SOURCES SOUGHT
B -- B--MWAC - Complete Archeological Overview and Assessments 36649
- Notice Date
- 5/3/2022 11:46:17 AM
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6022Q0025
- Response Due
- 5/9/2022 12:00:00 PM
- Point of Contact
- Kircher, Adam, Phone: (402) 661 - 1606
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Description
- MWAC - Complete Archeological Overview and Assessments 36649, 140P6022Q0025 The National Park Service requests information from small business vendors registered as small businesses under NAICS 541720 - Research and Development in the Social Sciences and Humanities, with a size standard of $22M or that meets that size standard and can perform the work. Vendors interested in submitting a quote for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Adam Kircher, at adam_kircher@nps.gov, no later than (NLT) 2:00 PM CDT on May 09, 2022. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration. The Work consists of the following: The National Park Service (NPS) is contracting an Archeological Overview and Assessment (AOA) each for Theodore Roosevelt National Park (THRO) in Billings and McKenzie Counties, North Dakota, and Wind Cave National Park (WICA), Custer County, South Dakota. The project involves conducting a thorough investigation of existing records, documents, and reports, a description and evaluation of known and potential archeological resources, and consensus-driven recommendations for protection, management and research for each of the park's management units. The Contractor must prepare draft and final versions of the AOA report and updated GIS maps of known sites, previously surveyed areas, and areas of potential archaeological sensitivity. The report will meet the criteria for an archeological overview and assessment as identified in NPS directive 28, which describes an AOA as follows: This report describes and assesses the known and potential archeological resources in a park area. The overview reviews and summarizes existing archeological data; the assessment evaluates the data. The report assesses past work and helps determine the need for and design of future studies. It is undertaken in a park or regional geographical framework and may be a part of multi-agency planning efforts. The National Park Service anticipates awarding a Firm Fixed-Price contract. Period of Performance: The work of this task agreement shall be completed within 18 months from the date of contract award. Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through Sam.gov at https://www.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Adam Kircher, adam_kircher@nps.gov. Include the reference number (140P6022Q0025) in the subject line. DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds. Interested firms must submit the following information: - Name of Firm - Point of Contact - Address - Phone Number - Email Address - UEI Number - Capability statement- A brief summary of capabilities. - Size status/SBA certifications (size standard for NAICS 541720) Mark all that apply: - Small Business (meets size standard for NAICS - Women Owned Small Business (WOSB) - Economically Disadvantaged Women Owned Small Business (EDWOSB) - HUBZone - Service Disabled Veteran Owned Small Business (SDVOSB) - Other (specify) Please include the reference number (140P6022Q0025) in the subject line of all correspondence. Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6022Q0025. END OF ANNOUNCEMENT
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c72e43c7a7b407680e9fc661304dcd7/view)
- Record
- SN06316127-F 20220505/220503230110 (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 |