Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
SOLICITATION NOTICE

B -- Predictive modeling to determine probability of cultural resources

Notice Date
5/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-T-1507
 
Response Due
5/19/2003
 
Archive Date
7/18/2003
 
Point of Contact
Jacque Phillips, 928-328-6903
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(jacque.phillips@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA US Army Yuma Proving Ground (YPG), AZ is seeking pre-qualified contractors to contract and deliver predictive modeling to determine probability of cultural resources sites within the landscape. Develop predictive archaeological model utilizing GIS analysi s and modeling capabilities for Yuma Proving Ground. This is a 100% small business set-aside under SIC 8999 with a small business standard of $6M and NAICS 541999. This acquisition contains a pre-qualification requirement. In order to be eligible for awa rd for this acquisition, you must be pre-qualified. The following contractors have already been pre-qualified based on previous submissions: Archaeological Consulting Services, LTD., Western Cultural Resource Management, Inc. Northland Research, Inc., an d Statistical Research, Inc., (if you have not been previously qualified, see pre-qualification instructions given below). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12, as supplemented w ith additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Award will be made based on best value criteria. In accordance with FAR 52 .212-2 the criteria is listed in decending order of importance. a. Proven experience in developing predictive models; b.Familiarity with YPG and its cultural landscape and resources, c. Knowledge of desert southwest geomorphology, d.Proven experience in ut ilizing GIS as part of the predictive model platform. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DCN 20030430. The Statement of Work (SOW)is as follows: Develop a Predictive Archaeological Model Utilizing GIS Analysis and Modeling For U.S. Army Yuma Proving Ground, Arizona.1.0 SCOPE Develop a predictive archaeological model utilizing GIS analysis and modeling capabilities for Yuma Proving Ground. The model will delineate areas of high, mod erate and low probability of containing pre/historic remains. The intent is to use the predictive archaeological model as a proactive management tool. Develop a maintenance plan that provides submission criteria for new site and survey data. 1.2. HOURS O F OPERATION Normal hours of operation at Yuma Proving Ground (YPG) are 0630 to 1700 MST, Monday through Thursday, November through April. You must submit a request for work other than these hours at least 24 in advance through your assigned technical poin t of contact. 1.3 BACKGROUND 1.3.1 MISSION We are a developmental testing facility under the U.S. Army Test and Evaluation Command. Our mission is testing of various weapon and protection systems that support the soldier in the field. Commodity areas inc lude: munitions and weapons, air delivery, tracked vehicles, automotive systems and human engineering products. 1.3.2 LOCATION We are located in the southwest corner of Arizona. In area, we are about 840,000 acres. Temperatures are in excess of 100 degrees F during the months of June, July, August and September. Our land is rough desert terrain. 1.4 PERIOD OF PERFORMANCE Award of Contract: Completion date will be four months after award of contract. 1.5 SECURITY 1.5.1 if fieldwork is necessary you shall comply with all installation security requirements. Many areas are restricted and require security badges. At least 5 days prior to beginning performance, you shall submit to the Contracting Office a listing of your personnel who will be on site. The li st shall include: a. Employees full name and address. b . Employees social security number. c. Employees ht, wt, hair color, eye color. d. Employees naturalization number (if not an American citizen). 1.5.2 You must notify Range Control before traveling do wn range and when leaving the range and to ascertain if an ETO escort is required. 1.5.3 Personnel who have not had a Range Safety briefing will need to have on e before entering the range. You should allow a significant portion of your first day onsite for processing of security requirements. 1.5.4 A camera pass must be obtained prior to taking photographs on the installation. 2.0 DEFINITIONS. 2.1 GENERAL.2.1.1 ETO ?????? Explosive Technical Officer. 2.1.2 HOLIDAYS. Our ten official holidays are New Years Day, Martin Luther King Day, Presidents Day, Memorial Day, 4th of July, Labor Day, Columbus Day, and Veterans Day, Thanksgiving, Christmas. 2.1.3 NLT - Not Later Than. TECHNICAL POINT OF CONTACT (TPCO) a representative of the requiring activity who is responsible for work hours coordination and review and acceptance of the final work product. 2.21 Request contract be awarded according to best value criteria: a. Proven experience in developing predictive models. b. Familiarity with YPG and its cultural landscape and resources. c. Knowledge of desert southwest geomorphology. d. Proven experience in utilizing GIS as part of the predictive model platform. 3.0 GO VERNMENT FURNISHED PROPERTY 3.1 We will provide access for informational material(s) required to develop the predictive model, such as cultural resources survey reports, archaeology site and survey data/geomorphology maps/publications, YPG data base, YPG GIS archaeological data. We will furnish site location maps if applicable. 3.2 Radios for use during field surveys/work are available at Kofa Tech Control, (520) 328-7451. 4. CONTRACTOR FURNISHED ITEMS - You shall provide all personnel, supplies and equi pment necessary to accomplish the task and prepare the deliverable(s). 5.0 SPECIFIC TASKS 5.1 Develop a baseline model for predicting the location of archaeological resources within the boundaries of YPG based on current available data. The predictive mod el should cover the entire span of human land use up until historic times and should include as necessary discussions on relevant paleoenvironmental, geological, hydrological and other natural resources data. The predictive model should also include a bri ef discussion of the physical environment of YPG and an overview of the cultural chronology of the area based on recent research. 5.2 Develop a maintenance plan that provides submission criteria for new site and survey data as well as a user-friendly data entry platform through which data can be introduced to the predictive model. 5.3 You shall be responsible for all analysis and editing necessary to produce the final product. Additionally, you shall provide metadata describing the content, quality, condit ion and other characteristics of data. You shall follow the approved Content Standard for Digital Geospatial Metadata. DELIVERABLES Final product (Predictive Model) and maintenance plan no later than September 30, 2003 plus an electronic format compatible with Microsoft word 2000. 6.1 STATUS You shall meet with your TPOC and other Government personnel on the fourth Thursday of each month at 2:00PM MST to discuss status. 6.2 ACCEPTANCE The final product(s) will be inspected in accordance with the inspection clause in the contract. Final a FAR clauses/provisions applicable to award are: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items, 52.212-4 contract Terms and Conditions Commercial i tems, 52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made to the pre-qualified offeror proposing the best value proposal. If you are not already pre-qualified, you must submit the following information with your offer for review and pre-qual ification. Evidence of at least 5 years experience in the various programs included within the cultural resources field, evidence of experience with regional and military agencies, and a sample of your technical experience with regional and military agenc ies, and a sample of your technical writing and your experience with the National Register of Historic Places. Contractors who are not already pre-qualified an d fail to submit this information will be not considered for award. FAR 52.212-5 contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.215-5 Facsimile Proposals; 52.247-34 FOB Destination, HTTP://WWW.DTIC.DLA. MIL/AMC DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of commercial Items. Payment may be made via Government Visa Card. Direct all technical questions in writing to Jacque.philips@yuma.army.mil, or J. Phillips 928 328 6903 FAX 6849. Those interested in becoming pre-qualified, mail the above mentioned requirements to: Army Contracting Agency, Directorate of Contracting, SFCA, SR--YM/Phillips, 301 C Street, Yuma, AZ 85 365-9498. Your proposal shall include legal company name, business size, DUNS number, CAGE Code, TAX ID number and Contractor certifications IAW commercial item clause above and pricing information.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00320430-W 20030510/030508213504 (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  © 1994-2020, Loren Data Corp.