Oregon Bids > Bid Detail

Umatilla National Forest - Heritage Survey

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159928917294883
Posted Date: Feb 9, 2023
Due Date: Feb 15, 2023
Solicitation No: 12048923Q0009
Source: https://sam.gov/opp/6760794fc0...
Follow
Umatilla National Forest - Heritage Survey
Active
Contract Opportunity
Notice ID
12048923Q0009
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA FOREST SERVICE-SPOC NW
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 09, 2023 11:43 am CST
  • Original Response Date: Feb 15, 2023 05:30 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B503 - SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Pendleton , OR 97801
    USA
Description

The USDA Forest Service requires archaeological services in support of the Umatilla National Forest. The period of performance will be May 1st, 2023, through September 15th, 2023. The Products of the contract will be:





a. Condition Assessments:




  • documentation of any changes to the site description, as well as photographs, GPS, and other data as required to update documentation to the site recording standards indicated in the Parkers Mill UMF Contract Specifications and Fulgham 1989.





b. Archaeological Site and Isolate Recordation:




  • Any new resources identified within 30 meters of the project area (site or isolated find) during the process of performing the prescribed work will be recorded using Forest Service National Site Forms with the Forest Service Mobile Application to the standards indicated in the Parkers Mill UMF Contract Specifications and Fulgham 1989.





The contractor will provide monthly reports within 10 calendar days of the 1st of each month. Monthly reports shall include the names of the individuals currently working the contract (Principle Investigator, Field Crew Leader, and Field Crew) as well as work previously completed and projected to be completed for the following month.





All work will occur in The Parkers Mill Project Area which is approximately 32,217 acres. The project area also contains 185 previously documented sites and isolated finds (cultural resources). Eighty-one of these cultural resources have been documented as sites with the remainder having been documented as isolated finds. Of these resources, 80 sites and 97 isolated finds have been identified as eligible for site monitoring and condition assessments (condition assessments) under this contract. This totals to 177 potential condition assessments.





The applicable North American Industry Classification System (NAICS) is 541690 and the size standard is $16.5 million. The Product Service Code is B503





We anticipate issuing a Request for Proposals (RFP) approximately 15 February 2023 at www.sam.gov., but all dates in this notice are subject to change. Any amendments applicable to



the solicitation will be posted at the same site. To take advantage of business opportunities with the USDA Forest Service you must register your firm with the System for Award Management (SAM) at www.sam.gov.





The Forest Service intends to award one firm fixed-price purchase order. Any award will be based on the best value to the Government. This requirement will be solicited as a total small business set-aside procurement that will consider past performance and price in the award decision; these evaluation factors are subject to change. Final evaluation factors will be defined in the solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • SPOC Northwest 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 202500001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 09, 2023 11:43 am CSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >