Skip to main content

An official website of the United States government

You have 2 new alerts

Cultural Resource Investigations IDIQ - USACE St. Paul & Rock Island Districts

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: May 13, 2022 02:51 pm CDT
  • Original Date Offers Due: Jun 14, 2022 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 29, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: AF11 - EDUCATION, TRAINING, EMPLOYMENT, & SOCIAL SVCS R&D SVCS; EDUCATION SVCS R&D; BASIC RESEARCH
  • NAICS Code:
    • 541720 - Research and Development in the Social Sciences and Humanities
  • Place of Performance:
    Saint Paul , MN 55101
    USA

Description

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. 

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact

History