I. SYNOPSIS:
a. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 712120 - Historical Sites.
b. The U.S. Army Corps of Engineers, Seattle District (NWS) is soliciting and awarding one (1) purchase order.
c. Overview of Project: This is a non-personnel services contract to perform fieldwork to remove headstones, re-excavate and realign pockets, and reinstall, and clean stones. Fieldwork will be performed by field crews under the supervision of a qualified masonry conservator. Data will be informed by site plans, historic photographs, National Register of Historic Places Determination of Eligibility, and the Cemetery Maintenance Plan. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. To be eligible for contract award, a firm must be registered in the US Government System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov Joint ventures must have its own CAGE code and be registered in SAM as a joint venture.
d. Description of Project: Vancouver Post Cemetery was established in 1882. It is the fourth of four cemeteries associated with the Hudson's Bay Company and the US military, and includes some relocated military burials, as well as Native American burials, many of which are marked "unknown." There are also four Medal of Honor recipients buried at the Post cemetery. Most of the markers are the standard government-issue type established during the Civil War era, and consist of plane white marble with curved tops. There are also 159 private markers of varying types and sizes, some of which are sandstone. Approximately 20 of these are less than 50 years of age; 19 are flat headstones.
Because the cemetery is eligible for listing in the National Register, the 88th's management of its historic features and objects must comply with Section 110 of the National Historic Preservation Act. Part of this obligation requires historic resources to be treated according to the Secretary of the Interior's Standards for Restoration and Rehabilitation (36 CFR 67). Throughout the years, burial markers have moved out of alignment due to ground disturbance and natural settlement of the slope, resulting in an uneven and non-historic appearance.
• Evaluate and assess headstone stability prior to removal.
• Ensure precautions are taken for headstones that are vulnerable to damage during removal.
• Removal of 900 burials headstones at Fort Vancouver Barracks Cemetery.
• Excavation and modification of pocket to alignment with cemetery grid.
• Reinstallation of headstones into new realigned pocket.
• Clean all 1,442 markers (standard as well as private) with the prescribed cleaning agent to remove stains and biological growth.
• Headstone Realignment of an additional 550 headstones at Vancouver Post Cemetery, as needed, in rows to be identified by the COR as requiring additional alignment.
e. Offerors response to this Solicitation limited to 10 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 10 page limitation)
Completed SF1449 with firm fixed price and signature
Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued.
Offerors capability to meet project requirements.
Offerors' Statement of Capability to perform a contract of this magnitude and complexity. Your firm shall identify whether the work was independently completed as a prime contractor or affiliated with another contract (joint venture or as a subcontractor.) If your role was as a subcontractor, describe the design services your company provided. For each project listed, please provide a brief description of the project, customer name, date of performance, customer satisfaction and dollar value of the project. Offerors' should provide at least 2 examples.
f. Offerors shall respond to this Solicitation no later than 5 March 2018, 14:00 Pacific Standard Time (PST). All interested contractors must be registered in SAM to be eligible for award of Government contracts.
g. Email responses to: Charles Boswell, Contract Specialist, CENWS-CT-A, Seattle District, Email address: [email protected]. Email is the preferred method when receiving responses to this solicitation.
h. Contracting Office Address:
US Army Corps of Engineers, Seattle District
P.O. Box 3755
Seattle, WA 98124-3755
i. Point of Contact(s):
Technical POC: Lauren McCroskey e-mail: [email protected]
Contracting POC: Charles Boswell, e-mail: [email protected]