Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

B -- PHASE II EVALUATIONS OF ARCHAEOLOGICAL SITES, 47CR364, 47CR356 AND 47CR358, UPPER MISSISSIPPI RIVER NAVIGATION POOL 10, CRAWFORD COUNTY, WISCONSIN

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-06-Q-0003
 
Response Due
3/27/2006
 
Archive Date
5/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, supplemental information included in this notice. This announcement constitutes the only solicitation; quotat ions are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-06-Q-0003 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defen se Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 541720 and the small business size stan dard is 6.5 million dollars. (v) This requirement consists of 1 line item (0001 Phase II Evaluations of Archeological Sites 47CR364, 47CR356 And 47CR358, Upper Mississippi River Navigation Pool 10, Crawford County, Wisconsin). (vi) Work shall be completed under this purchase order w ill consist of the following: The contractor will conduct Phase II testing and evaluations at archaeological sites 47CR364, 47CR356, and 47CR358 in Pool 10 of the Upper Mississippi River, Crawford County, Wisconsin. Work will be sufficient to determine w hether the resource is eligible for inclusion on the National Register of Historic Places (NRHP) to include the horizontal and vertical extent of the site, its integrity, and its significance in terms of providing information about the past of the area. A research design shall be submitted to the Corps prior to investigations. After the investigations are complete, a high-quality technical report will be submitted to the Corps for review. The Contractors key personnel working on this project (e.g. princ ipal investigator, field and laboratory supervisors, and field crew chiefs) must meet the Secretary of the Interiors professional qualifications. The contractor will provide specialized knowledge and skills as needed, including expertise in archeology, g eomorphology, history and other social and natural sciences. The contractor will provide all materials and equipment necessary to perform the required services expeditiously. A detailed description of the line item and requirements is available as Addend um I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB Destination, St. Paul, MN. The estimated completion date for this requirement is September 30, 2006. (viii) The provision at 52.212-1, Instructions to OfferorsCommercial , applies to this solicitation. (ix) A competitive award will be made to the responsible firm with the lowest priced acceptable quote. (x) The provision at 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, apply to this solicita tion. The Contractor shall return a completed copy of this provision with its quotation. Paragraph (b), Taxpayer Identification Number (TIN), of provision 52.212-3 does not apply. A copy of the provision may be attained from http://www.arnet.gov/far. ( xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (Deviation), applies to this acquisition. (xiii) The DFAR clause at 252.204-7004, Central Contractor Registration Alternate A. To be awarded this contract, the offeror must be registered in the CCR database, which is mandatory. CCR information may be found at http://www.ccr.go v. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) applies to this acquisition. The following clauses are also applicable to this acquisition: 52.213-2 Invoices; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Pr ohibition of Segregated Facilities; 52.222-42, Statement of Equivalent Rates for Federal Hires; Wage determinations applicable to this purchase order are available in Addendum III; 52..222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustm ent; 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law For Breach of Contract Claim; 52.237-3, Continuity of Services; 52.246-1, Contractor Inspection Requirements; 52.2 52.2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses; 52.253-1, Computer Generated Forms; 252.204-7000, Disclosure Of Information; 252.204-7003, Control of Government Personnel Work Product; 252.232-7003, Electronic Submissio n of Payment Requests; 252.232-7010, Levies On Contract Payments; and 252.243-7001, Pricing of Contract Modifications. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered Note (none). (xvi) Quotat ions are due to the St. Paul District Corps of Engineers, 190 Fifth Street East Attn: Deborah Lawrence, Contracting Division, St. Paul, MN 55101-1638, by 11:00 A.M. CST, March 27, 2006. Faxed or emailed quotes are acceptable. (xvii) The assigned Speciali st is Ms. Deborah Lawrence. Ms. Lawrence may be reached at deborah.a.lawrence@usace.army.mil, (651) 290-5410 or by fax, (651) 290-5056 or (651) 290-5706. Requests for Addendum I, Scope of Work, Addendum II, Pricing Worksheet, Addendum III, Wage Determina tion, should be made to Ms. Lawrence. No telephone requests will be accepted. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01010779-W 20060322/060320214718 (fbodaily.com)
 
Source
FedBizOpps 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.