Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

B -- Phase I Cultural Resources Investigation of Training Area #1 at Camp Ripley, Morrison County, Minnesota.

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-08-T-0066
 
Response Due
9/11/2008
 
Archive Date
11/10/2008
 
Point of Contact
Carol S. Olson, 651-290-5406<br />
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. (ii) The reference number for this effort is W912ES-08-T-0066 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 Defense 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 standard is 6.5 million dollars. (v) This requirement consists of 1 line item (0001 PHASE I CULTURAL RESOURCES INVESTIGATION OF TRAINING AREA #1 AT CAMP RIPLEY, MORRISON COUNTY, MINNESOTA. The contractor shall conduct an archeological investigation of a proposed National Guard training range complex, totaling approximately 525.5 acres, at Camp Ripley in western Morrison County, Minnesota. Field work will include pedestrian walkover and shovel testing. The contractor will need to obtain an archeological license from the Office of the Minnesota State Archaeologist. Key contractor personnel must meet the Secretary of the Interiors professional qualification standards for prehistoric archeologists, historic archeologists, and historians. (vii)The completion date for the service is 13 July 2009, to be delivered to U.S. ARMY CORPS OF ENGINEERS, CEMVP-PM-E, ATTN: VIRGINIA GNABASIK, 190 5TH ST. EAST, SUITE 401, ST. PAUL MN 55101-1638 (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. (ix)The clause 52.212-2 Evaluation-Commercial Items applies to this solicitation. The factors used to evaluate offers will be technical approach, past performance, and price. Technical and past performance, when combined, are significantly more important when compared to price or cost. The USACE contemplates award of a firm fixed price (FFP) contract. (x) The provisions at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items. The contractor shall return a completed copy of this provision with its quotation. A copy of the provisions 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. The following FAR clauses are applicable to this acquisition. 52.204-7 Central Contractor Registration, 52.217-8 Option to Extend Services, 52.219-6 Notice Of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, As amended, 52.222-42 Statement of Equivalent Rates for Federal Hires [Wage determinations WD 05-2289 (Rev.-6)], 52.223-6 Drug-Free Workplace, 52.225-13 Restrictions on Certain Foreign Purchases, 52.228-5 Insurance-Work on a Government Installation, 52.232-1 Payments, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.233-3 Protest After Award, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.237-3 Continuity of Services, 52.242-15 Stop-Work Order, 52.246-4 Inspection of Services-Fixed Price, 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. (xiii) The following DFAR clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative, 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, Required Central Contractor Registration, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.232-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests and 252.243-7001 Pricing of Contract Modifications. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xvi) Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 3:30 PM, September 11, 2008. Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is Carol Olson at carol.s.olson@usace.army.mil (651)290-5406 or by fax, (651)290-5706. Contact her to be sent complete solicitations W912ES-08-T-0066. In order for an interested party to have a complete quotation package, the package must also contain the following items: Copy of completed FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS/ALTERNATE I. A determination by the Government not to award this proposed contract action based on this notice is solely within the discretion of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3d8f327660499aceda814dea121f658e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
Zip Code: 55101-1638<br />
 
Record
SN01647587-W 20080823/080821223008-3d8f327660499aceda814dea121f658e (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.