SMITH SPRING METAL DETECTOR SURVEY
ID: 140L6225Q0022Type: Combined Synopsis/Solicitation
AwardedMay 15, 2025
$12.3K$12,340
AwardeeACR CONSULTANTS, INC. 1438 ODELL CT Sheridan WY 82801 USA
Award #:140L6225P0023
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, 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 Bureau of Land Management (BLM) is seeking a qualified contractor to conduct a metal detector survey and intensive Class III inventory at Smith Spring, Wyoming, as part of a project aimed at assessing and protecting cultural resources along the Sublette Cutoff National Historic Trail. The contractor will perform background research, field inventory, and documentation while adhering to Wyoming State Historic Preservation Office standards, with a focus on non-invasive methods to map and photograph artifacts without removal. This project is crucial for enhancing the understanding of historical emigrant experiences and ensuring compliance with archaeological preservation regulations. The contract is set as a firm fixed price, with a performance period from June 1, 2025, to December 31, 2025. Interested parties must acknowledge receipt of amendments and submit their proposals, including a completed SF1449 form, to the primary contact, Crystal Martinez, at crystalm@blm.gov by the specified deadlines.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management's Kemmerer Field Office seeks an archaeological consulting firm to conduct a metal detector survey and intensive Class III inventory along a segment of the Sublette Cutoff National Historic Trail and a possible mid-19th century emigrant campsite. This project aligns with the BLM's mandates under the National Historic Preservation Act and aims to assess and protect cultural resources on public lands. The firm must have a valid Wyoming BLM Cultural Resource Use Permit and will perform background research, field inventory, and documentation while adhering to Wyoming State Historic Preservation Office standards. The project includes preparing a Class III technical report and ensuring confidentiality about site information. Communication with the BLM will be maintained throughout the project, and travel costs are included in the fixed price contract. The goal is to enhance understanding of the emigrant experience and promote public education regarding these important heritage resources. Fieldwork is scheduled to occur at a confidential location southeast of Cokeville, WY, with the contract's performance period ending on December 31, 2025.
    This government document outlines a bid schedule for various research services, including literature searches, fieldwork notifications, report preparation, and associated travel. Each service is presented with a corresponding payment structure that allows for input of estimated costs per period of performance, either monthly or yearly. The document emphasizes the necessity for a subtotal and a total cost at the conclusion of the listed services, although specific monetary values are not detailed within the text. Its structure indicates that it is designed to facilitate responses to requests for proposals (RFPs) related to federal grants and government contracting. The aim of the document is to establish a clear framework for proposers to outline financial expectations and deliverables for the identified research services, thereby promoting transparency and accountability in government-funded projects.
    The Wage Determination No. 2015-5409 by the U.S. Department of Labor outlines minimum wage and fringe benefits for contractors under the Service Contract Act in Wyoming, specifically for the counties of Lincoln, Sublette, Sweetwater, Teton, and Uinta. It mandates a minimum wage of $17.75 per hour for contracts initiated or extended after January 30, 2022, aligned with Executive Order 14026, while those awarded between 2015 and January 29, 2022, must pay at least $13.30 per hour. Various occupational titles and their respective wage rates are specified, covering a range of roles from administrative support to health occupations, along with required fringe benefits such as health and welfare, vacation, and holidays. The document specifies additional protections and requirements under other executive orders, including the provision of paid sick leave. Compliance standards, including the need for written reports for unlisted occupations, are also detailed. This determination emphasizes worker rights and fair compensation in federal contracting, ensuring adherence to government regulations for a broad spectrum of skill sets and labor categories.
    The AMD 001 solicitation addresses the Smith Spring Metal Detector Survey, which is a new contract to assess a project area located approximately 10 miles southeast of Cokeville, Wyoming. Key inquiries include the requirement for a current Wyoming Cultural Resource Use Permit (CRUP) prior to quote submission, which must be maintained in good standing. The project mandates excavation of all metallic hits identified by the metal detector survey, including a sampling plan for numerous finds. However, due to CRUP restrictions, the collection of artifacts and associated curation costs are not allowed; instead, field analysis and photography of artifacts will be conducted. The document clarifies that testing of positive metal detector hits is required, and emphasizes adhering to CRUP guidelines throughout the project. Overall, the solicitation ensures compliance with cultural resource management standards while undertaking the necessary archaeological evaluation.
    The solicitation 140L6225Q0022 pertains to the Smith Spring Metal Detector Survey, emphasizing that it is a non-collection survey. The survey's primary objective is to map, photograph, and identify any discovered artifacts on-site without removing them. This response confirms that the activities will focus on documenting artifacts in the field, aligning with the non-invasive approach intended for archaeological surveys. The document outlines the basic parameters of the project, ensuring adherence to preservation standards and responsible management of cultural resources. The survey aims to contribute to a better understanding of the site while ensuring compliance with regulatory guidelines that govern archaeological practices.
    The document is an amendment to solicitation number 140L6225Q0022 related to a contract for a metal detector survey at Smith Spring, Wyoming. The amendment, effective until December 31, 2025, clarifies processes for acknowledging amendments and making changes to offers. It emphasizes the necessity for contractors to acknowledge receipt of the amendment to avoid rejection of offers, specifying submission methods. Key requirements include active registration on SAM.gov, adherence to FAR regulations, and completion of designated forms. The amendment results from addressing submitted questions and outlines conditions for responsive quotes, which must be properly completed, signed, and submitted on specified forms. The type of contract is firm fixed price, with a small business set-aside for a particular NAICS code, and the award decision based on trade-offs. Primary contact for this solicitation is Contracting Officer Crystal Martinez. This document illustrates standard practices in federal RFP processes, guiding potential contractors on compliance and procedural obligations.
    The document outlines the amendment and modification of the solicitation for a project referred to as the "Smith Spring Metal Detector Survey," designated by solicitation number 140L6225Q0022. The period of performance for the project is specified as June 1, 2025, to December 31, 2025. The amendment mandates that offers must acknowledge receipt of this amendment before the specified deadline to avoid rejection. Key contracting requirements include active registration on SAM.gov, adherence to invoicing protocols through IPP.gov, and compliance with relevant FAR clauses. The project is classified as a Total Small Business Set-Aside, utilizing NAICS 541620 and is structured as a firm fixed price contract. Award decisions will be based on trade-offs, with proposals needing to meet minimum requirements such as a completed, signed, and priced SF1449 form. The modification aims to address inquiries submitted regarding the solicitation. Crystal Martinez is the primary point of contact for the contracting process. This document is part of federal contracting efforts to secure services necessary for government projects, ensuring compliance and competitive bidding.
    The document outlines a Request for Proposal (RFP) for the Smith Spring Metal Detector Survey, administered by the Bureau of Land Management (BLM) in Wyoming. The contract is set for a firm fixed price and includes a total small business set-aside under NAICS 541620, with completion dates from June 1, 2025, to December 31, 2025. The document emphasizes the need for active registration with SAM.gov and outlines specific requirements, such as a completed and signed Standard Form 1449 and acknowledgment of amendments. Evaluation factors include past performance, technical experience, and a quality control plan. The RFP specifies subcontracting plans and participation from small business categories, including women-owned and service-disabled veteran-owned businesses. Clauses from the Federal Acquisition Regulation (FAR) pertinent to commercial items are incorporated by reference, mandating compliance with various federal requirements. It also addresses payment methods, with an emphasis on electronic invoicing through the U.S. Treasury’s Invoice Processing Platform. Overall, the document serves as a comprehensive guide for potential contractors interested in bidding for government contracts related to archeological and paleontological studies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the FY2026 Arkansas Loop Thinning Project, which involves manual fuels reduction and seeding across approximately 213 acres located northeast of Aztec, New Mexico. The project is structured into five options, with the first option covering 125 acres and the remaining options contingent on funding availability; work will include hand-cutting pinyon and juniper trees, managing slash, and pre-thinning seeding. This initiative is critical for forest management and conservation efforts, ensuring ecological balance while adhering to specific guidelines regarding migratory birds and big game habitats. Interested small businesses must submit their quotes by January 23, 2026, following a site visit scheduled for January 14, 2026, and should contact Audrey Whetham at awhetham@blm.gov for further information.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    USDA NRCS SOURCES SOUGHT SYNOPSIS for CULTURAL RESOURCES SITE INVESTIGATIONS FOR MASSACHUSETTS
    Agriculture, Department Of
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) is seeking qualified large and small businesses to provide cultural resources site investigations and management services in Massachusetts through a non-personal services Blanket Purchase Agreement (BPA). The procurement aims to identify firms capable of conducting archaeological services, including background research, architectural reviews, and Phase 1A and Phase 1B surveys, in compliance with federal and state historic preservation acts. This initiative is crucial for ensuring adherence to cultural resource management standards and guidelines, with an estimated performance period of five years starting February 23, 2026. Interested firms must submit their contact information, SAM.GOV UEI, GSA Schedule Number (if applicable), small business status, and a statement of interest to Crystina Lopez and Shermeka Showers via email by January 9, 2026, at 5 PM EST.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    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.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.