Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

R -- Cultural Resource Investigations, Rock Island District, District-Wide Cultural Resource Investigations States of Illinois, Iowa, Missouri, Wisconsin, and Minnesota.

Notice Date
2/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
DACW25-03-R-0001
 
Archive Date
6/6/2003
 
Point of Contact
Michael Hoh, (309)794-5828
 
E-Mail Address
Email your questions to US Army Engineer District, Rock Island
(Michael.T.Hoh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA R?CULTURAL RESOURCE INVESTIGATIONS, ROCK ISLAND DISTRICT, DISTRICT-WIDE CULTURAL RESOURCE INVESTIGATIONS STATES OF ILLINOIS, IOWA, MISSOURI, WISCONSIN, AND MINNESOTA. Sol. DACW25-03-R-0001. Contract Points of Contact: Michael Hoh, 309/794/5828 Contract Specialist, Cynthia Pleasant, 309/794-5239 Contracting Officer. Services to be performed under a fixed-price indefinite quantity contract may include, but not be limited to archival and historical research, reconnaissance and intensive archaeological/Geom orphological field surveys, site testing/evaluation for the National Register of Historic Places (NRHP), data recovery through site excavation, preparation of cultural resource management plans, special studies, laboratory analyses, computerized data base creation and management, technical reports, and preparation of National Register nomination forms. Work and services under this contract shall be assigned by work orders duly issue by the Contracting Officer. Final products will be high quality technical reports on the results of the work delivered to the Rock Island District, Corps of Engineers. The contract period will be for one (1) base period with the Government having the option to renew for four (4) additional option periods. The Offerors must de monstrate expertise across a broad range of cultural resource management areas including regional history, prehistory, and geomorphology with particular emphasis upon the States of Illinois, Iowa, Missouri, Wisconsin, and Minnesota within the Rock Island D istrict. Proposals will be evaluated using five major factors or categories as follows: Personnel Qualifications, Regional Expertise, Organizational Capability, Schedule of Rates, and Past Performance. The Government intends to evaluate proposals and aw ard a contract without discussions with offerors. Therefore, each initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined b y the Contracting Officer to be necessary. Multiple awards may be made under this solicitation. The total cost of all work orders per contract period shall not exceed $200,000. Minimum guaranteed annual amount shall be $4,000 for the initial period; $2, 000 in any option period should options be exercised by the government. This procurement is unrestricted. Set of specifications will be available on our website: www.mvr.usace.army.mil. All responsible sources may submit an offer which will be considere d. The NAICS Code for this procurement is 813920.
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00262296-W 20030222/030220213544 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.