Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

G -- Lake Traverse Cultural Study - Combined synopsis/solicitation

Notice Date
9/12/2011
 
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, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-11-T-0129
 
Archive Date
10/1/2011
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Christopher G. Dake, Phone: 6512905415
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil
(Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-1449 combined synopsis/solicitation PHASE I CULTURAL RESOURCE SURVEY, ON EXPOSED SHORLINES AND ASSESSMENT OF PREVIOUSLY IDENTIFIED CULTURAL SITES AT THE LAC QUI PARLE AND LAKE TRAVERSE RESERVOIRS IN WESTERN MINNESOTA AND NORTHEASTERN SOUTH DAKOTA •1.0 INTRODUCTION •1.1 The contractor will undertake a Phase I cultural resource survey of exposed shoreline and assessment on previously identified cultural sites at two U.S. Army Corps of Engineers reservoirs: Lac Qui Parle, MN and Traverse, MN and SD. Lac Qui Parle is located in Chippewa and Lac Qui Parle Counties, MN and lake Traverse is located in Traverse County, MN and Roberts County, SD. •1.2 This cultural resources investigation partially fulfills the obligations of the Corps of Engineers (Corps) regarding cultural resources, as set forth in the National Historic Preservation Act of 1966 (Public Law [PL] 89-665), as amended; the National Environmental Policy Act of 1969 (PL 91-190); the Archeological and Historical Preservation Act of 1974 (PL 93-291); the Advisory Council on Historic Preservation "Regulation for the Protection of Historic Properties" (36 CFR Part 800); and the applicable Corps regulations. Curation of recovered materials and associated records will be at a facility meeting the requirements of 36 CFR Part 79, Curation of Federally-owned and Administered Archeological Collections. •1.3 The Phase I cultural resources investigation fulfills the guidelines of the Corps in which the " identification, evaluation, and preservation of historic properties must be the fundamental goal of any Federal agency preservation program set by [Sec 110(a)(1), Sec. 110(a)(2), Sec. 110(c), and Sec. 110(d)]. These guidelines establish the important role the Corps plays locating and preserving cultural resources in project areas. Specific steps taken by the Corps to comply with these laws "... assure that Federal plans and programs contribute to the preservation and enhancement of non-federally owned sites, structures, and objects of historical, architectural, or archaeological significance." •1.4 This cultural resources investigation will serve several functions. The report will be a planning tool to aid the Corps in meeting its obligations to preserve and protect our cultural heritage. It will be a comprehensive, scholarly document that not only fulfills federally mandated requirements, but also serves as a scientific reference for future professional studies. It will identify resources that may require additional investigations that may have potential for public-use development. Thus, the report must be analytical, not just descriptive. •2.0 PROJECT DESCRIPTION •2.1 Lac Qui Parle was completed by the Corps from 1941-1951 after the Flood Control and Water Conservation Project was authorized by Congress in 1936. Located on the Upper Mississippi River (UMR), it consists of the Lac qui Parle Dam, Marsh Lake dam, Highway 75 Dam and the Watson Sag Weir and diversion channel on the Chippewa River (Figure 1 & 2). •2.2 The construction on Lake Traverse began in 1936 and was completed in 1941 with the main purposes being flood control benefits along the Bois de Sioux River and lower Red River valley and water conservation during frequent periods of draught. Lake Traverse borders western Minnesota, northeastern South Dakota and southeastern North Dakota and consists of two dams, two lakes (White Rock Dam which forms Mud Lake and Reservation dam which serves as a levee separating Mud Lake from Traverse Lake), and the Browns Valley dike (Figure 3 & 4). •2.3 The approach of the Phase I cultural resource investigation, in compliance with Section 110 guidelines, consists of surface walkover of exposed shorelines, in areas not previously surveyed, with assessment of previously identified cultural resource sites of Lac Qui Parle and Lake Traverse. •2.4 Objectives of the Phase I cultural resource survey and assessment include: •· Phase I investigation of shoreline areas that have not been previously surveyed. •· Assess the general nature of previously identified cultural resources. •· Provide recommendations for site management and protection. •2.5 The Contractor will conduct a Phase I surface walkover investigation on the Lac Qui Parle and Lake Traverse shorelines that have not been previously surveyed. After the investigations are complete, a high-quality technical report will be submitted to the Corps for review. •3.0 DEFINITIONS •3.1 Cultural Resources include any building, site, district, structure, object, data, or other material relating to the history, architecture, archaeology, or culture of an area. •3.2 An Assessment pertains to the relocating and recording of site conditions to evaluate threats acting upon cultural resources (e.g. erosion, vegetation, fluvial processes) and involves recommendations for future site management and protection. If desired, soil probes, may be used to help assess a sites condition. Subsurface testing is not considered a component of an assessment. •4.0 ASSESSMENT AND SURVEY REQUIRMENTS •4.1 The Contractor will conduct a Phase I cultural resource survey of exposed shorelines and assessment of previously identified cultural sites in Lac Qui Parle and Lake Traverse in accordance with Sections 2.1 through 2.5. •4.2 The Contractor's work will be subject to the review of the Corps' Technical Representative. The Corps' Technical Representative for this contract is Brad Perkl, St. Paul District archaeologist, at (651) 290-5370. •4.3 If the Contractor has questions regarding any aspect of the required work, conditions or provisions of this scope of work, the Contractor will contact the Corps' Contracting Officer and resolve the confusion before proceeding. The Contractor will not proceed with work that is or appears to be beyond this scope of work without written approval for such work from the Corps' Contracting Officer. •4.4 The Contractor's key personnel working on this project must meet the Secretary of the Interior's professional qualification standards for prehistoric archeologists, historic archeologists, and historians as given in Appendix A of 36 CFR Part 61. Key personnel include the Contractor's principal investigator, field and laboratory supervisors, and field crew chiefs. •4.5 The Contractor will employ a systematic, interdisciplinary approach in conducting the study, using techniques and methods that represent the current state of knowledge for the appropriate disciplines. The Contractor will provide specialized knowledge and skills as needed, including expertise in archeology, history and other social and natural sciences, particularly geomorphology. •4.6 The Contractor will provide all materials and equipment necessary to perform the required services expeditiously. •4.7 The Contractors investigations will include identifying cultural sites and documenting in detail the general condition of those sites. This includes the potential impact in which complex mechanisms may be affecting cultural resources such as shoreline erosion, notably caused by fluvial processes associated with streamflow, fluctuating water levels of the pool, and wave action from wind and commercial and recreational boat traffic. The Contractor will make recommendations for site management and protection of each site, including time and cost estimates for additional archaeological investigations. •4.8 The Contractor must keep standard records that include field notes, maps, photographs and GPS points. The Corps' GPS data format is UTM (Projection), NAD 83 (Horizontal Datum), and Meters (Units). •4.9 State site forms will be prepared for all sites identified during the survey. Data will be included on the present condition of each site, possible cultural/temporal period associated with cultural material, and detail of the contents and locations of identified cultural material. The Contractor will also submit all site forms and updates to the appropriate State agency. In addition, the UTM location of the site shall be noted on all state site forms. •4.10 The Contractor will need to obtain an Archaeological Resources Protection Act (16 USC 470aa-mm; 43CFR7) permit from the Corps' Technical Representative. •4.11 Should the Contractor, in the course of conducting investigations under this contract, discover human remains, associated and/or unassociated funerary objects, sacred objects, or objects of cultural patrimony, activity in the vicinity of the discovery shall immediately cease. The Contractor shall take immediate steps to secure and protect these remains, including stabilization, covering or reburial. As soon as practicable after discovery, the Contractor shall notify the Corps' technical representative of the discovery, its location, and any information on the nature of the discovery, including items found and their apparent age and condition. No further activity shall be allowed in the area of the discovery until the Corps completes the consultation process with appropriate Indian tribes. •5.0 GENERAL REPORT REQUIREMENTS •5.1 The Contractor will submit the following documents, described in this section and Section 5.0: field notes, field reports, a draft contract report, and a final contract report. •5.2 The Contractor's field reports will be a brief summary of the nature, extent and results of the field work conducted. It may be in the form of a letter to the Corps' Technical Representative. •5.3 The Contractor's field notes will include legible copies of important notes and records kept during the investigation. Especially important are the daily field journal of the Principal Investigator or field director. One copy of these notes should be submitted to the Corps' Technical Representative with the draft contract report but should not be bound into the report. •5.4 The draft contract report will detail the approach, methods, and results of the investigation and make recommendations for further work. The draft report will also contain the background sections, current condition, and possible disturbance or degradation. The draft contract report will be submitted to the Corps' Technical Representative, who will review it and forward it to other appropriate agencies for review. Comments will be returned to the Contractor, who will make the necessary revisions and submit the final contract report at no additional expense to the Government. •5.5 The Contractor's draft and final reports will include at least the following sections, as appropriate to the study. The length of each section depends on the level of detail required of the study and the amount of information available. The reports should be as concise as possible, yet provide all the information needed for evaluating and managing the project and for future reference. a. Title page : The title page will provide the following information: the type of study; the types of cultural resources assessed (archeological, historical, and architectural); the project name and location (county and state); the date of the report; the Contractor's name; the contract number, the name of the author(s) and/or Principal Investigator; the signature of the Principal Investigator; and the agency for which the report is being prepared. b. Management summary : This section will provide a concise summary of the study, containing all the information needed for management of the project. This information will include the reason the work was undertaken, who the sponsor was, a brief summary of the scope of work and budget, a summary of the field work and lab analysis, the limitations of the study, the results, the significance of the results, recommendations for further work, and the repository for records and artifacts. c. Table of contents d. List of figures (includes plates) e. List of tables f. Introduction : This section will identify the sponsors (Corps of Engineers) and their reason for the study and present an overview of the study with each site located on USGS quad maps. It will also define the location and boundaries of the study area (using regional and area-specific maps); define the study area within its regional cultural and environmental context; reference the scope of work; identify the institution that did the work and the number of people and person-days/hours involved; give the dates when the various phases of the work were completed; identify the repository of records and artifacts; and provide a brief outline of the report and an overview of its major goals. g. Environmental background : This section will briefly describe the current and precontact environment of the study area, including its geology, vegetation, fauna, climate, topography, physiography, and soils. The relationship of the environmental setting to the area's precontact and current environment should be stressed. The level of detail in this section will be commensurate with that of the other report sections. h. Previous archeological and historical studies : This section will briefly summarize and evaluate previous archeological and historical research in the study area including the researchers, dates, extent, adequacy, and results of past work and any cultural/behavioral inferences derived from it. i. Cultural context : This section will develop the precontact and historic cultural contexts by synthesizing the latest information relevant to the study area. This will include a description of the nature and type of previously recorded precontact and historic cultural resource sites, chronological sequences, cultural characteristics (e.g., diagnostic artifacts, settlement patterns, site types, etc.), and other pertinent information. j. Theoretical and methodological overview : This section will state the goals of the sponsor and the researcher, the theoretical and methodological orientation of the study, and the research strategies that were applied to achieve the goals. k. Field methods : This section will describe all field methods, techniques, and strategies and the reasons for using them. It will also describe field conditions, relevant topographic and physiographic features, vegetation conditions, soil types, stratigraphy, general results, and the reasons for eliminating any uninvestigated areas. l. Laboratory and analysis methods : This section will explain the laboratory methods employed and the reasons for selecting them. It will reference accession or catalog numbers of any photographs, or field notes obtained during the study and state where these materials are permanently housed. It will also describe and justify the specific analytical methods used, including any quantitative analysis of the data, and discuss limitations or problems with the analysis. m. Results : This section will describe the cultural resources studied. As background, it will include each site's description, location, environmental setting, and current condition. It will discuss in depth the quantity, types, and distribution of remains and features found during the testing. It will also present the information used to evaluate each site's significance. It is particularly important that adequate information be presented on sites that are argued not to be significant, as well as on those that are judged to be significant. n. Evaluation and conclusions : This section will formulate conclusions about the resources examined. It will assess the National Register eligibility of each resource, including information about its integrity, relationship to other known sites, anticipated data potential and limitations, and potential for answering important questions about past human behavior. It will also assess the reliability of the analysis, relate the results of the study to the stated goals, and discuss any cultural/behavioral patterns and processes that can be inferred from the results. Further, this section will formulate conclusions about the conditions of the sites in regard to present and past erosion, effects of inundation and other factors. o. Recommendations : This section will recommend any further work deemed necessary. It will summarize Phase II evaluation measures that would be needed to determine if specific resources are eligible for listing on the National Register of Historic Places, as well as a time and cost estimate for this work. It will also describe any areas that were inaccessible and recommend future treatment of them. If the Contractor concludes that no further work is needed at any site, the evidence and reasoning supporting this recommendation will be presented. In addition, this section will assess the reliability of the analysis and discuss goals for future research. p. References : This section will provide bibliographic references (in American Antiquity format) for every publication cited in the report. References not cited in the report may be listed in a separate "Additional References" section. q. Appendices : This section will include the Scope of Work, resumes of project personnel; copies of all correspondence relating to the study; state site forms for all sites evaluated, artifact catalog sheets, and any other pertinent information referenced in the text. r. Figures : The locations of all sites and other features discussed in the text will be shown on legibly photocopied USGS 7.5' topographic quadrangle maps bound into the report. Other recommended figures are regional and project maps, photographs of the project area, and line drawings or photographs of diagnostic artifacts, structures, and unit or feature profiles. s. Tables : The report should include tables of cultural materials by site. Information that may require more detailed tabulation includes lithic tool types and raw materials, ceramic attributes, and floral and faunal remains. •5.6 The Contractor will submit to the Corps' Technical Representative the negatives for all photographs that appear in the final report. •6.0 FORMAT SPEIFICATIONS •6.1 There are no specific format requirements for the field report. A letter report is usually sufficient. •6.2 There are no format requirements for the field notes; however, they must be legible. If the original handwritten notes are illegible, they should be typed. •6.3 Formats for both the draft and final contract reports are as follows: a. The Contractor will present information in whatever textual, tabular, or graphic forms are most effective for communicating it. b. The draft and final reports will be divided into easily discernible chapters, with appropriate page separations and headings. c. The final report text will be typed, single-spaced (the draft report should be space-and-one-half or double-spaced), on good quality bond paper, 8.5 inches by 11.0 inches, with 1.5-inch binding and bottom margins and 1-inch top and outer margins, and may be printed on both sides of the paper. All pages will be numbered consecutively, including plates, figures, tables, and appendices. d. All illustrations must be clear, legible, self-explanatory, and of sufficiently high quality to be reproduced easily by standard xerographic equipment, and will have margins as defined above. All maps must be labeled with a caption/description, a north arrow, a scale bar, township and range, map size and dates, and map source (e.g., the USGS quad name or published source). All photographs or drawings should be clear, distinct prints or copies with captions and a bar scale. e. The draft and final reports will follow the Society for American Archaeology Style Guide. •7.0 MATERIALS PROVIDED •7.1 The Corps' Technical Representative will furnish the Contractor with access to any publications, records, maps, or photographs that are on file at the St. Paul District headquarters that are appropriate to the study being undertaken. •7.2 At the Contractor's request, the Corps' GIS coordinator (Mr. Keith LeClaire, phone: 651-290-5491) will provide a Metadata generation package (CORPSMET) to generate the required metadata file. •8.0 PROJECT SCHEDULE AND SUBMITTALS •8.1 The Contractor will submit reports according to the following schedules: PROJECT SCHEDULE Tasks Calendar Day or Date Monthly Progress Reports Monthly following contract award Fieldwork Completion June 2012 Draft Report Submittal August 2012 Final Report Submittal October 2012 PAYMENT SCHEDULE Tasks 50% Field Work Completion 100% Field Work Completion Draft Reports Submittal Fulfillment of Curation Requirements a. Field reports : Brief letter reports summarizing the field work and its results will be submitted to the Corps' Technical Representative at the end of each month following reward of the contract. b. Draft contract report : Four (4) copies of the draft contract report will be submitted no later than 30 days after completion of the field work. The Corps of Engineers, the State Historic Preservation Office, and possibly other reviewers will review the draft contract report. The draft contract report will be submitted according to the report and contract specifications outlined in this scope of work. c. Project field notes : One legible copy of all the project field notes will be submitted with the draft contract report. d. Final contract report : The original (on CD) and 6 hard copies (on paper) of the final report will be submitted no later than 30 days after the Contractor receives the Corps of Engineers comments on the draft contract report. The final report will incorporate all the comments made on the draft report. The original copy of the final report should be submitted to the Corps on a CD. The original copy will consist of the entire final report, including all text, figures, tables, plates, and appendices. A legible copy of the project field notes and any geospatial (GPS) data collected as part of the fieldwork should also be included on this CD. •8.2 The Contractor will submit a metadata file at least minimally compliant with the Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata. The Corps will provide a Metadata generation package (CORPSMET) to generate these files upon the request of the Contractor (see 6.2 above). This file shall be submitted as a separate document with the final contract report. •8.3 All geospatial data including, but not limited to, archeological/architectural site boundaries, geomorphological tests, and archeological survey/testing limits shall be digitized with a resulting horizontal positional accuracy of > 12.19 m, the National Map Accuracy Standard (NMAS) for USGS 1:24,000 scale maps. All GIS data shall be complete and finalized when submitted and shall be compatible, either directly or in a recognized import format, with ESRI ARCGIS, ArcInfo coverage, and/or ArcView shapefile formats (current versions). All GIS submittals shall include an ArcView projection file or its equivalent. Geospatial coordinate information shall be provided in the local Universal Transverse Mercator (UTM) coordinate system, either Zone 15, NAD 1983, units in meters, or UTM Zone 16, NAD 1983, units in meters, as appropriate to the locations specified in the individual work orders. The Contractor shall prepare metadata that is compliant with Federal Geographic Data Committee (FGDC) standards and compatible with metadata software (Spatial GIS metadata/Data Manager, SMMS 3.11) currently used by the Corps. The FGDC standard is available to download off the internet at the following address: http://www.fgdc.gov/metadata/contstan.html. Metadata shall be included with all GIS submittals. •8.4 A letter summarizing work accomplished since the last invoice shall accompany the invoice, which shall reference the Corps' contract number. Twenty (20) percent of the total contract award amount shall be retained until all curation requirements are fulfilled. •9.0 COORDINATION •9.1 The Contractor's work will be subject to the review of the Corps' Technical Representative. The Corps' Technical Representative for this contract is Bradley Perkl, St. Paul District archeologist, at (651) 290-5370. •9.2 The Contractor will contact the Corps' Technical Representative at least 7 days before the field work begins to discuss the field work schedule and plans and after the fieldwork has been completed. •9.3 If the Contractor has questions regarding any aspect of the required work, conditions or provisions of this scope of work, the Contractor will contact the Corps' Contracting Officer and resolve the confusion before proceeding. The Contractor will not proceed with work that is or appears to be beyond this scope of work without written approval for such work from the Corps' Contracting Officer. •10.0 CONDITIONS 10.1 Neither the Contractor nor his representative shall release any sketch, photograph, report, or other materials of any nature obtained or prepared under this contract without specific written approval of the Corps' Technical Representative prior to the acceptance of the final report by the Government. Dissemination of investigation results through papers at professional meetings or publication in professional journals is encouraged. However, professional discretion should be used in releasing information on site locations where publication could result in damage to cultural resources. 10.2 All materials, documents, collections, notes, forms, maps, etc., that have been produced or acquired in any manner for use in the completion of this contract shall be made available to the Corps' Technical Representative upon request. 10.3 Principal investigators will be responsible for the validity of material presented in their reports. 10.4 The Contractor will be responsible for adhering to all State laws and procedures regarding the treatment and disposition of human skeletal remains. Any human remains encountered will be treated with respect and will not be placed on public display.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0129/listing.html)
 
Place of Performance
Address: Lake Traverse Project, 6338 County Road 10, Wheaton, Minnesota, 56296, United States
Zip Code: 56296
 
Record
SN02572188-W 20110914/110912235745-72a1b57d9d8e18f1e04abaedf8a327dd (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.