Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
MODIFICATION

L -- Cultural Resources Archeological Services

Notice Date
6/2/2004
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Massachusetts State Office, 451 West Street, Amherst, MA, 01002-2995
 
ZIP Code
01002-2995
 
Solicitation Number
NRCS-04-04
 
Response Due
7/12/2004
 
Point of Contact
Lisa Cichanowicz, Contract Specialist, Phone 413-253-4357, Fax 413-253-4375,
 
E-Mail Address
lisa.cichanowicz@ma.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: NRCS-04-04 is changed to NRCS-04-MA-04. The Natural Resources Conservation Service (NRCS) is soliciting for a Cultural Resources Archeological Services Contract for work within the Commonwealth of Massachusetts. This contract will be an indefinite delivery indefinite quantity (IDIQ) to include one base-year and one option-year period. Task orders could include performance of any part or all operations necessary to perform Cultural Resources surveys of varying intensity including archival research, Phase 1 (Identification) surveys and Phase 2 (Evaluation) surveys. These surveys could include pedestrian surveys, shovel testing, and intensive subsurface testing. The chosen firm will be required to document findings in the form of an archaeological survey report which will comply with Massachusetts Historical Commission guidelines. The firm will comply with the requirements defined in the National Historic Preservation Act (NHPA) (PL 89-665; 16 U.S.C. 470) (http://www2.cr.nps.gov/laws/NHPA1966.htm); the Nationwide Programmatic Agreement among the NRCS, the Advisory Council on Historic Preservation (ACHP) and the National Conference of State Historic Preservation Officers (Agreement # NRCS A3A75-2-64) (http://www.nrcs.usda.gov/technical/ECS/culture/PA_31.pdf); and the Final Draft Programmatic Agreement between Massachusetts NRCS and the State Historic Preservation Office (SHPO); and the NRCS GM-420 Part 401 http://policy.nrcs.usda.gov/scripts/lpsiis.dll/GM/GM_420.htm Pre-selection Criteria: Firms must meet the following criteria in order to be considered for an award under this contract. (1) The firm shall have a Professional Archeologist on staff who meets the Secretary of the Interior’s Professional Qualification Standards and Guidelines for Archaeology. Where other subject experts are required, the firm must have access to these subject experts in their respective fields. These services could include History, Architectural History, Architecture, and or Historic Architecture. The Secretary’s standards and guidelines are found at http://www.cr.nps.gov/local-law/arch_stnds_9htm. (2) The Professional Archeologist shall possess a minimum of 5 years experience conducting in-field archaeological investigation in Massachusetts and writing archaeological survey reports for those investigations. Specific experience shall include development of project alternatives to minimize the impact of proposed projects on cultural resources. Selection Criteria: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria. Weights given to each criterion will be as follows: Technical (50%), Past Performance (15%), and Cost (30%). Technical Evaluation will be based on demonstrated expertise conducting field archeological investigations in Massachusetts using pedestrian survey, shovel testing, and excavation survey techniques. Consideration will be given to firms with knowledge and direct experience working with Federal agencies, compliance concerns as related to Section 106 of the National Historic Preservation Act, conducting Cultural Resources field investigations in Massachusetts and documenting findings in an archaeological survey report according to Massachusetts Historical Commission criteria. Evaluation will include direct experience conducting small acreage/uncomplicated investigations to more complex surveys involving large acreage/intensive investigations. Past performance will be based on the firm’s past experience in performing the requirements described; the quality and timeliness of performance under previous contracts. References and phone numbers must be provided. A solicitation will be posted to this Web site on or around June 11, 2004. Proposals will be due by 4 pm (est) on July 1, 2004. The NAICS code 541690 will a small business size standard is $ 6 million dollars. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the sity of existing work under contract, and the schedules for completion of the existing work. (4) Past performance on contracts with NRCS, other government agencies, and private industry. (15%) Evaluation will be based on the firm’s past experience in performing the requirements described; the quality and timeliness of performance under previous contracts. References and phone numbers must be provided (5) Location in the general geographic area. (15%) Evaluation will be based on the firm’s proximity to the Commonwealth of Massachusetts. A solicitation will be posted to this Web site on or around June 11, 2004. The NAICS code 541690 will a small business size standard is $ 6 million dollars. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. PLEASE NOTE: The General Services Administration provides the notification services as a convenience and does not guarantee that notifications will be sent to all persons . Therefore, we recommend that you monitor the FEDBIZOPPS website for all information relevant to desired acquisitions. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/MASO/NRCS-04-04/listing.html)
 
Place of Performance
Address: Within the Commonwealth of Massachusetts
 
Record
SN01215965-F 20070121/070119232616 (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.