Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

F -- Archeological Investigation to address adverse impacts of 2004 Hurricanes on selected sites at Cumberland Island National Seashore, Georgia

Notice Date
8/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
SER - Cumberland Island National Seashore 101 Wheeler St St Marys GA 31558
 
ZIP Code
31558
 
Solicitation Number
Q5630050039
 
Response Due
8/26/2005
 
Archive Date
8/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR ARCHAEOLOGICAL INVESTIGATION prepared by the National Park Service in accordance with the format in FAR 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. Solicitation No Q5630050039 is issued as a Request for Request for Quote (RFQ) and will be awarded as a firm-fixed price for Archaeological Services, using simplified acquisition procedures. Bidders must be members of the Society of Professional Archeologist (SOPA) and/or The Society of Historical Archaeology. Responses should be be reflective of the priorities of the sites listed.This is a Small Business Set-Aside. The North American Industry Classification System (NAICS) is 541720 the size standard is $6.0 million dollars. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. The solicitation item is as follows: Background/Purpose & Project Description: During the 2004 North Atlantic hurricane season, four tropical systems tracked within close proximity to Cumberland Island National Seashore (CUIS). The tidal surge and wave action associated with these storms caused significant erosion to the island's shoreline, particularly on the western and northern side, which are also referred to as the "back-barrier". These back-barrier shorelines contain a number of known archeological sites and likely contain others that have yet to be identified or fully investigated. The sites represent both historic and prehistoric activity, dating back as far as 2000 B.C. Natural and anthropogenic forces have steadily contributed to the erosion of the back-barrier and, as a result, the loss of archeological resources and their inherent record. However, major events such as the recent hurricanes lead to rapid cutting, slumping, and erosion. Most vulnerable are the sites that directly face the open waters of Cumberland Sound, St. Andrews Sound, and their tributary rivers. Artifacts are exposed, displaced, washed out, or completely swept away. This project is intended to recover materials that have been exposed and are susceptible to imminent loss, conduct initial archeological investigations of the selected sites before further disruption or loss occurs, and produces an analysis of the data recovered. The priorities in site selection are based on the amount of impact suffered during the storms, which sites have been previously investigated and evaluated the least, and the potential significance. The priority order is as follows: 1. Fort St. Andrews Complex (CUIS-49, NPS 9 CAM 49) 2. Brickkiln Bluff (CUIS-24, NPS 9 CAM 24) 3. Dungeness Wharf (CUIS-6, NPS 9 CAM 6) To accomplish the project objectives Cumberland Island National Seashore is seeking the assistance of a qualified archeologist. All work will conform to National Park Service and professional standards for archeological research. The principal investigator for the project will submit a work plan prior to initiation of any fieldwork. Qualifications and/or vita of the principal investigator(s) must be submitted to ensure that they meet NPS standards. The work plan will set forth the scope, objectives, methods, schedule, and budget for the project. It must be sufficiently detailed to allow for technical and administrative review by cultural resource specialists. SCOPE OF WORK: Baseline research: Work entails background review and analysis of existing documents and records pertinent to the site(s) to be investigated, to include historic and prehistoric activity. The review is to also include all previous archeological investigations conducted for the specific site(s). Surface survey and collection: Work entails visual surface survey of the site(s) and its immediate environs to recover historic and prehistoric materials that have been washed out or otherwise exposed, and to aid in delineation of site(s) boundaries. Material is to be geo-referenced by using the same baseline grid as previous investigations or, if one does not exist, a grid that is compatible with NPS standards. Artifacts are to be assigned field site numbers. Artifact preparation and cataloguing will be addressed in a separate specification. Systematic shovel testing: The need for systematic shovel testing will be based on whether such work has been previously conducted at a specific site and/or what the initial investigation components have revealed. It is known that prior testing has occurred at the Brickkiln Bluff and Dungeness Wharf sites. Testing grids will be geo-referenced to the same baseline as previous grids or, if one does not exist, a grid that is compatible to NPS standards and incorporates the grid established for surface collection. The principal investigator will base testing range and intervals on anticipated site dimensions. Intervals will be reduced appropriately if culturally positive units are encountered. Tests are to be excavated to culturally sterile soil. The soil from each provenience will be screened through ?-inch wire mesh. Artifacts are to be assigned field site numbers. Unit level testing: The execution of Phase II type testing may be necessary based on the findings of the systematic shovel testing. Highest priority for this level of testing will be based on artifact concentrations and/or features that are in imminent threat of loss due to erosion or similar disturbance. The goal of this more intensive testing is to better define the location, characteristics, scientific values, conditions, and significance of the inherent archeological resources. Test units are to be standard 1 x 1 meter excavations, and geo-referenced. Units are to be excavated stratigraphically down to culturally sterile soil. Soil from the test units is to be screened through ?-inch wire mesh. Object/artifact treatment: Archeological objects and specimens collected during the study will be cleaned, stabilized and prepared for curatorial storage in the CUIS facility. The principal investigator will coordinate with the CUIS Curator to ensure that these materials and their associated records are properly documented for accessioning into the park collection and cataloguing in the Park Service's ANCS+ database. Data analysis: Detailed analysis is to be conducted for individual sites and features, as well as non-site specific artifacts. The effects of natural processes and human activity are also to be assessed. In addition, overall site stratigraphy is to be evaluated. Report production: See "Products" section to follow. PRODUCTS and DELIVERABLES 1. Final report a. Five printed copies b. Digital copy on CD-R disc Report is to include: c. Summary of site related history, as well as review of any previous archeological studies. d. Methodology e. Stratigraphy f. Data analysis and findings g. Evaluation of site's and/or feature's scientific value, integrity, condition, and threats to them h. Tabular or spreadsheet breakdown of recovered artifacts to include (as relevant) the classification, type, count, weight, scientific name, and/or date ranges i. Conclusions and recommendations j. References k. Initial work plan (attached as an appendix) 2. Maps and sketches (may be incorporated into final report) a. Baseline map depicting spatial landmarks, reference datum, shovel test units, test unit excavations, archeological features, estimated site boundaries b. As appropriate, sketches depicting profiles and plan views of test units and/or archeological features 3. Photographic documentation a. Digitally based photography is acceptable b. One set of 4 x 6 inch color prints c. Image files on CD-R disc (if digital) d. Negatives (if print film) Photo-documentation is to include e. Phase II test units, including unit profile f. Archeological features g. Significant archeological objects and specimens 4. Recovered objects and specimens (to be coordinated with CUIS Curator prior to start of fieldwork) a. Cleaned and stabilized b. Identified and labeled in accordance with NPS museum standards for accessioning and cataloguing c. Tabular list or spreadsheet itemization of all recovered objects and specimens d. Items will be permanently stored in the CUIS curatorial facility 5. Field generated records a. Original raw data (e.g., forms, logs, photographs, notes, field maps, field sketches) b. Items are to be compiled for accessioning and cataloguing into CUIS collection along with study's recovered archeological material c. Items will be permanently stored in the CUIS curatorial facility SPECIAL GUIDANCE Native American Graves Protection and Repatriation Act (NAGPRA): In the event of an inadvertent discovery of human remains, funerary objects, sacred objects, or objects of cultural patrimony, all activity in the study area(s) will stop immediately and a reasonable effort made to protect the remains or objects. The Principal Investigator will notify the CUIS Superintendent immediately in person or by telephone, and follow-up with written confirmation. The Superintendent will then notify the appropriate tribes and begin consultation regarding the disposition of the human remains, funerary objects, sacred objects, or objects of cultural patrimony. No activity at the pertinent study site will resume until the required NAGPRA measures and procedures have been implemented. John Fry will be the point of contact for technical question for the Scope of Work. He maybe contacted by phone 912-882-4336 x262 or email John_Fry@nps.gov. Protection of Information All information and documentation gathered or produced by the contractor during the course of this work shall be held in strictest confidence and shall be fully protected from access by unauthorized persons. The following FAR provisions and clauses are applicable to this acquisition: FAR Parts 13 and 15 FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-11 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor EVALUATION OF QUOTES: 1. Minimum member in Professional Organization stated in the first paragraph. 2. Past Performance with at least three references of past projects. 4. Knowledge of Historical events and Archaeological Resources of Cumberland Island and the area. All evaluation factors other than cost or price, when combined are approximately equal to cost or price. Which provides the BEST VALUE for the Government. All responsible bidders must be registered in Central Contracting Registration (CCR). You may register on line at www.ccr.gov. All FAR parts and references may be obtained via the internet at www.arnet.gov; this form may also be requested from the Contracting Officer NO TELEPHONE REQUEST WILL BE ACCEPTED. The offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Contractors wishing to respond to this COMBINED SYNOPSIS / SOLICITATION FOR Archaeological Investigation should provide this office with a price quote for the requested work, submitted on company letterhead that includes address and phone number. Quotes can be faxed to (912) 882-5688 to the attention of the referenced Contracting Officer to this synopsis / solicitation or can be sent via mail, to CUMERLAND ISLAND NATIONAL SEASHORE, ATTN: LARRY M PILCHER, CONTRACTING OFFICER, 101 WHEELER STREET, ST MARYS, GEORGIA 31558. Quotes are due Close of Business (5:00pm EST) August 26, 2005.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1909493)
 
Place of Performance
Address: Cumberland Island National Seashore, GA
Zip Code: 315580806
Country: US
 
Record
SN00874049-W 20050820/050818213140 (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.