologist. The report and the abstract must meet the Secretary of Interior's standard and guidelines and be accepted by the Oklahoma State Historic Preservation Office (SHPO). The report will include the following: 1.SHPO Abstract. The abstract must outline the report contents and refer to specific highlights of the findings 2.Table of Contents 3.Description of the project area and any areas within the project area that were not surveyed 4.Environmental setting and cultural history 5.Research and Design a.Description of field survey methods, procedures, reasoning and strategy used to identify cultural resources 6.A list of all recorded sites including site designation, elevation and site type 7.Pictures of project area and of sites 8.A general vicinity map depicting the location of the project in Oklahoma 9.Description, site legal location and evaluation of all identified cultural resources; document their potential to contribute data on cultural resource problems of the project area; identify sites which may be eligible for the National Register of Historic Places, with rational and justification under National Register criteria (36CFR60.4) All maps are to include a key, title, north arrow and are to be drawn to scale in black and white, no colors. USGS 7.5 minute maps are to include quad map name and date, with townships and ranges placed in the margins. 'Site' is to be defined by reference to any State of Oklahoma criteria. Prepare site records for newly discovered sites and updated for previously recorded sites. Provide a summary table. As a minimum, site records will include the following: 1.Oklahoma site designations (Oklahoma Archeology Survey guidelines) 2.Pagination with page number and total number of pages on each page 3.For previously recorded sites, include the original site record as well as all updates 4.Maps: a portion of the USGS 7.5 minute topographic map showing the site locations, name of 7.5 minute USGS map; a site map depicting the location of the site datum (or site datum if secondary data are required), features, any site impacts, contour lines, UTM coordinates for site boundaries 5.Site description: Global Position System (GPS) coordinates in for latitude and longitude and for the site datum/data: 7.5 minute USGS map name, township, range, ¼ of ¼ section; site elevation, site size in acres; a photo of the site area, a photo of the site datum which includes the immediate surrounding area, a description and photos of features and diagnostic artifacts; the location of any site impacts, and a photo and general description of the impacts. At a minimum, GPS coordinates are to be recorded with the level of accuracy with Trimble's GeoExplorer 3 or better. Within 120 days of award of contract, the Contractor will deliver the following: 1.Seven copies of the final bound archaeology reports to the BIA, Southern Plains Regional Archaeologist 2.Seven unbound copies of all site records to the BIA, Southern Plains Regional Archaeologist. All site records and maps are exempt from the Freedom of Information Act and will be delivered to the affected federally recognized tribes of Oklahoma as separate documents. 3.A compact disc (CD) containing all photographs shall be delivered to the BIA, Southern Plains Regional Archaeologist 4.A CD containing topographic maps depicting the areas surveyed and location of all sites documented shall be delivered to the BIA, Southern Plains Regional Archaeologist. Period of Performance: 18 December 2017 through 30 April 2018 Project work shall begin within twenty (25) calendar days of receipt of contract. Once work has begun, the contractor has 120 calendar days to complete all work. Location: see topographic map (attached) for exact locations. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: (i)Factor 1: Technical Capability (1.) The offeror shall submit their technical approach and demonstrated experience/evidence of ability to successfully perform the services. Submit information on qualified key personnel, such as resume for the Principal Investigator and Archaeology Field Crew Supervisor. Both Investigator and Supervisor shall have at a minimum a MA degree in Archaeology, at least one year of professional experience in Archaeological research, administration and/or management; at least one year of supervised field and analytic experience in North American Archaeology; in addition, at least one year of field experience in the Plains region. The factor will be rated as "Technically Acceptable" or "Technically Unacceptable." (2.)"Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation. (3.)"Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (ii)Factor 2: Past Performance 1.Past performance shall provide adequate information describing the offeror's previous experience in providing Archaeological survey and report services within the past three years from the issuance date of this RFQ. The offeror shall also list all contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this project. In addition, the Government may solicit past performance on contracts not listed by the offeror. If an offeror does not have any past performance information to submit as the entity under which the offer is being submitted, then the offeror should submit past performance data identified above under which the offeror's key personnel have worked. The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. An Offeror without relevant past performance will receive a neutral rating (i.e., neither technically acceptable nor technically unacceptable). Technical and past performance, when combined, are equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)Award Process: 1.The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive." 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable." 3."Technically Acceptable" quotations will be then ranked according to Price. 4.The lowest priced offeror who is technically acceptable will receive the award. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.203-19, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.211-8, 52.217-8, 52.223-6, 52.226-1, 52.228-5, 52.229-3, 52.232-1, 52.232-13, 52.232-16, 52.232-17, 52.232-18, 52.232-25, 52.232-39, 52.237-1, 52.237-2, 52.242-17, 52.243-1 Alt. 1, 52.244-6, 52.246-4, 52.249-4, 52.249-8, 52.252-1 and 52.252-2. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). 1452.204-70 Release of Claims (JUL 1996) 1452.226-70 Indian Preference (APR 1984) 1452.226-71 Indian Preference Program (APR 1984) 1452.228-70 Liability Insurance 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) 1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013) 1452.280-3 Subcontracting limitations. (JUL 2013) 1452.233-2 Service of Protest Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: -A copy of the contractor's official company invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. All questions shall be submitted via email to Margie M. Robinson at margie.robinson@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0318Q0003 in the subject line of the email. All questions shall be submitted by Monday, 27 November 2017. Quotes are due on Friday, 8 December 2017 at 12:00 pm (CT). Quotes may be sent via email to Margie.robinson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Quote submissions must include the following items: 1. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number). 2. Summary of technical capability in accordance with 52.212-2(a)(i)(1). 3. Pricing schedule 4. Past performance contact information for minimum of three references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation: i. Company Name ii. Company Address iii. Company Point of Contact Name iv. Contact Phone Number and E-mail Address v. Description of Services/Price vi. Period of Performance vii. If applicable, explanation of any problems or delays encountered. 5.Completed Indian Owned Economic Enterprise Representation (attached) Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0318Q0003/listing.html)
- Record
- SN04752465-W 20171202/171130231139-64e35dffa8106dccfed13757cee81222 (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 |