Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

B -- Archaeological Services IDIQ

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Fish and Wildlife Service - R5 Contracting & General Services 300 Westgate Center Drive Hadley MA 01035
 
ZIP Code
01035
 
Solicitation Number
501816R001
 
Response Due
12/5/2005
 
Archive Date
11/4/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service (Service), Region 5, is soliciting to acquire Archaeological Services for indefinite delivery/indefinite quantity contracts for the Northeast Region. This solicitation will use a multi-step technical evaluation/proposal process as outlined in the Federal Acquisition Regulation (FAR) Part 15. Interested parties must submit a proposal including, but not limited to, the Company Name, Address, Phone Number, Fax Number, Point of Contact, Names and Resumes of the proposed team members, examples of projects best illustrating proposed team's qualifications and the role the individual played in the project, and any additional information deemed important by the firm. The Service anticipates awarding six contracts, two in each of the geographic zones: Northern Zone consisting of Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York; Central Zone consisting of Pennsylvania and the Ohio River Basin in West Virginia and Eastern Kentucky; and Southern Zone consisting of New Jersey, Delaware, Maryland, Virginia, northeastern North Carolina and the remainder of West Virginia. Personnel proposed for these tasks must meet the following minimum qualifications: Project Directors or Principal Investigators must have graduate (Master's or PHD) degree or an equivalent level of professional experience as evidence by a publication record that displays experience in field project formulation, execution, and technical reporting with references available. Field Crew Supervisor must be practicing archeology as a profession with a B.A. or B.S. degree in Anthropology followed by two years of graduate study with concentration in anthropology and specialization in archeology and at least two field schools or their equivalent under the supervision of archaeologists of recognized competence; a Master's thesis or its equivalent in research and publication is highly recommended, as is the PHD degree. Documented knowledge and experience in archaeology of the states in which work will be performed or an adjacent state is essential, experience either in prehistoric archeology, historic archaeology, or both depending on historic property types expected in project areas. Personnel hired or subcontracted for their special knowledge and expertise must carry academic and experiential qualifications in their own fields of competence appropriate for the level of work they will perform. The types of work and services to be performed by the contractor may include, but not be limited to; background and literature search, research design, archaeological reconnaissance and surveys for site location, evaluation of known sites, geomorphology analyses, and mitigation of impacts to archaeological sites (including detailed data recovery, site protection, and/or monitoring), detailed analysis of data obtained from fieldwork and other sources for the purpose of determining archaeological site sensitivity, determining National Register of Historic Places eligibility, or recovering information from sites which cannot be preserved, compilation and synthesis of all necessary data for making determinations of archaeological site eligibility for the National Register of Historic Places and/or preparation of National Register nomination forms, written assessments and evaluations for environmental impact assessments, and other compliance documents, and preparation of technical reports and letter reports containing results of work items accomplished. Evaluation Criteria Elements will be rated as indicated: (1) Evidence of current field supervisor knowledge and experience (within the last 5 years) in the prehistoric and historic archaeology of one or more of the zones indicated = 30%. (2) Examples of scopes and reports of similar type and scale to those described in the solicitation, dated within the last 5-10 years = 20%. (3) Location within the geographic area of one or more of the zones listed = 20%. (4) Reference contacts to demonstrate ability to meet short deadlines and stay within budget = 10%. (5) Evidence of ability to perform required analyses, cataloging, and curation preparation to Department of the Interior Standards = 10%. (6) Professional Qualifications of project directors and supervisory field staff =10%. Qualifications of firms will be rated by applying a numeric rating system to the evaluation factors listed above. A short list will result from the rating system and the Service reserves the right to request oral presentations from the highest rated firms as well as a cost breakdown for particular task and personnel. Awards will be made for a one year period with four one-year options. Maximum delivery orders awarded during any period of the contract will be $1,000,000 per year, with a minimum guarantee of $2,500. Task orders will be issued for each project as a result of negotiations. The North American Industry Classification System Code is 541720 with a small business size standard of $6 million. This solicitation is unrestricted, solicited for full and open competition. Interested parties must submit three copies of their proposal package for each zone they wish to compete in by COB, December 5, 2005 to U.S. Fish and Wildlife Service, Contracting and General Services, 300 Westgate Center Drive, Hadley MA 01035-9589, Attn: Marsha Browning.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144855&objId=141552)
 
Place of Performance
Address: Northeast Region (Region 5) of the USFWS consisting of 13 states from Maine to Virginia
Zip Code: 010359589
Country: USA
 
Record
SN00926620-W 20051106/051104212144 (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.