B--CULTURAL RESOURCE INVENTORY CLASS III, HAZARDOUS FUELS RELATED, BLM WHITE RIV

SOL #: 140L3726Q0012Special Notice

Overview

Buyer

Interior
Bureau Of Land Management
NATIONAL INTERAGENCY FIRE CENTER
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

Environmental Consulting Services (541620)

PSC

Archeological/Paleontological Studies (B503)

Set Aside

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

Timeline

1
Posted
Jan 26, 2026
2
Last Updated
Feb 18, 2026
3
Action Date
Feb 10, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Bureau of Land Management (BLM), National Interagency Fire Center, is soliciting proposals for a Firm Fixed-Price Commercial Services Contract for Class III Cultural Resource Inventory (CRI). This work supports hazardous fuels reduction efforts within the BLM White River Field Office, Colorado. This opportunity is a Total Small Business Set-Aside. Proposals are due February 10, 2026.

Scope of Work

The contractor will conduct a 100% pedestrian inventory (15-20 meter transects) across approximately 1,619 acres to identify, record, and evaluate cultural resources older than 50 years. Key tasks include:

  • Re-visiting and re-recording previously identified sites.
  • Completing new OAHP management data and component forms.
  • Documenting linear resources.
  • Collecting representative obsidian samples for XRF analysis (not curated, returned to field).
  • Collecting all ceramics.
  • Collecting only rare, research-valuable diagnostic artifacts, coordinating with the NWDFA archaeologist.
  • Delivering a Letter Report (35% value), Draft Final Report (35% value), and Final Report (30% value) within specified timelines.
  • Preparing and delivering collected artifacts to a designated curation facility.

Contract & Timeline

  • Contract Type: Firm Fixed-Price Commercial Services Contract
  • Period of Performance: March 9, 2026, through December 21, 2026
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 541620 (Environmental Consulting Services), Size Standard: $19 Million
  • Proposal Due Date: February 10, 2026, by 6:00 PM MT
  • Published Date: January 28, 2026

Evaluation

Proposals will be evaluated based on Key Personnel Qualifications, Relevant Experience, and Price. Non-price factors are considered more important than price. Award will be made to the responsible offeror whose proposal is most advantageous to the Government.

Eligibility & Notes

Offerors must possess or be able to obtain a valid Colorado Permit for Archaeological Investigation (PAI) and a Colorado Office of Archaeology and Historic Preservation consulting permit, along with a Fieldwork Authorization (FWA). The BLM will provide shapefiles, site forms, and maps. Contractors are responsible for all equipment, transportation, and personnel. Clarifications from Amendment 02 specify artifact collection protocols (obsidian, ceramics, diagnostic artifacts), eligibility testing procedures, and confirm that "squaring up" survey areas is not permitted. Wage Determination No. 2015-5439, Rev. 28, applies, outlining minimum wage rates and fringe benefits for various occupations in Colorado.

People

Points of Contact

Morris, KanonPRIMARY

Files

Files

Download
Download
Download

Versions

Version 4
Award Notice
Posted: Feb 18, 2026
View
Version 3
Special Notice
Posted: Jan 29, 2026
View
Version 2Viewing
Special Notice
Posted: Jan 28, 2026
Version 1
Special Notice
Posted: Jan 26, 2026
View