B--BLM-CO ESCALANTE RANCH INVENTORY
ID: 140L1724Q0067Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, 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 soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties in compliance with the National Historic Preservation Act, ensuring that all findings are documented according to established standards. This procurement is critical for preserving cultural heritage and managing resources effectively within the BLM's jurisdiction. Proposals are due by September 16, 2024, and must be submitted to Patrick Frost at pfrost@blm.gov, with a focus on demonstrating managerial qualifications, technical expertise, and compliance with federal labor regulations, including adherence to wage determinations under the Service Contract Act.

    Point(s) of Contact
    Frost, Patrick
    (303) 239-3605
    (303) 239-3699
    pfrost@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks a contractor to conduct a Class III cultural resource inventory and site revisits in the Leonards Basin Heritage Area within the Dominguez-Escalante National Conservation Area, Colorado. This project is mandated by Section 110 of the National Historic Preservation Act to identify and evaluate historical properties. The inventory will cover approximately 520 acres, primarily consisting of historic agricultural homesteads. It includes recordation of various features like cabins, barns, and artifacts. Additionally, the project requires re-recording a nearby prehistoric rock art site and performing a visual landscape assessment. Contractors must possess a current Colorado BLM Cultural Resource Use Permit, and a qualified field crew chief must supervise fieldwork. Deliverables include a preliminary letter report, a draft report, and a final report, all adhering to established guidelines. The document emphasizes compliance with legal standards, confidentiality of site-specific information, and ownership of collected artifacts by the BLM. This RFP reflects the federal government's commitment to historic preservation and resource management, ensuring culturally significant sites are properly documented and safeguarded.
    The document outlines the Wage Determinations under the Service Contract Act, specifically Wage Determination No. 2015-5435, Revised on July 22, 2024. It mandates that contracts subject to the Service Contract Act adhere to minimum wage requirements set by Executive Orders 14026 and 13658, with rates varying based on the contract's initiation or renewal date. For 2024, the applicable minimum wage rate is at least $17.20 per hour for contracts entered into or extended post-January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $12.90 per hour. The document provides a comprehensive list of occupations and corresponding hourly wage rates affecting various job categories in Colorado, including administrative, health, technical, and service occupations. Each classified role includes specific wages and fringe benefits, such as health and welfare, vacation, and holiday pay. It reiterates the applicability of additional executive orders on paid sick leave and the requirement for contractors to ensure employee rights are maintained, including provisions for uniform allowances and hazard pay where relevant. This framework ensures fair labor practices are upheld within federal contracts, influencing both federal and state/local Request for Proposals (RFPs) and grant applications.
    The Bureau of Land Management (BLM) has issued a Statement of Work for a Class III cultural resource inventory in the Owl Ridge area, within the Kremmling Field Office, Colorado. This inventory is mandated by the National Historic Preservation Act to assess the effects of BLM activities on historic properties before initiating any ground-disturbing actions. The project spans 1,330 acres and involves the identification and evaluation of cultural resources, guided by established standards and protocols. Key objectives include re-documenting 44 known cultural sites and addressing potentially undocumented resources. A visual landscape assessment is also required, emphasizing environmental features and visitor impact. The contractor must adhere to stringent requirements, including holding a valid Cultural Resource Use Permit, completing specific reports, and maintaining confidentiality of site information. The contract consists of three main deliverables: a preliminary letter report, a draft report, and a final report, all within a set timeline leading to completion by August 2025. Overall, the scope emphasizes compliance with preservation standards and effective management of cultural resources, supporting informed decisions for future restoration projects within the BLM's jurisdiction.
    The document is a wage determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits required for various occupations across specific counties in Colorado. It specifies that contracts established after January 30, 2022, must comply with Executive Order 14026, setting a minimum wage of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658 with a minimum wage of $12.90 per hour. Included are detailed wage rates for numerous occupations, such as administrative support, automotive service, health occupations, and protective services, along with a requirement for fringe benefits like health and welfare, vacation, and holiday pay. The wage determination also outlines regulations for workers' rights, including paid sick leave under Executive Order 13706. This document guides contractors and resource managers in ensuring compliance with federal labor laws when engaging in contracts that are subject to the SCA, particularly within the context of government RFPs, grants, and local proposals, emphasizing the importance of fair wage practices and worker protections in government contracting.
    The document is an amendment to a solicitation for Class III Cultural Inventory services by the Bureau of Land Management (BLM) in Colorado. The amendment updates GIS Shapefiles for two specified projects: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres) while maintaining the original terms and conditions. Proposals are due by September 16, 2024, and should detail pricing for each project separately. The evaluation criteria prioritize managerial qualifications, capacity to perform the work, technical expertise, and specialized experience, with price being a tertiary factor. Contractors and subcontractors must hold a current Permit for Archaeological Investigations (PAI) to be eligible. The contract type is firm-fixed price, with a performance period from September 23, 2024, to September 22, 2025. Subcontracting is allowed if qualifications are met. The document stresses the importance of timely submission and adherence to government procurement standards, identifying Patrick Frost as the point of contact for inquiries. Overall, the amendment aims to ensure a competitive and qualified bidding process for essential cultural resource surveys in Colorado.
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two specific sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The proposal deadline is September 16, 2024, and respondents may submit bids for either or both projects. Criteria for evaluation will include managerial qualifications, the capacity to meet the proposed timeline, technical expertise in cultural resource surveys, and relevant experience in similar projects. The contract will be awarded based on a combination of price and qualitative factors, with a focus on achieving the best value for the government. Proposals must demonstrate the ability to adhere to specific archaeological investigation requirements, including possession of the necessary permits. Additional requirements pertain to invoicing and adherence to federal regulations, including compliance with various federal acquisition regulations and standards. The BLM emphasizes a commitment to thorough evaluation and safety in cultural resources management, reflecting a rigorous approach to federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cultural Resource Survey South Park Sacramento Gulch
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a Class III cultural resource survey at the South Park Sacramento Gulch Mine site in Colorado. The objective is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources, particularly in light of the environmental cleanup and potential destruction of the Sacramento Mine. This initiative is crucial for ensuring compliance with federal regulations that protect historical and cultural sites, reflecting the government's commitment to environmental stewardship and cultural resource management. Proposals are due by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. Interested parties can contact Kathy Bosch at mary.bosch@usda.gov for further information.
    F--SNDO ARROW CANYON ETHNOGRAPHIC ASSESSMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is soliciting proposals for an Ethnographic Assessment of Arrow Canyon, aimed at identifying cultural and spiritual sites significant to Native American tribes. The project will involve collaboration with various tribes to gather insights on traditional practices, assess the impacts of sediment accumulation from Arrow Canyon Dam, and support the recognition of historic sites for potential listing on the National Register of Historic Places. This initiative underscores the importance of integrating Traditional Ecological Knowledge into land management decisions, reflecting the BLM's commitment to honoring Indigenous heritage. Proposals are due by September 16, 2024, with a project performance period from September 20, 2024, to September 19, 2026. Interested parties should direct inquiries to Amanda Cline-Rispress at aclinerispress@blm.gov.
    B--MT IRISH CULTURAL - INTERPRETIVE MATERIALS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the development of interpretive materials related to the Mt. Irish Cultural Resource Protection project. The primary objective is to create educational content, including two large kiosk panels, six smaller interpretive panels, and a high-resolution printed map, to enhance visitor understanding of the cultural significance and recreational opportunities at the Mt. Irish Petroglyph Site. This initiative underscores the importance of cultural resource protection and visitor education, while also engaging local tribal nations in the interpretive process. Interested small businesses must submit their proposals by 2:00 PM PST on September 17, 2024, with the contract performance period running from September 23, 2024, to January 31, 2025. For further inquiries, potential bidders can contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    58--drone-mountable Lidar scanning solution
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for a drone-mountable Lidar scanning solution to enhance its capabilities in documenting natural and cultural resources. The required system must be compatible with the Freefly Astro aircraft, capable of capturing high-density data at a range of 200 meters, and achieve a minimum accuracy of 4 cm, with essential features including data processing software and a perpetual software license. This procurement is vital for advancing BLM's geospatial documentation and analysis capabilities, and interested vendors must submit their proposals by September 16, 2024, including all required documentation to Amanda Judd at ajudd@blm.gov.
    B--Wyoming Statewide Riparian and Wetland Data AIM Collection/Surveys - Combined S
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking qualified vendors to provide environmental consulting services for the collection of Riparian Wetland Assessment, Inventory, and Monitoring (AIM) data across Wyoming. The procurement aims to gather critical habitat data using established AIM protocols, with the contract set to commence in the 2025 field season and potentially extend through 2029, involving data collection at designated points across various Field Offices. This initiative is vital for enhancing land health understanding and resource management, ensuring compliance with environmental monitoring standards. Interested parties must submit their quotes by September 18, 2024, and notify the BLM of their intent to participate by September 6, 2024; for further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    56--FENCE MATERIALS - BLM ELKO DISTRICT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for various fence materials for the Elko District Office in Nevada, under Solicitation Number 140L3924Q0147. The procurement includes items such as barbed wire, galvanized steel pipes, and steel fence posts, all of which must comply with specific ASTM standards and the Buy American Act. These materials are crucial for effective land management operations, ensuring the maintenance and security of public lands. Interested small businesses must submit their proposals by September 18, 2024, at 2:00 PM PST, and can direct inquiries to Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.