B--BLM WRFO ABC CULTURAL RESOURCES INVENTORY
ID: 140L3725Q0061Type: Solicitation
AwardedMay 28, 2025
$77.2K$77,200
AwardeeGRAND RIVER ARCHAEOLOGICAL INC 2832 UNAWEEP AVE Grand Junction CO 81503 USA
Award #:140L3725P0034
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for a Class III cultural resource inventory covering approximately 1,930 acres of public land in Moffat, Rio Blanco, and Garfield Counties, Colorado. The project aims to conduct intensive cultural resource evaluations to comply with the National Historic Preservation Act before any ground-disturbing activities related to vegetation reduction and prescribed burning. This inventory is crucial for preserving cultural resources while facilitating necessary land management activities, ensuring that all evaluations adhere to established BLM guidelines and state protocols. Interested contractors must acknowledge receipt of the solicitation amendments and submit their quotes by May 16, 2025, with the contract's performance period extending from May 16, 2025, to February 27, 2026. For further inquiries, contact Daniel Rosales at drosales@blm.gov.

    Point(s) of Contact
    Rosales, Daniel
    drosales@blm.gov
    Files
    Title
    Posted
    This document outlines the contract clauses and provisions for a federal government solicitation, following the Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR). It emphasizes the authority of the Contracting Officer and their designated representative, clarifying their powers and limitations in contract management. Key clauses require compliance with commercial product regulations, subcontracting rules, and various federal laws promoting ethical business conduct, labor standards, and small business utilization. The solicitation encourages multiple submissions from potential contractors, emphasizing the importance of meeting specific evaluation criteria, such as project experience and technical approach, while mandating electronic invoicing through the Department of Treasury's Invoice Processing Platform. Overall, the document serves to ensure fair and efficient procurement processes, supporting government objectives in contracting and adhering to legal requirements.
    This document outlines the requirements and inquiries related to a cultural resource inventory project involving the Bureau of Land Management (BLM) in Colorado. It discusses past surveys, specifically the need for a comprehensive Class III cultural resource survey due to insufficient recent inventories. Key resources and sites within the area of potential effect (APE) are identified, with access to existing data through the OAHP's Compass database. The BLM confirms that only a Colorado BLM Archaeological Permit is necessary for project execution, without additional permits or known wildlife restrictions. Moreover, it addresses logistical concerns such as coordination for access to mapped areas, and states that no unique field protocols are required, as no sensitivities have been identified. Contractors must adhere to standard BLM guidelines regarding environmental impact and safety, particularly concerning vehicle use and potential fire restrictions. Overall, the document serves to clarify expectations and requirements for contractors engaged in the cultural resource inventory, ensuring compliance with federal regulations while aiming to protect cultural heritage in the area.
    The document is an Amendment (0001) to Solicitation No. 140L3725Q0061, primarily focusing on changes to specific sections within a federal contract solicitation. The amendment outlines instructions for offerors regarding the acknowledgment of the amendment, indicating that offers must be modified accordingly to comply with the specified deadline. The amendment revises Section C (Clauses) and Section E (Provisions) of the solicitation, while all other terms remain unchanged. The effective period of performance for the contract extends from May 16, 2025, to February 27, 2026. The modification process allows contractors to adjust offers already submitted via electronic communication or letters before the designated opening time. This document illustrates the procedural and administrative framework governing modifications to government solicitations, reflecting compliance with federal regulations, specifically FAR guidelines.
    The document is an amendment to a solicitation regarding the BLM FA-National Interagency Fire Center. The amendment extends the deadline for submitting quotes to May 16, 2025, at 10:00 MDT, due to pending responses to questions. The period of performance for the resulting contract remains from May 16, 2025, to February 27, 2026. It outlines the necessary acknowledgment methods for contractors regarding the changes made by this amendment. These include confirming receipt in-person, via letter, or electronic communication, prior to the specified deadline. All other terms and conditions of the solicitation remain unchanged. This amendment reflects federal procedures aimed at ensuring clarity and compliance in procurement processes for government contracts concerning firefighting and related services.
    The document is an amendment for a federal solicitation, specifically Amendment 0003 to Solicitation No. 140L3725Q0061. Its primary purpose is to acknowledge changes made to the solicitation, including the inclusion of Questions and Answers relevant to the proposal process. It emphasizes the necessity for contractors to acknowledge receipt of the amendment to ensure their offers are considered valid, with specified methods for doing so, such as submitting copies of the amendment or electronic communication referencing the amendment number. The amendment also confirms the period of performance as May 16, 2025, to February 27, 2026, and notes that all other terms and conditions remain unchanged. The document serves as an essential update for contractors responding to the solicitation, ensuring clarity and compliance with government procurement requirements. Overall, it facilitates the continuation of the contracting process within the federal framework, safeguarding adherence to established guidelines.
    The Bureau of Land Management (BLM) is soliciting quotes for a Class III cultural resource inventory covering approximately 1,930 acres of public land in Moffat, Rio Blanco, and Garfield Counties, Colorado, as part of the National Historic Preservation Act compliance. The project, detailed under Solicitation No. 140L3725Q0061, requires contractors to conduct intensive cultural resource evaluations before any ground-disturbing activities related to vegetation reduction and prescribed burning. Key tasks involve pre-field reviews, field inventories, recording, and evaluating cultural resources according to established BLM guidelines and state protocols. The contractor must manage logistics, adhere to strict confidentiality, and ensure site protection. All deliverables, including reports, GIS shapefiles, and site forms, must comply with specified standards and timelines, with the contract's period of performance from May 16, 2025, to February 27, 2026. Payment will be processed electronically upon completion of the tasks. This solicitation underscores the importance of preserving cultural resources while facilitating necessary land management activities.
    Lifecycle
    Similar Opportunities
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.