Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

B -- Archeological Field Survey at US Army Yuma Proving Ground in Yuma Arizona. Quotes requested from pre-qualified contractors.

Notice Date
2/11/2004
 
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
W9124R-04-T-0017
 
Response Due
2/19/2004
 
Archive Date
4/19/2004
 
Point of Contact
Laura St. John, 928-328-6124
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(laura.stjohn@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Army Yuma Proving Ground (USAYPG) has a requirement for an Archeological Field Survey. Quotes are being requested from pre-qualified contractors. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-18 (12 January 2004) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040113. This acquisition is set aside 100% for small businesses. The North American Industry Classification System (NAICS) is 541720 (SIC Standard Industrial Classification number 8733) with a size standard of $6 million. NOTICE TO ALL POTENTIAL OFFERORS-THIS ACQUISITION CONTAINS A PRE-QUALIFICATION REQUIREMENT. The following contractors have already been pre-qualified based on previous submissions: Archaeological Consulting Services Inc, ASM Affiliates, Western Cultural Resource Management Inc, Northland Research Inc, Statistical Research Inc, Lone Mountain Archeological Services Inc, and Desert Archeology. If you have not been previously qualified, see pre-qualification instructions given below. You are to quote a single Firm Fixed Price for the complete project. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . The Statement of Work is as follows: STATEMENT OF WORK, ARCHAEOLOGICAL FIELD SURVEY OF 800 ACRES CORRAL DZ, 1.0 GENERAL, 1.1 SCOPE: You will perform a Class III archaeological survey consisting of 800 acres located on the North Cibola Range, Yuma Proving Ground. Area project map is attached. 1.2 HOURS OF OPERATION: Normal hours of operation at Yuma Proving Ground (YPG) are 0630 to 1700 MST, Monday through Thursday. You must submit a request for work other than these hours at least 24 in advance through your assigned technical point 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 include: 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. YPG totals 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. PERIOD OF PERFORMANCE: February 23 2004-June 21 2004, 1.4.1 FIELD SURVEYS, 1.4.1.1 the field survey shall be completed NLT than 6 weeks after contract award. 1.4.2 FINAL REPORTS, 1.4.2.1 the final report for the survey shall be completed within 10 weeks of the completed archaeology Class III survey. 1.5 SECURITY, 1.5.1 You shall comply with all installation security requirements. The area of the survey is restricted. Security badges are required. At least 5 days prior to beginning performance, you shall submit to the Contracting Office a listing of your personn el who will be on site. The list shall include: Employees full name and address, Employees social security number, Employees ht, wt, hair color, eye color, Employees naturalization number (if not an American citizen), NOTE: Non-US citizens must have an escort. In the case of a non-U.S. citizen crewmember, a US citizen crewmember may act as escort. 1.5.2 You must notify Range Control before traveling down range and when leaving the range and to ascertain if an ORT escort is required. 1.5.3 An y of your personnel who have not had a Range Safety briefing will need to have one before entering the range. You should allow a significant portion of your first day onsite for processing of security requirements. 1.5.4 You must obtain a camera pass prior to taking any photographs on the installation. Only digital cameras may be used due to security restraints. 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, Veterans Day, Thanksgiving, Christmas. 2.1.3 NLT: Not Later Than, 2.1.4 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. 3.0 GOVERNMENT FURNISHED PROPERTY, 3.1 We will furnish a location map of area to be surveyed. A map of the location can be downloaded along with a more legible copy of this Combined Synopsis/Solicitation at the following http://www.yuma.army.mil/contracting/rfp.html . 3.2 Radios for use during field surveys are available at KOFA Tech Control, (520) 328-7451. 4.0 CONTRACTOR FURNISHED ITEMS: You shall provide all personnel, supplies and equipment necessary to conduct the survey and prepare the deliverables. 5.0 SPECIFIC TASKS, 5.1 You will provide all personnel, supplies and equipment, including four-wheeled drive transportation necessary to conduct an intensive Class III archaeology survey. The proposed survey area is 800 acres. Work is to start in a timely manner after award of contract to ensure field survey is completed within 6 weeks of contract award. Site descriptions including GIS deliverables and word-processed site forms must be delivered in electronic format compatible with government systems. 5.1.1 All work must conform to Arizona State Museum(ASM) and Secretary of the Interior Guidelines for conducting cultural resources surveys, including qualifications of archaeologists and field crewmembers. Resumes must be submitted to the YPG Contracting Office prior to start of work. 5.1.2 Survey interval between crewmembers shall be no greater than 20 meters. You shall adhere to the ASMs Site Definition Policy. The survey shall be of sufficient detail and intensity to clearly establish the existence, location and approximate boundari es of all cultural resources within the survey area. 5.1.3 It is your responsibility to file for and obtain all necessary permits. 5.2 You shall be responsible for all portions of the field survey to include: conventional recording of sites and isolated occurrences using standard Arizona State Site Records forms. Fieldwork shall also include standard site mapping, photography, global positioning system (GPS) recording of sites, structures, features, artifacts and isolated occurrences including the gathering of GPS data on aboriginal trails. Aboriginal trails will be surveyed using a sweep procedure; GPS beginning point to end of line. 5.2.1 No subsurface testing or artifact collection is required. We have a no artifact collection policy. If prehistoric/historic artifacts are identified and in danger of destruction then the archaeologist will consult with the Installation Cultural Reso urces Manager (ICRM). Collection of artifacts will be determined by the ICRM. 5.2.2. The survey shall be of sufficient detail and intensity to clearly establish the existence, location and approximate spatial boundaries of all cultural resources within the survey area. All archaeology sites, isolates and aboriginal trails are to be clearly delineated on USGS topo maps, 1:24,000, including detailed individual recorded site maps and site location maps at 1:24,000 scale and shall be delivered in hard copy in geographic lat long format upon project completion. Archaeology sites shall be inconspicuously marked wi th a metal identification tag to include YPG and ASM site numbers. 5.3 APPLICABLE AREA, 5.3.1 The project area is 800 acres and is outlined on attached map. The survey area is located on Corral DZ. The inner circle is the area of the DZ to be surveyed. GPS coordinates will be provided. The area to be surveyed will be staked by YPG Geodeti cs. The terrain is fairly flat and dissected by relatively few washes. The area has been used as a drop zone for years and may be heavily disturbed in areas. YPG will provide ORT escort if required. The area is close to Hwy 95 and provides easy access to the project area. REPORTS, 5.4.1 All site descriptions on standard state forms, text, tables, figures, graphics shall be prepared in PC compatible format: Word format, Data shall be in ASCII format, Edited and proof-read, 5.4.2 You shall be responsible for all analysis and editing necessary to produce final site descriptions and GIS output. Additionally, you shall provide metadata describing the content, quality, condition and other characteristics of data. You shall fol low the approved Content Standard for Digital Geospatial Metadata. 5.4.3. Survey reports shall provide mitigation recommendations for cultural resources sites, if any, to include testing and data recovery. A data recovery plan must be submitted to the State Historic Preservation Officer for review and comment prior to a ny actual data recovery performed. With the final report you shall also deliver a cost estimate for any required mitigation, which would be negotiated under separate contract. Upon completion of field survey you are to provide the CRM presence/absence of sites information in project area. 5.4.4 DELIVERABLES: A total of forty-six (46) copies of the report shall be delivered as follows: Three (3) draft copies coil bound with locational data and marked as such Twenty (20) draft copies without locational data and marked as such, Once the review and comment period is over and any changes to the draft report have been accomplished the final reports shall be delivered as follows: Three (3) final copies bound in the Perfect Binding style with locational data and marked as such, Twenty (20) final copies bound in the Perfect Binding style without locational data and marked as such, A CD ROM master of the final report, site cards, including data compendium (if applicable) shall be provided. Field notes, maps, photographs and photo logs shall be provided to the ICRMP upon completion of report. Hard copy of Site boundary/archaeology sites delineated on appropriate 7.5-minute topo map(s) due upon completion of report. 5.5 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 and potential findings. 5.6 ACCEPTANCE: The final report will be inspected in accordance with the inspection clause in the contract. Final acceptance will be based on the delivery of all requirements in accordance with the contract. 6.0 APPLICABLE DOCUMENTS: As stated in paragraph 5. A map of the location can be downloaded along with an easier to read copy of this Combined Synopsis/Solicitation at the following: http://www.yuma.army.mil/contracting/rfp.html . All quotes shall be clearly marked with the Solicitation number W9124R-04-T-0017 and e-mailed to Laura.StJohn@yuma.army.mil no later than 2:00 Mountain Standard Time (MST), 19 February 2004. The Government intends to award a contract to the pre-qualified offeror whose proposal conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price. If you are not already pre-qualified, you must submit the following information with your offer for review and pre-qualification: Evidence of at least five (5) years experience in the programs included within the cultural resources field, evidence of expe rience with local regional and military agencies, a sample of your technical experience with local regional and military agencies, and a sample of your technical writing and your experience with the National Register of Historic Places. Contractors who are not already pre-qualified and fail to submit this information will not be considered for award. Offers that fail to furnish required representations or information as required by 52.212-1 cited below, or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Provision is incorporated by reference an d applies to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Jan 2004). NOTE: THE FOLLOWING OFFEROR REPRESENTATIONS AND CERTIFICATIONS MUST BE COMPLETED AND SUBMITTED WITH YOUR QUOTE: FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Jan 2004) and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items (Nov 1995). In order to complete FAR 52.212-3 and DFAR 252.212-7000 Offeror Representations and Certifications, you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word document, and comp lete the required information. These Representations and Certifications are also available on our web site at http://143.84.169.6/contracting/rfq.html . The following clauses and provisions also apply to this solicitation, and must be reviewed, although you are not required to fill in any information or return copies: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003), and specifically addendum 52.247-34, F.o.b. Destination (Nov 1991). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2004) applies to this acquisition and specifically, 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999); and 52.232-36, Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004) applies to this Acquisition, and specifically 252.225-7001, Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, 19 U.S.C. 2501-2518, and 19 U.S.C. 3301 note). After reviewing the solicitation, if you plan on participating in this acquisition you are required to provide your name, address, phone number and e-mail address via e-mail Laura.StJohn@yuma.army.mil or facsimile (928) 328-6849 for notification of any ame ndments. SEE NOTE 1.
 
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
SN00520570-W 20040213/040211212440 (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.