Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
SOLICITATION NOTICE

B -- Traditional Cultural Properties Services (TCP) for The Corps of Engineers, Walla Walla, Washington

Notice Date
1/24/2008
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-08-R-0019
 
Response Due
3/11/2008
 
Archive Date
5/10/2008
 
Point of Contact
Patti Record, 509-527-7224
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(patti.c.record@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Walla Walla District, CENWW, 201 North 3rd Avenue, Walla Walla, WA 99362, intends to issue a Sole Source Indefinite Delivery, Indefinite Quantity Solicitation to provide Traditional Property Management Assistance Se rvices for The Corps of Engineers, Walla Walla District (Corps) in compliance with Section 106 of the National Historic Preservation Act, 36 CFR Part 800, and a Programatic Memorandum of Agreement signed 4 March 1982. The statutory authority for permittin g other than full and open competition for this requirement, 10 U.S.C. 2304(c)(1), and implemented by FAR 6.302-1(a)(2), which authorizes other than full and open competition when there is only one responsible source and no other supplies or services will satisfy agency requirements. Tasks under the proposed contracts will support Corps responsibilities regarding management of traditional cultural properties associated with members of the Nez Perce Tribe. The Tribe will be offered a sole source cont ract for management assistance regarding traditional cultural sites recognized by their own members. The term 'traditional cultural property' refers to a class of historic property that is eligible for inclusion in the National Register because of its as sociation with cultural practices or beliefs of a living community that (a) are rooted in that communitys history, and (b) are important in maintaining the continuing cultural identity of the community. Such places may not come to light through the cond uct of archeological, historical, or architectural surveys. The existence and significance of such locations often can be ascertained only through interviews with knowledgeable users of the area (National Register Bulletin 38). Only consultation and coord ination with the living effected community can disclose the existence of possible traditional cultural properties and determine their significance. The proposed contracts feature a base year and four (4) option years. The value of the base year w ill not exceed $100,000. Likewise, the value of each option, if awarded, will not exceed $100,000. The guaranteed minimum for the base year is $9,000. The guaranteed minimum for each of the option years, if awarded, will be $5,000. Included will be FAR Clause 52.217-8 Option to Extend Services, which the Government may award an additional six months requiring continued performance of any services within the limits and at the rates specified in the contract. CONTRACTOR SERVICES: Services under thi s contract will pertain to sites located on federal fee-owned lands administered and managed by The Corps of Engineers. The contractor will be expected to provide a wide range of management assistance services. The Contractor shall furnish to the Corps a ll services, labor, materials, and equipment to carry out work specified in, and in accordance with standards, quantities, and schedules described in, individual task orders. These activities shall include, but not be limited to, identification, assessmen t (including determination of project effects), and treatment. As more fully set out in individual task orders, the Contractor shall access traditional cultural property data sources (records and oral histories), identify and evaluate traditional cultural properties, assess project effects on such properties, and assist in preparing and implementing preservation plans. The Contractor will be required to submit reports of all work performed on individual task orders under this contract to the Government ac cording to the schedule stipulated in each individual task order. The Corps will identify deliverables in each task order. PROFESSIONAL QUALIFICATIONS: The principal investigator involved in fieldwork and report preparation for the tasks, shall m eet the Secretary of the Interiors Standards for Professional Qualifications (36CFR61.8 Appendix A). Crew leaders and other supervisory personnel who meet the Secretary of Interior's standard are preferred, but personnel with substantial pertinent experience and demonstrated ability to carry out TCP-related field and laboratory documentation procedures may be utilized in this role. Staff responsible for prepar ing reports must have demonstrated ability to carry projects to completion through the reporting phase. Traditional cultural properties, and the beliefs and institutions that give them significance, should be systematically addressed in programs o f preservation planning and in the historic preservation components land use plans (National Register Bulletin 38, Guidelines for Evaluating and Documenting Traditional Cultural Properties). The Bulletin states that The unique aspects of identifying and evaluating traditional cultural properties have to do with tapping into the specialized knowledge and information that is maintained within the traditional community. Information pertaining to location, character, condition of, and potential impacts to traditional areas is necessary for the Corps to effectively manage these areas. Traditional information about areas identified as traditional cultural properties is only available from the effected community. Any effort to obtain competition would not b e reasonable because only the effected community has the necessary information about their traditional cultural properties. ADMINISTRATIVE INFORMATION: The solicitation will be available on the FedTeDS website: https://www.fedteds.gov The North American Industry Classification System (NAICS) code is 541720 with a Size Standard of $6.5. This is not a request for bids, but notice that our intent to issue a Sole Source solicitation for this requirement. Number Note 22 applies to this acquisition. All responsible sources may submit a proposal which shall be considered by the agency. For further information, please contact Patti Record at 509-527-7224 or email: patti.c.record@usace.army.mil .
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01491966-W 20080126/080124224252 (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.