SOURCES SOUGHT
B -- Archaeological Investigatins
- Notice Date
- 7/28/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
- ZIP Code
- 22060-5116
- Solicitation Number
- W91QV1-14-T-0277
- Response Due
- 8/4/2014
- Archive Date
- 9/26/2014
- Point of Contact
- Pamela.R.Beharrie, 7038068792
- E-Mail Address
-
MICC - Fort Belvoir
(pamela.r.beharrie.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought announcement seeking responses from only qualified small business firms in determining the appropriate acquisition method under this socioeconomic program. The Mission and Installation Contracting Command, Fort Belvoir intends to procure services for three archaeological survey investigations, Phase II, on Fort Belvoir, VA. The services to be performed require the Contractor to perform tasks using appropriately skilled individuals who meet or exceed the Secretary of the Interior's Professional Qualification Standards (48 FR 22716, 1983) for Archeology. All members of the survey crew must be naturalized United States citizens, and photography will be limited. Access to sites will require standard identification and security restrictions common to Fort Belvoir main post. The Contractor shall complete all work in accordance with Guidelines for Conducting Cultural Resource Survey in Virginia (Virginia Department of Historic Resources [VDHR], revised 2001) and The Secretary of the Interior's Standards and Guidelines for Archaeology and Historic Preservation (48 FR 44716, 1983). The Contractor shall perform a Phase II level archaeological evaluation as described in Guidelines for Conducting Cultural Resource Survey in Virginia. Phase II investigations will include subsurface testing and additional historical research. The Contractor will submit the revised survey forms to the VDHR using the Data Sharing System upon approval by the Contracting Officer's Representative (COR) or his designee. The purposes of the Phase II investigations are to evaluate whether the site is eligible for the National Register of Historic Places and to provide recommendations for future treatment of the site depending on its significance. The investigations shall determine the horizontal and vertical site boundaries, site integrity, site chronology, and function, and evaluate the effect of the proposed project on the site if it is recommended significant. The contractor shall conduct background research for historic sites and gather more intensive information on site chronology, function and usage data that might be associated with the site. Contractor shall conduct additional background research for a historic context and subsurface testing is required at Sites 44FX1330, 44FX1500 and 44FX0035 to assess their eligibility to the NRHP. Research into the history of the area will be undertaken at the office of the Fairfax County Park Authority, Resources Management Division, Cultural Resources and Management Section, the office of the Fort Belvoir Historian, the offices Fort Belvoir Directorate of Public Works, and the National Archives and Records Administration. Contractor shall perform field investigations to include the shovel test and test unit excavations to test the approximately 1.55 acre site 44FX1330 and the approximately 0.3 acre site 44FX1500 and approximately 12 acre site 44FX0035. Shovel tests should be excavated on a staggered grid spaced at 20-foot (ft.) intervals. The goal of the shovel testing is to refine site boundaries, test for features, and gain an understanding of artifact distribution and stratigraphy across the site. The shovel tests will also provide information along with surface indications of the locations for the test units. An appropriate number 3-by-3 foot units will be excavated at each site to investigate the vertical boundaries, subsoil integrity, and stratigraphy of the site. All shovel tests shall be excavated to subsoil. Excavated soil matrices shall be screened through -inch hardware cloth to ensure uniform recovery of cultural materials. Information on each shovel test shall be recorded on standardized forms that include the location, setting, and designation of the excavation; the presence or absence of artifacts; the number and types of artifacts; and soil designations and texture according to standard scientific nomenclature. The shovel test information shall be used to guide the placement of test unit (3-by-3-ft. square) excavations. Test units provide a larger exposure of the stratigraphy and provide a larger sample of artifacts. Placement of test unit locations may include: artifact concentrations, yard surfaces, features, and other locations that assist in the evaluation of the site. Excavated matrix from test units shall be screened through -inch hardware cloth and artifacts will be collected in bags labeled with provenience information. The excavation of all test units will be by natural stratigraphy. Information on each test unit shall be recorded on standardized forms that included the provenience information; the presence or absence of artifacts; the number and types of artifacts; and soil designations and texture according to standard scientific nomenclature. A plan drawing, if necessary, and at least one profile drawing will be made for each unit in order to record the stratigraphy. The contractor shall prepare site-specific maps of the Phase II site. These maps will include locations of the excavations, any surface features, and local landmarks. The Contractor shall work with the Fort Belvoir GIS department to generate GIS data for the site boundaries. The excavations will also be documented using digital photography methods. The designated NAICS code is 541712, with a small business size standard of 500. Your responses shall include the following information: company CAGE code, relevant past performance on same/similar work in the last three years (include contract number, dollar value, and contracting officer, customer name, phone number and email address). Responses shall be limited to two pages and emailed to pamela.r.beharrie.civ@mail.mil and Sharon.k.shelton4.civ@mail.mil not later than (NLT) 2:00 PM Eastern Standard Time, 4 August 2014. Any questions shall be directed to Ms. Pamela Beharrie, Contract Specialist & Ms Sharon Shelton, Contracting Officer, via the emails provided above. IF A SOLICIATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE IN A SEPARATE ANNOUNCEMENT. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. In accordance with FAR 52.204-7, all offerors must be currently registered in the System for Award Management (SAM), found at https://www.sam.gov; lack of registration in SAM will make an offeror ineligible for contract award. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9b890582b486631a7407c1bcef13afe9)
- Place of Performance
- Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
- Zip Code: 22060-5116
- Zip Code: 22060-5116
- Record
- SN03439999-W 20140730/140728234840-9b890582b486631a7407c1bcef13afe9 (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 |