Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912ES22R0003
The U.S. Army Corps of Engineers (USACE), St. Paul and Rock Island Districts have a requirement to provide multidisciplinary cultural resource related services for projects undertaken by the USACE in ...
The U.S. Army Corps of Engineers (USACE), St. Paul and Rock Island Districts have a requirement to provide multidisciplinary cultural resource related services for projects undertaken by the USACE in support of ongoing and future district efforts. The St. Paul District proposes to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for NTE $10,000,000.00. Contract duration is five (5) years (base period plus four option years). The Contractor shall be regionally specialized and deliver work products within the area encompassed by the upper Mississippi watershed, specifically North and South Dakota, Minnesota, Wisconsin, Iowa, Illinois, and Missouri. The work includes, but is not limited to, terrestrial archeological investigations, often of multicomponent prehistoric occupation sites, preparation and execution of data recovery plans, preparation of unanticipated discovery plans, coordination efforts for on-site consultation among State Historic Preservation Office (SHPO), Native American Tribes, and other interested parties, remote sensing, geoarchaeological testing and analyses, Geographic Information System (GIS) and Global Positioning Systems (GPS) services in support of cultural resources investigations, and public outreach may all be delivery order requirements. Laboratory processing and analyses of recovered materials, collections management, conservation and curation services, report preparation and submission may typically be needed. In addition to subsurface archaeological sites, built environment properties will require inventories and documentation for evaluation and assessment of effects, along with mitigation efforts including relocation and stabilization of structures in some cases. Contractors must be familiar with current Federal regulations, guidelines, and procedures related to the types of services required, and be able to manage subcontractors while working on concurrent delivery orders under strict deadlines. Please email all questions to John Riederer, Contract Specialist - John.P.Riederer@usace.army.mil - at least two working days prior to solicitation close. This solicitation is a Request for Proposal, 100% set-aside for small business concerns under NAICS 541720, with a size standard of $22,000,000. Please email proposals to John.P.Riederer@usace.army.mil Proposals must include the completed SF1449, Schedule of Labor Rates, Annotated Project Summary, Statement of Past Performance (not more than 6 pages), Statement of Capability (not more than 6 pages), and Past Performance Reviews. See Addendum to 52.212-1 (pg 17 - 20 of solicitation). Please acknowledge any amendments, if issued, by including the completed form SF30 with the proposal. Offeror shall be registered in SAM (System for Award Management) https://www.SAM.gov/ to include the FAR and DFARS Representations and Certifications sections with the NAICS code applicable to the solicitation. AMENDMENT 0001 has been added. Amendment 0001 makes changes to the Addendum to 52.212-1, provides the missing Attachment 1 (Past Performance Questionnaire) form, adds responses to Questions from Industry, and extends the submission deadline for proposals. Please e-mail proposals to John.P.Riederer@usace.army.mil. Please limit emails to no more than 25 MB. Multiple emails are acceptable. Please acknowledge receipt of Amendment 0001 in your proposal. The preferred method for acknowledging amendments is to submit the signed form SF30 (first page) with your proposal.