Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2024 SAM #8171
SOURCES SOUGHT

B -- Chief Joseph Dam and Rufus Woods Lake Project, Archaeological Site Scientific Illustration Project

Notice Date
4/9/2024 3:57:29 PM
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW24R0YEG
 
Response Due
4/24/2024 12:00:00 PM
 
Archive Date
12/01/2024
 
Point of Contact
Alfonso Nolasco, Phone: 2532440994
 
E-Mail Address
alfonso.nolasco@usace.army.mil
(alfonso.nolasco@usace.army.mil)
 
Description
INTRODUCTION: The US Army Corps of Engineers (USACE) Seattle District is seeking information regarding capability, level of interest and availability of sources for an upcoming requirement to create finished scientific illustrations that accurately depict the appearance and construction of individual features and their setting in an archaeological site at the Chief Joseph Dam and Rufus Woods Lake Project (CJD Project), in-between Bridgeport and Grand Coulee, Washington. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART). All Small Business Set-Aside categories will be considered. CONTRACT INFORMATION:�Firm Fixed Price. The anticipated Award Date for this requirement is July 2024 with a Period of Performance consisting of (12) months. The applicable NAICS code for this requirement is 541720 Research and Development in the Social Sciences and Humanities with a Small Business Size Standard of $28M. The Product Service Code is B503 SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. The most current revision of the Wage Determination No: 2015-5541, will be applied at time of award. DISCLAIMER��THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES:�For this requirement, the Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to: Prepare an Illustration Plan consisting of the following elements: proposed work schedule that includes tentative dates for site visits, deliverables, potential design ideas, and examples. Create illustrations in accordance with the requirements and deadlines. The purpose is to capture the appearance, construction, of individual features and their setting. Descriptions of the features and their approximate sizes are listed in Table 1. Archaeological site locations are restricted. Maps, photographs, and other relevant information will be provided when the contract is awarded. Table 1. Feature descriptions. Feature 1 is a large, oval-shaped stacked rock enclosure measuring roughly 14 m N/S x 14 m E/W, with a total perimeter of 100 m, that is located within the northeast portion of the basaltic ring structure atop which the site is constructed. Feature 2, adjacent to and east of Feature 1, is a roughly oval-shaped stacked rock enclosure measuring roughly 20 m NE/SW x 10 m NW/SE, with a total perimeter of 57.45 m, that has been constructed atop natural basalt exposures. Its north edge is the edge of the basaltic ring structure atop which it was constructed. Feature 3 is a cairn comprised of a single, medium-sized subangular basalt cobble measuring 23 cm in length x 15 cm in height and hosting moderate to heavy lichen growth that has been placed on the edge of the small outcrop. Feature 4 is a cairn constructed from between seven and 10 small angular basalt bounders with moderate to heavy lichenation that measures 45 cm in height x 90 cm in width. Feature 5 is a cairn measuring 70 cm in height x 80 cm in width that is constructed from approximately 12 small, angular basalt bounders with light to moderate lichenation. Feature 6 is a cairn measuring 40 cm in height x 70 cm in width that is constructed from approximately 25 large angular basalt cobbles hosting moderate lichen cover. Feature 7 is a cairn measuring 60 cm in height x 100 cm in width that is constructed from approximately 30 medium-sized angular basalt cobbles hosting moderate lichen growth. Feature 8 is a small area from which cobbles had been cleared that measures 100 cm in length x 60 cm in width. Feature 9 is a cairn constructed from approximately 20 medium-sized angular basalt cobbles with moderate lichenation that measures 55 cm in height x 100 cm in width. Feature 10 is a cairn measuring 59 cm in height x 95 cm in width that is constructed from approximately 20 medium-sized angular basalt cobbled with moderate lichenation. Feature 11 is a cairn constructed from approximately 20 medium-sized angular basalt cobbles hosting moderate lichen growth and measuring 51 cm in height x 87 cm in width. Feature 12 is a cairn constructed from approximately 25 medium-sized angular basalt cobbles hosting moderate lichen growth and measuring 74 cm in height x125 cm in width. Feature 13 is a cairn constructed from approximately 20 medium-sized angular basalt cobbles hosting moderate lichen growth and measuring 43 cm in height x 96 cm in width. Feature 14 is a cairn constructed from approximately 25 medium-sized angular basalt cobbles hosting moderate lichen growth and measuring 66 cm in height x 110 cm in width. Feature 15 is a cairn constructed from approximately 25 medium-sized angular basalt cobbles hosting moderate lichen growth and measuring 39 cm in height x 117 cm in width. Feature 16 is a cairn measuring 46 cm in height x 103 cm in width that is constructed from approximately 25 medium-sized angular basalt cobbles hosting moderate lichen growth. Feature 17 is a cairn measuring 80 cm in height x 127 cm in width that is constructed from approximately 20 large subangular basalt cobbles hosting moderate to heavy lichen growth. Feature 18 is a cairn measuring 82 cm in height x 100 cm in width that is constructed from approximately 20 medium-sized angular basalt cobbles hosting moderate to heavy lichen growth. Feature 19 is an alignment measures approximately 20 m in length and is one boulder in width. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Response Information: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1) A capability statement expressing interest in this requirement, describing the company and its capability to provide stated services. 2) Firm's name, address (mailing and URL), point of contact, phone number, email address. 3) Business classification; i.e. Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB),Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other Than Small Business. 4) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, services (except�construction), the contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and�supplies, the 50 percent limitation�shall�apply only to the service portion of the contract. 5) One to three examples of similar past projects, preferably as the Prime Contractor. 6) Cage code and UEI number of your firm. 7) Firm's Joint Venture Information (if applicable). THE DEADLINE FOR RESPONSE TO THIS REQUEST IS NO LATER THAN 12 pm PST, 24 April 2024. ALL RESPONSES UNDER THIS SOURCES SOUGHT NOTICE MUST BE E-MAILED TO, CONTRACT SPECIALIST, ALFONSO NOLASCO ALFONSO.NOLASCO@USACE.ARMY.MIL IN MICROSOFT WORD OR PDF FORMAT. THE TITLE OF THE EMAIL SHOULD CONTAIN �CJD and RWL Archaeological Site Scientific Illustration Project�. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Telephone inquiries will not be accepted or acknowledged, and companies should not expect feedback or evaluations regarding their submissions. The Small Business Programs Office POC for this requirement is: Enshane� Nomoto (she/her) Office of Small Business Programs enshane.nomoto@usace.army.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f2b84f2c240498d90c3e68e749458d7/view)
 
Place of Performance
Address: Bridgeport, WA 98813, USA
Zip Code: 98813
Country: USA
 
Record
SN07024993-F 20240411/240409230054 (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.