Federal Bid

Last Updated on 12 Nov 2011 at 9 AM
Sources Sought
Location Unknown

Archaeological Monitoring Services

Solicitation ID DTFH68-SS-00001
Posted Date 07 Nov 2011 at 11 PM
Archive Date 12 Nov 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 6982af Central Federal Lands Divisi
Agency Department Of Transportation
Location United states

Archeological Monitoring Services

 THIS IS NOT A REQUEST FOR QUOTES.  THE PURPOSE OF THIS SOURCES SOUGHT IS TO CONDUCT MARKET RESEARCH FOR THE REQUIREMENT DESCRIBED BELOW.  THIS SOURCES SOUGHT DOES NOT OBLIGATE THE FEDERAL HIGHWAY ADMINISTRATION (FHWA) TO AWARD A CONTRACT. 

FHWA has a requirement for Archaeological Monitoring services located in the County and State of Hawaii.  FHWA, in cooperation with the Hawaii Department of Transportation (HDOT) and the Department of the Army (DA) has awarded a Saddle Road construction project within the Pohakuloa Training Area (PTA), Keamuku Maneuver Area.  This project consists of roadway earthwork grading operations beginning near existing Saddle Road milepost (MP) 41.5 and extending 10-miles ± to approximately MP 14 on State Route 190, Mamalahoa Highway. 

Archaeological Services are needed to perform on-site monitoring for human burials, cultural resources and lava tubes, and serve as a cultural liaison for FHWA in dealing with interested local agencies and the public during construction operations, including clearing and grubbing and excavation activities.    

Report preparation of any findings for discovered sites will be required to include photographs, site sketch plan and site record forms.  Other duties may include specialized inspections, attend meetings or to perform other mutually agreed upon work including coordination with the COTR, the HI SHPO and other agencies that have an interest in burials and cultural resources discoveries.

Archaeological monitoring is anticipated to begin in December 2011 upon notice of commencement of ground disturbing activities  All work will be completed by late May 2013.

 Prime contractors who are HUBZONE small businesses, 8(a) small businesses, or Service-disabled veteran-owned small businesses who have interest in this requirement and intend to submit a bid for subsequent solicitation MUST submit the following by email to [email protected] or by fax to 720-963-3360 for receipt by close of business (4:00 p.m. local Denver time) on Friday November 11, 2011.

         1) A positive statement of your intent to submit a bid for subsequent solicitation 
         as a Prime Contractor

 

2)  A copy of the letter from the SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program.  In the case of a Service-disabled Veteran-owned small business concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veteran's Administration).  This information must be provided in order to determine eligibility.

 Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status.  All firms must be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/

 

The following NAICS is associated with this work:  541620 Environmental Consulting Services.

 The following small business size standard is applicable:  $7.0 million

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 30 Mar 2017 at 2 PM
Dearborn Michigan 28 May 2010 at 8 PM
Independence West virginia 25 Mar 2019 at 7 PM

Similar Opportunities