SOLICITATION NOTICE
A -- Cultural Resource Investigations IDIQ - USACE St. Paul & Rock Island Districts
- Notice Date
- 3/24/2022 6:25:43 AM
- Notice Type
- Presolicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1678 USA
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES22R0003
- Archive Date
- 04/30/2022
- Point of Contact
- John P Riederer, Phone: 6512905614
- E-Mail Address
-
John.P.Riederer@usace.army.mil
(John.P.Riederer@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Pre-Solicitation Notice. This is NOT a request for proposals (RFP), invitation for bid (IFB) or a request for quotes (RFQ). This notice is for PLANNING purposes only. The U.S. Army Corps of Engineers - St. Paul District intends to post a Request for Proposals in the near future (approximately 30 days from the posting of this notice).� The U.S. Army Corps of Engineers (USACE), St. Paul and Rock Island Districts are seeking a small business registered in the System for Award Management (SAM) for one (1) Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract to assist the St. Paul and Rock Island Districts in their programs of Cultural Resource Investigations at various locations within the districts� areas of responsibility, within the Upper Mississippi watershed. Work will be required throughout the Rock Island and St. Paul Districts with an emphasis on Federally owned projects and in areas (Federally or privately owned) that are under study for proposed Federal projects.� The districts have a requirement to provide multidisciplinary cultural resource related services for projects undertaken by the USACE in support of ongoing and future district efforts.� These projects fulfill the obligations of the USACE 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 (PL91-190); the Archaeological and Historical Preservation Act of 1974 (PL93-291); the Native American Graves Protection and Repatriation Act (NAGPRA) for federal or tribal lands; the Advisory Council on Historic Preservation�s �Regulation for the Protection of Historic Properties� (36 CFR Part 800); and applicable USACE regulations.� Curation of recovered cultural materials and associated records will be in accordance with 36 CFR Part 79, Curation of Federally-owned and Administered Archaeological Collections.� Performance requirements will be set forth in individual delivery orders and cover a broad range of cultural resources related efforts.� Sites include multicomponent prehistoric occupation sites and built environment properties that require inventories and documentation for evaluation and assessment of effects, along with mitigation efforts focused on data recovery and analysis, and may also include relocation and stabilization of structures.� In addition to site inventories and reports, preparation and execution of data recovery plans, preparation of unanticipated discovery plans, development and documentation of treatment plans, research and preparation of historic contexts, and on-site consultation/coordination efforts for State Historic Preservation Office (SHPO), Native American Tribes, and other interested parties may be required.� The contract will be for one-year base ordering period and up to four one-year ordering periods� The work includes, but is not limited to, terrestrial archeological investigations, often of�multicomponent prehistoric occupation sites, preparation and execution of data recovery plans,�preparation of unanticipated discovery plans, coordination efforts for on-site consultation among�State Historic Preservation Office (SHPO), Native American Tribes, and other interested parties,�remote sensing, geoarchaeological testing and analyses, Geographic Information System (GIS)�and Global Positioning Systems (GPS) services in support of cultural resources investigations,�and public outreach may all be delivery order requirements. Laboratory processing and analyses�of recovered materials, collections management, conservation and curation services, report�preparation and submission may typically be needed. In addition to subsurface archaeological�sites, built environment properties will require inventories and documentation for evaluation and�assessment of effects, along with mitigation efforts including relocation and stabilization of�structures in some cases. Contractors must be familiar with current Federal regulations,�guidelines, and procedures related to the types of services required, and be able to manage�subcontractors while working on concurrent delivery orders under strict deadlines.� The solicitation is anticipated to be a Request for Proposal and issued as 100% Small Business Set Aside. NAICS code 541720 will apply with the size standard of $22 million.� Proposals will most likely be evaluated on a Best Value - Trade Off Basis. Evaluation criteria will be detailed in the solicitation at clause FAR 52.212-2, Evaluation - Commercial Items.� The resultant contract will be a Firm Fixed Price IDIQ Contract in accordance with the solicitation procedures outlined in FAR Part 12, Acquisition of Commercial Items/Services and FAR Part 13, Simplified Acquisition Procedures.� It is anticipated that the?solicitation will be available on www.SAM.gov on or about thirty (30) days after the posting of this notice.�� The solicitation will not be available in paper format. All documents required for the offer submittal, including amendments to the offer submittal, shall be in hardcopy or electronic submittal. No faxes will be accepted. If you are submitting your offer by mail or electronic commerce, please ensure your offer has been received.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c96b8a07fcd4a40a5d443d5f6279664/view)
- Place of Performance
- Address: Saint Paul, MN 55101, USA
- Zip Code: 55101
- Country: USA
- Zip Code: 55101
- Record
- SN06277668-F 20220326/220324230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |