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
    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.
    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.
    Upland Raptor Survey San Juan National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Upland Raptor Survey project within the Dolores Ranger District of the San Juan National Forest in Colorado. The objective of this procurement is to conduct Broadcast Acoustical Surveys to identify forest raptor species and their nests across approximately 1,927 acres, adhering to established monitoring protocols and quality control measures. This project is crucial for wildlife management and conservation efforts, ensuring the protection of raptor populations and their habitats in national forests. Interested small businesses must submit their proposals by September 26, 2024, with the contract expected to run from September 30, 2024, to August 31, 2025. For further inquiries, potential bidders can contact Paula Sales at paula.sales@usda.gov or Isabel Wimbish at isabel.wimbish@usda.gov.
    Purchase and Delivery of Terrestrial Laser Scanners and accessories updated
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the purchase and delivery of two Leica BLK360 Generation 2 Terrestrial Laser Scanners, along with necessary accessories and software licenses. This procurement aims to enhance the agency's capabilities in collecting field data related to burn severity and forest changes, which is crucial for restoration and carbon loss quantification efforts following wildfires. The initiative is part of the High-resolution Remote Sensing and UAS Program, emphasizing the importance of advanced technologies in effective land management and environmental stewardship. Interested vendors must submit their proposals, including technical capabilities and pricing, by September 24, 2024, and can direct inquiries to Tina Frankenbery at tina.frankenbery@usda.gov.
    F--CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, aimed at treating approximately 330 acres of cheatgrass through the chemical application of the herbicide Plateau (Imazapic). The project requires contractors to conduct an on-site meeting with BLM personnel, apply herbicide while ensuring no ground disturbance, and comply with all relevant environmental regulations. This initiative is part of BLM's broader mission to restore native habitats and promote biodiversity, addressing the ecological impacts of non-native species. Quotes are due by September 19, 2024, at 4:00 p.m. MDT, and interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.
    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.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    7A--Cadastral Survey Carlson Software
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for the acquisition of Carlson brand name or equal software, specifically designed for civil, GIS, and survey applications. This procurement is necessitated by the obsolescence of existing software used for cadastral surveys, and the BLM has determined that Carlson's software uniquely meets its specific operational requirements. The contract, valued at approximately $106,837.50 for 37 units, will run from October 1, 2024, to September 30, 2025, with a focus on promoting participation from small, service-disabled veteran-owned, and women-owned businesses. Interested vendors should contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208 for further details and to ensure compliance with submission guidelines.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.