Skip to main content

An official website of the United States government

You have 2 new alerts

Cultural Resources/Historic Properties Inventory Oklahoma

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jun 25, 2024 10:01 am CDT
  • Original Published Date: Jun 13, 2024 12:51 pm CDT
  • Updated Date Offers Due: Jul 08, 2024 05:00 pm CDT
  • Original Date Offers Due: Jun 27, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 23, 2024
  • Original Inactive Date: Jul 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: B503 - SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Stillwater , OK
    USA

Description

(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart  12.6, and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued.

(ii) Solicitation number 12FPC124Q0021 is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 effective 05/22/2024.

(iv) This solicitation is being conducted as 100% small business set-aside. The applicable NAICS code is 541620 - Environmental Consulting Services, which has a size standard of $19M. For more information on size standards visit http://www.sba.gov/size. 

(v) A list of line item number(s) for this requirement is as follows:

CLIN 0001 Base Period (POP Dates TBD After Award) Cultural Resources/Historic Properties Inventory               

CLIN 0002 Option Period One (POP Dates TBD After Award) Cultural Resources/Historic Properties Inventory

CLIN 0003 Option Period Two (POP Dates TBD After Award) Cultural Resources/Historic Properties Inventory

CLIN 0004 Option Period Three (POP Dates TBD After Award) Cultural Resources/Historic Properties Inventory

CLIN 0005 Option Period Four (POP Dates TBD After Award) Cultural Resources/Historic Properties Inventory

(vi) Description of requirements for the items to be acquired.

USDA NRCS in Oklahoma has a requirement for the completion of an intensive pedestrian cultural resources/historic properties inventory, including subsurface probes, on privately-owned lands of range, pasture, and non-industrial forest throughout Oklahoma. See SOW within attached RFQ 12FPC124Q0021 for a complete description of the requirement. 

(vii) Date(s) and place(s) of delivery and acceptance and FOB point.

The areas of potential effect (APEs) for this undertaking consist of privately-owned lands of range, pasture, and non-industrial forest throughout Oklahoma not to exceed 1,000 acres. See SOW for complete description of the requirement to include Place of Performance.

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.  See RFQ 12FPC124Q0021 section L for Instructions to Offerors.

(ix)  The provision at  52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition.  See RFQ 12FPC124Q0021 Section M for Evaluation Criteria.

(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.

(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial products and Commercial Services, applies to this acquisition.

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.   See attached RFQ 12FPC124Q0021 for any additional clauses that have been indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

(xiii) Additional applicable requirement(s) are as follows:

Procedures for complying with the mandates are outlined in the following references:

•          Section 106 of the National Historic Preservation Act (NHPA), as amended

•          36 CFR 800; Protection of Historic Properties

•          Archaeology and Historic Preservation: Secretary of Interior’s Standards and Guidelines

•          Archaeological Resources Protection Act (43 CFR Part 7)

•          NRCS National Cultural Resources Procedures Handbook

•          NRCS General Manual 420, Part 401

•          NRCS National Environmental Compliance Handbook

•          Oklahoma SHPO, Factsheet #10

Information on Section 106 of the NHPA, 36 CFR 800, and the Secretary of Interior’s Standards and Guidelines is available from the Oklahoma State Historic Preservation Office at http://www.okhistory.org/shpo/section106.htm

(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating are Not Applicable for this requirement.

(xv) The date, time and place offers are due.

Please provide a quote via email to: priscilla.perry@usda.gov and pedro.arritola-vazquez@usda.gov by 5:00 PM CST on June 27, 2024.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation.

Government Point of Contact

Contracting Officer: Pedro Arritola-Vazquez, email:  Pedro.Arritola-Vazquez@usda.gov, (720) 544-2886.

Contract Specialist:     Priscilla Perry, email: priscilla.perry@usda.gov, (202) 401-0632.

The purpose of Amendment 0001 is as follows:


1. Post Questions and Answers
2. Add S01 - Attachment J.1 - Pricing Sheet
3. To Extend the RFQ Due date to July 8, 2024 by 5:00 PM CDT.


A signed copy of this amendment shall be submitted with RFQ response.

Contact Information

Contracting Office Address

  • FPAC BUS CNTR-ACQ DIV 1400 INDEPENDENCE AVE SW
  • WASHINGTON , DC 20250
  • USA

Primary Point of Contact

Secondary Point of Contact

History