Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOLICITATION NOTICE

B -- Umatilla National Forest - Heritage Survey

Notice Date
2/9/2023 9:43:06 AM
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USDA FOREST SERVICE-SPOC NW Washington DC 202500001 USA
 
ZIP Code
202500001
 
Solicitation Number
12048923Q0009
 
Response Due
2/15/2023 3:30:00 PM
 
Point of Contact
Ebonee Lister
 
E-Mail Address
Ebonee.Lister@usda.gov
(Ebonee.Lister@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USDA Forest Service requires archaeological services in support of the Umatilla National Forest. The period of performance will be May 1st, 2023, through September 15th, 2023. The Products of the contract will be: a. Condition Assessments: documentation of any changes to the site description, as well as photographs, GPS, and other data as required to update documentation to the site recording standards indicated in the Parkers Mill UMF Contract Specifications and Fulgham 1989. b. Archaeological Site and Isolate Recordation: Any new resources identified within 30 meters of the project area (site or isolated find) during the process of performing the prescribed work will be recorded using Forest Service National Site Forms with the Forest Service Mobile Application to the standards indicated in the Parkers Mill UMF Contract Specifications and Fulgham 1989. The contractor will provide monthly reports within 10 calendar days of the 1st of each month. Monthly reports shall include the names of the individuals currently working the contract (Principle Investigator, Field Crew Leader, and Field Crew) as well as work previously completed and projected to be completed for the following month. All work will occur in The Parkers Mill Project Area which is approximately 32,217 acres. The project area also contains 185 previously documented sites and isolated finds (cultural resources). Eighty-one of these cultural resources have been documented as sites with the remainder having been documented as isolated finds. Of these resources, 80 sites and 97 isolated finds have been identified as eligible for site monitoring and condition assessments (condition assessments) under this contract. This totals to 177 potential condition assessments. The applicable North American Industry Classification System (NAICS) is 541690 and the size standard is $16.5 million. The Product Service Code is B503 We anticipate issuing a Request for Proposals (RFP) approximately 15 February 2023 at www.sam.gov., but all dates in this notice are subject to change. Any amendments applicable to the solicitation will be posted at the same site. To take advantage of business opportunities with the USDA Forest Service you must register your firm with the System for Award Management (SAM) at www.sam.gov. The Forest Service intends to award one firm fixed-price purchase order. Any award will be based on the best value to the Government. This requirement will be solicited as a total small business set-aside procurement that will consider past performance and price in the award decision; these evaluation factors are subject to change. Final evaluation factors will be defined in the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6760794fc0dd40e68f17aea981387176/view)
 
Place of Performance
Address: Pendleton, OR 97801, USA
Zip Code: 97801
Country: USA
 
Record
SN06586920-F 20230211/230209230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.