SPECIAL NOTICE
B -- Notice of Intent for a Single Source Award to the Confederated Tribes of the Umatilla Indian Reservation (CTUIR) for Traditional Knowledge in Support of the Wana Pa Koot Koot (WPKK) Cooperating Group
- Notice Date
- 5/10/2022 9:22:21 AM
- Notice Type
- Special Notice
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N22Q0081
- Response Due
- 5/25/2022 2:00:00 PM
- Point of Contact
- Carl Schmurr, Phone: 5038084639
- E-Mail Address
-
carl.r.schmurr@usace.army.mil
(carl.r.schmurr@usace.army.mil)
- Description
- THIS IS A SPECIAL NOTICE PREPARED IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) SUBPART 5.2 �SYNOPSES OF PROPOSED CONTRACT ACTIONS� NAICS 541720, Research and Development in the Social Sciences and Humanities Response Deadline:�25 May 2022 The U.S. Army Corps of Engineers (USACE), Portland District�(NWP)�intends to negotiate/award a firm-fixed price (FFP) service, single source procurement to the Confederated Tribes of the Umatilla Indian Reservation (CTUIR) for contribution of traditional knowledge in support of the Wana Pa Koot Koot (WPKK) Cooperating Group meetings and site visits. REASON FOR SOLE SOURCE ACQUISITION: The statutory authority for this non-competitive acquisition is FAR 13.106-1(b)(i), Soliciting from a single source for purchases not exceeding the simplified acquisition threshold. The purpose is to provide technical services specific to the Confederated Tribes of the Umatilla Indian Reservation (CTUIR) for contribution of traditional knowledge in support of the Wana Pa Koot Koot (WPKK) Cooperating Group meetings and site visits. Background: The U.S. Army Corps of Engineers, Portland District (Corps) and Bonneville Power Administration (BPA), referred to as �the Agencies� hereinafter, are jointly responsible for compliance with Sections 106 of the National Historic Preservation Act (NHPA) under the terms of the 2009 System wide Programmatic Agreement (SWPA) for management of Historic Properties affected by operation and maintenance of the Federal Columbia River Power System (FCRPS). The study area for this procurement includes federal land managed by the Corps located within the John Day Project on the Oregon and Washington side of the Columbia River. This area is within the ceded territory of the Confederated Tribes of the Umatilla Indian Reservation (CTUIR). Justification: The study area includes federal land managed by the Corps located within the John Day Project on the Oregon and Washington side of the Columbia River. This area is within the ceded territory of the CTUIR. The CTUIR possesses unique knowledge of Umatilla Indian ancestral village sites, prehistoric burial areas, and areas of traditional cultural properties and resources that exist within and overlap the known boundaries of the subject historic properties in the APE. Not all of this information is made public knowledge. Impact: Failure to utilize the CTUIR�s knowledge of known archeological sites and resources within the APE would delay the Corps in being able to make required long term management strategies for the area and impact compliance with Sections and 110 of the National Historic Preservation Act under the terms of the 2009 Systemwide Programmatic Agreement for management of Historic Properties affected by operation and maintenance of the FCRPS. Furthermore, Government relations with the CTUIR would be negatively impacted. The Government intends to solicit the CTUIR directly for this project on or around 26-MAY-2022.� At this time, a solicitation does not exist.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. *NO PHONE INQUIRIES, PLEASE. CAPABILITY STATEMENT SUBMISSION REQUIREMENTS (PLEASE REVIEW ALL BELOW) Point of Contact name, email address and phone number, CAGE code and DUNS number (if available); In the event that the organization is a small business, please state the category of small business, such as 8(a), HUBZone, SDVOSB/VOSB, Women-Owned Small Business. The Government will evaluate the capabilities of an interested party based on their ability to demonstrate substantial knowledge of the CTUIR�s history, village sites, artifact locations, burial locations, and areas of traditional cultural properties. Send responses, labeled as �WPKK Support Services with the CTUIR� to the following: Carl.R.Schmurr@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ecfcf4444914fed89a3bfef35eadc18/view)
- Record
- SN06322119-F 20220512/220510230051 (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 |