Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

B -- Utah - Cultural emergency restoration, repair and archaeological assessment.

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ074012
 
Response Due
9/13/2007
 
Archive Date
8/29/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for a contractor to perform a cultural emergency restoration, repair and archaeological assessment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this notice is JSQ074112. Contact Susan Cowin at 801-539-4177 for a map. STATEMENT OF WORK Monticello Field Office: Recapture ATV Trails, Cultural Resources Emergency Restoration and Repair 1. INTRODUCTION In 2005/2006 an unauthorized ATV Trail system was created in Recapture Wash, east of Blanding, Utah on lands administered by the Utah Bureau of Land Management (BLM), Monticello Field Office (MFO). During the trail construction and because of subsequent trail use, direct damage has occurred to 6 cultural resource sites all eligible for listing on the National Register of Historic Places. BLM is required to evaluate cultural resources that have been deliberately or inadvertently damaged under its jurisdiction. These requirements are mandated by the Archaeological Resources Protection Act (ARPA) as amended 16U.S.C. 470aa-mm and 43CFR7. These mandates outline the procedures required for producing a report for evaluating the damages (damage assessment) and the costs for emergency repair and restoration for each cultural site. 2. BACKGROUND Sometime between November of 2005 and January of 2006, un-authorized all-terrain vehicle (ATV) trails were constructed on 18.8 miles of routes in and near Recapture Wash, San Juan County, Utah. These ATV trails go through and/or near 31 archaeological sites. Damage to the sites continues as the ATV trails are used. The access now provided by these ATV trails also indirectly provides opportunities to vandalize these sites. An inventory report entitled "Recapture ATV Trails Archaeological Survey, U-06-RM-1652b" by Don Keller details and initially records these sites. The BLM is required to evaluate cultural resources that have been deliberately or inadvertently damaged under its jurisdiction. These requirements are mandated by the Archaeological Resources Protection Act (ARPA), as amended 16 U.S.C. 470aa-mm and 43CFR7. This contract covers the following work; a. This contract concerns cultural resource evaluation as specified in 43CFR7.14 on public land. The evaluation will be conducted to determine the archaeological value of the damage and the cost of restoration and repair for each archaeological site specified. b. All work shall be preformed in accordance with the Secretary of the Interior's "Standards and Guidelines for Archaeology and Historic Preservation" (Federal Register, Volume 48, Number 190), Thursday, September 29, 1983, page 44716). 3. OBJECTIVES a. To provide the BLM with a cultural resource evaluation of the damage to archaeological sites by the ATV trails and associated access for the project to be completed under this contract. b. To provide information on the value of the archaeological damage and the cost of restoration and repair of the archaeological sites identified in this statement of work. 4. STATEMENT OF WORK a. General (1) Six cultural sites, all eligible for inclusion to the National Register of Historic Places have been identified for evaluation under the Archaeological Resources Protection Act (ARPA). Maps of the project area and site reports/maps are included. (2) Cultural resources fieldwork shall include the cost of emergency restoration and repair and archaeological value, as specified in 43CFR7.14: Phase I: a. Cost of emergency restoration and repair i.e. those costs projected to be necessary to complete restoration and repair, which may include, but need not be limited to, the costs of the following: 1. Reconstruction of the archaeological resource; 2. Stabilization of the archaeological resource; 3. Ground contour reconstruction and surface stabilization; 4. Research necessary to carry out reconstruction or stabilization; 5. Physical barriers or other protective devices, necessitated by the disturbance of the archaeological resource, to protect it from further disturbance; 6. Examination and analysis of the archaeological resource including recording remaining archaeological information, where necessitated by disturbance, in order to salvage remaining values which cannot be otherwise conserved; 7. Reinterment of human remains in accordance with religious custom and State, local, or tribal law, where appropriate, as determined by the Federal land manager. 8. Preparation of reports relating to any of the above activities. Phase II: b. Archaeological value, i.e. the value of the information associated with the archaeological resource. This value shall be appraised in terms of the costs of the retrieval of the scientific information which would have been obtainable prior to the damage. These costs may include, but are not limited to, the cost of preparing a research design, conducting field work, carrying out laboratory analysis, and preparing reports that would be necessary to realize the information potential. (3) Upon the completion of fieldwork, a draft formal report for emergency restoration and repair for the six sites shall be generated and submitted for review to the Contracting Officer's Representative (COR) at the BLM's Monticello Field Office (MFO). Following review and incorporation of comments, hard copies of a final report for emergency restoration and repair for the six sites shall be produced in triplicate, including all site documentation, photographs, maps, etc. Two copies are to be submitted to the COR, who will forward one to the SHPO and retain the other in the files of the MFO. After this report is completed, a second report for the archaeological value for each of the six sites will be generated and submitted for review The reports, site documentation, photos, GIS data, etc. shall be produced in digital form on duplicate disks or CDs, one of which is to be submitted to the COR for the MFO files and, in part, for the SHPO. The second digital copy is to be deposited with the third copy of the report, in addition to all field notes, photographic negatives, and any collected artifacts in an approved archival facility. All documentary materials are to be archivally stable. Images produced by ink jet printers are not allowed. c. Description of Project Area The work to be conducted under this contract will be completed in the following order, consisting of six cultural sites: 1. 42SA27008 2. 42SA26999 3. 42SA26997 4. 42SA27002 5. 42SA27003 6. 42SA15528 Fieldwork must be completed by October 15, 2007 (pending closure of the ATV Recapture Trail system). Maps of the project area and sites are attached. All work shall be performed in accordance with the Secretary of the Interior's "Standards and Guidelines for Archaeology and Historic preservation" (Federal Register, Volume 48, Number 90, Thursday, September 29, 1983, page 44716). The Principle Investigator shall be eligible to hold a valid Cultural Resource Use permit for public lands in Utah, and shall provide qualified personnel who have knowledge and experience in identifying and evaluating cultural resources, environmental attributes, and geomorphologic units in the Colorado Plateau and possess the education and experience required for such work. Principle Investigators and Field Supervisors shall meet the Proposed Secretary of the Interior's Professional Qualification Standards as appropriate for their area of expertise. Potential contractors should state precisely what their capabilities are in terms of available personnel, adequate logistical support and how deadlines will be met to avoid unrealistic commitments on their part. Evidence must be provided through resumes that the Principle Investigator, as well as the crew leader and crew members, meet the qualification requirements set forth. c. Reports Within 14 calendar days after the completion of fieldwork, preliminary professional cultural resource ARPA reports shall be submitted, in draft, to the BLM MFO for review. The draft will be reviewed by the COR and comments returned within 10 working days. Within 10 working days after receipt of the comments from the COR, two copies of a preliminary formal final report incorporating the comments shall be prepared and submitted to the COR. A third copy of the final preliminary report shall be retained by the Contractor for archival purposes. The three copies shall be identical to each other. They shall include: (1) A thorough description of the field methods used. (2) A summary discussion of conclusions and recommendations. (3) A list of references and bibliographic entries used. The final preliminary and damage assessment reports shall be accompanied by a disk or CD containing a copy of the report and site documentation in *.pdf format, a copy of the report in text file or common word processor file format, digital images of each photo and illustration, raw GPS files (*ssf and *.cor), and edited GIS files (*shp, *.shx, and *.dbf). A duplicate copy of the digital data shall be retained by the Contractor for archival purposes. The final damage assessment report will be submitted by December 31, 2007. The solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-19. The following FAR clauses are applicable under this solicitation/synopsis: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. 1. Technical Capability: a. Principal investigator must be eligible to hold a valid Cultural Resource Use permit for public lands in Utah. b. Principal Investigator shall have at a minimum 36 months in the Colorado Plateau. c. Field Supervisor shall have at a minimum 24 months of experience in the Colorado Plateau. d. Field Crew shall have 6 months of appropriate general experience or eighteen (18) quarter or 12 semester credit hours of relevant collage course work or a combination of work experience and education. e. Offeror shall provide resumes of the all individuals proposed to perform on this project and the capabilities of these personnel 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. Provide at a minimum 3 references (preferably government) for whom the same or similar work has been done. 3. Price. Technical Capability and Past Performance, when combined are of greater importance when compared to price. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 52.219-06, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, buy American Act, Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party, 9.1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.228-5, Insurance - Work on a Government Installation; 52.233-3, Protest After Award; 9.1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 9.1510.283, Contracting Officer's Representative. The North American Industry Classification System Number for this procurement is 541690. This system is 100% set-aside for small business. See Numbered Note 1. Additionally, offerors are required to obtain a Dun and Bradstreet (DUNS) Number (www.dnb.com) and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of a Federal contract. This service is provided for convenience only and does not serve as a guaranteed notification. Subscribers to this service are ultimately responsible for reviewing this site for all information relevant to this solicitation. Prospective offerors will be required to visit this website periodically to check for amendments and other changes to contract documents. No other notification will be sent.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1335646)
 
Record
SN01391091-W 20070901/070830222609 (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.