A. Survey Requirements: 1. Contractor shall provide archaeological remote sensing within the provided survey boundaries to meet or exceed remote sensing guidelines outlined in the Instrumentation and Procedures section. 2. No bottom disturbance is anticipated during the execution of the survey. Additionally, no artifact collection is anticipated. 3. Survey parameters listed in the Instrumentation and Procedures section are minimum standards required to complete this survey, additional instruments or procedures may be included by the Contractor. 4. Contractor shall not sub-award any significant portion of this survey work, such as the collection of marine remote sensing data. Sub-awarding for support equipment and services such as a survey vessel or housing is permitted. B. Instrumentation and Procedures: 1. Equipment for this survey should include a side scan sonar, marine magnetometer, and associated geolocational equipment (GPS). Specific instrument requirements are outlined below. 2. Acceptable side scan sonar parameter includes data collection at a frequency of 500-kilohertz or greater and capability to resolve targets 0.5 m in length at its maximum operational range. Side scan sonar altitude shall be ten (10) to twenty (20) percent of the range of the instrument. Side scan imagery should include a minimum of 200% overlap. Side scan data shall be presented as a map of all insonified areas, a mosaic of all side scan data, anomaly locations, target classification/labelling, mensuration, target imagery, and other pertinent acoustic imagery. Side scan data should be post processed to correct for bottom tracking and improve data quality. 3. Marine magnetometer parameters include a total field magnetometer capable of detecting 1.0nT field variability. Background noise levels should not exceed 3nT, peak to peak. While 4Hz sampling is optimum, magnetic sample rate may be set as low as 1Hz. Magnetic sensor altitude shall not exceed 6 m (19.68 ft) and altitude shall be monitored during the survey. 4. Magnetic data shall be presented as a survey area contouring. Additionally, individual target contours and descriptions to include target location, anomaly mensuration, angle of moment (where possible), total anomaly nT intensity (ie. -43nT/152nT), number of lanes of target adjacency, acoustic anomaly correlation, and sensor altitude. Magnetic data will be presented in table format as well as images of target areas with acoustic correlates, where encountered. Target duration may be included but is not required. 5. Survey data will be presented in UTM format as well as Lat/Lon in DD MM.MMM and all target measurements reported in metricSurvey data will be presented in UTM format as well as Lat/Lon in DD MM.MMM and all target measurements reported in metric. C. Required Knowledge, Skills and Abilities: 1. Qualified contractors shall include marine survey technicians with a minimum of five 2. (5) years of experience providing underwater archaeological surveys and who meet, or exceed, Professional Qualification Standards for archaeology as outlined by the United States Secretary Of the Interior. Additionally, the contractor should have previous experience working in the waters of Virginia. Experience within the York River and the submerged landscape at Yorktown is and preferred. 3. Contractor is expected to supply all survey materials, vessels, and instruments and is responsible for all costs associated with the completion of fieldwork. The Contractor shall adhere to the laws, ordinances, and statutes pertaining to the services requested herein and shall acquire any licenses, permits, or permissions required to undertake the survey. DHR will pay a firm fixed price for the entire project to be determined by competitive bidding. 4. Contractor shall operate in a safe manner and follow all relevant safety rules.