DOUGLAS MOUNTAIN CULTURAL SURVEY
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Jun 09, 2023 11:50 am MDT
- Original Date Offers Due: Jun 28, 2023 04:00 pm MDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 13, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: B503 - SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL
- NAICS Code:
- 541620 - Environmental Consulting Services
- Place of Performance:
Description
The Bureau of Land Management, Colorado, has a requirement for an archaeological Class III (intensive) field inventory of approximately 2,577 BLM acres of public land in Moffat County, Colorado. The cultural resource inventory is required prior to mechanical (mastication), Lop and scatter, piling, and prescribed burning to locate, evaluate and adequately protect all sites from the effects of the undertaking.
Details are included in the solicitation and Statement of Work attached to this RFQ. No site visit is scheduled but maps are included at the end of the Statement of Work.
This solicitation is being issued as a total small business set-aside. The NAICS associated with this solicitation is 541620 Environmental Consulting Services, which has a small business size standard of $19M.
Award decision will be based on a Lowest Price Technically Acceptable basis. See provision FAR 52.212-2 Evaluation in solicitation.
Technical: Technically acceptable means that the offeror includes a technical description of how it will accomplish the work, detail in addressing how standards and procedures for WRFO and Colorado are achieved to ensure a high quality product that requires minimal review and correction by the reviewing official, and on the quality of past work demonstrated by example of acceptable work in northwest Colorado (Submit a minimum of 2 and no more than 4). We also request a list of project leads and their experience conducting cultural surveys in Colorado.
The contractor must have a valid Colorado consulting archaeological permit or be able to obtain a permit (see BLM Handbook for more information). The contractor must also have, or be able to obtain, a Colorado Office of Archaeology and Historic Preservation consulting permit prior to conducting work in the field office. In addition, the contractor must also carry a Fieldwork Authorization Form (FAF) at all times when conducting fieldwork.
Before an award is made the apparently successful offeror, if it does not already have the required permit, must obtain it within 45 days of notification of selection for award or the offer will be withdrawn.
Past Performance: The offeror must have satisfactory past performance. If the offeror has records in the CPARS system (Contractor Performance Assessment Reporting System, www.cpars.gov) the ratings may not be less than Satisfactory. If Marginal or Unsatisfactory CPARS records do exist the offeror shall include a description of the problems encountered and steps taken to ensure the issues have been corrected. The Contracting Officer will review the information submitted.
Price - Offeror shall propose a firm fixed price for:
COST PER ACRE to Conduct Class III Cultural Resource Inventory of 2,577 acres, to include Recordation and Evaluation of Cultural Resources, Reporting and Deliverables.
Technical questions regarding this RFQ shall be submitted in writing only via email to the Contract Specialist Casey Boyd at cmboyd@blm.gov by no later than Tuesday, June 20th, 2023 at 4:00 pm MT. Any questions received will be answered via an amendment to the solicitation on or about June 22nd, 2023. If no questions are received no amendment will be issued.
Quotes shall be submitted via email to cmboyd@blm.gov by no later than June 28th, 2023 at 4:00 pm MT. Please be sure to include the RFQ number (140L3723Q0079) in the subject line of the email to ensure your quote is properly identified. All quotes received will be acknowledged with a return email. Due to system limitations submissions through sam.gov or FBMS/PRISM will not be accepted. Offerors must be actively registered in the System of Award Management (sam.gov) as of the closing date and time of this solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 3833 SOUTH DEVELOPMENT AVENUE
- BOISE , ID 83705
- USA
Primary Point of Contact
- Johnson, Ellen
- ellenjohnson@blm.gov
- Phone Number (208) 387-5358
- Fax Number (208) 387-5414
Secondary Point of Contact
History
- Jul 20, 2023 09:55 pm MDTSolicitation (Updated)
- Jun 09, 2023 11:50 am MDTSolicitation (Original)