Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

F -- Archaeological Site Investigtion

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, CA, 96130
 
ZIP Code
96130
 
Solicitation Number
R5SC0605227
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Description
Description: The Feather River Ranger District, Plumas National Forest intends to acquire Archeological site investigation of Milsap Bar Campground, a muli- componet (prehistoric & Historic) site located on the middle fork of the Feather River, Butte County, California. Contractor selection shall be evaluated in the following order, based on demonstrated competence and qualifications. (1)Thoroughness and Quality of: the (A) Approach that includes (a) Preliminary Research Design (b) Field/Laboratory Methodology and (c) Report Preparation, (B) Schedule, (C) Organization and Key Personnel. The Approach shall discuss the preliminary research design including research domains, site excavation techniques, analytical studies, laboratory methodology, and report preparation. The Schedule shall define the phases of the study, the periods of performance, and task completion dates. The Organization shall discuss the organization, key personnel, qualifications, and responsibilities. Also under Organization the participation of key personnel shall be discussed in terms of person-hours or percentage of time involved in the project. The Government will consider any noncompliance to be indicative of what can be expected from the offeror during contract performance. (2) Organizational Past Performance (How well did you do it.) Past performance is a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe; (i) that the offeror was capable, efficient, and effective; (ii) that the offeror's performance conformed to the terms and conditions of the contract; (iii) that the offeror was reasonable and cooperative during contract performance; and (iv) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to; Federal, state, and local government agencies, better business bureaus, published media, and electronic databases. The Government will not evaluate an offeror?s organizational past performance on the basis of the personal past performance of the offeror?s key personnel. The Government may evaluate the organizational past performance of the offeror?s proposed key subcontractors. (3) Organizational Experience (What have you and they done.) Experience is the opportunity to learn by doing. The Government will evaluate each offerors organizational experience on the basis of its breadth, its depth, and its relevance to the work that will be required under the prospective contract. The government will not evaluate an offeror?s experience on the basis of the personal experience of the offeror?s key personnel. However, the Government will consider the extent to which the offeror?s key personnel have worked together in the past. The Government will evaluate the organizational experience of the offeror?s proposed key subcontractors. (4) Ability to Enhance Employment Opportunities in Rural Communities. The following sub-criteria will be used.(a) local hires: offerors including, their sub-contractors who propose to furnish the greatest number of local hires whose permanent place of residence is closest to the work site will be given a higher rating. (b) prime contractors: offerors whose permanent place of operations is closest to the work site will be given a higher rating. (c) sub-contractors: offers who submit the greatest number of sub-contractors having a permanent place of operation closest to the work site will be given a higher rating. (5) Pricing Proposal. The Pricing Proposal shall indicate the total project cost with a breakdown by phases and tasks. Indicate the type or category of labor together with person-hours for each category indicating the rate of compensation per unit. Identify any planned subcontracting or consultant services as well as related rate of compensation and total costs. Indicate transportation and subsistence expenses. Identify any other additional costs. .(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Performance Locations: 5 miles of Middle Fork of the Feather River. From Oroville, CA proceed to Brush Creek, CA. From Brush Creek, proceed south on Bald Rock Road to Milsap Road. Turn east on Milsap Bar Road. The campground and project is located approximately 5 miles on the Middle Fork of the Feather River. Maps are provided in the solicitation. The offeror shall have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. SF-330 can be obtained at www.gsa.gov. This acquisition is open to all responsible offerors (Please submit one (1) complete copy of the above information to: the address shown below. This solicitation will be available for electronic download on or around August 15, 2005.
 
Place of Performance
Address: Oroville, CA
Country: USA
 
Record
SN00869127-W 20050814/050812211815 (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.