B--CULTURAL RESOURCE INVENTORY CLASS III, HAZARDOUS FUELS RELATED, BLM WHITE RIV
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) White River Field Office is soliciting quotations for a Firm Fixed Price Commercial Services Contract for Class III Cultural Resource Inventory (CRI). This work supports hazardous fuels reduction projects in northwest Colorado. The opportunity is a Total Small Business Set-Aside. Quotations are due by February 10, 2026.
Scope of Work
The contractor will conduct a 100% pedestrian inventory at 15-20 meter transect intervals to identify, record, and evaluate cultural resources older than 50 years across approximately 1,619 acres. Key tasks include re-visiting previously recorded "Eligible," "Needs Data," and "Unevaluated" sites, completing new OAHP management data and component forms, and documenting linear resources. The scope also requires fully re-recording "needs data" sites, evaluating National Register of Historic Places (NRHP) eligibility, and collecting representative samples of obsidian debitage/tools for XRF analysis. Collected artifacts must be prepared and delivered to a designated curation facility. Reporting deliverables include a Letter Report (35% value) within two weeks, a Draft Final Report (35% value) within 90 days, and a Final Report (30% value) within 180 days of fieldwork completion.
Contract & Timeline
- Contract Type: Firm Fixed Price Commercial Services Contract (Request for Quotation - RFQ)
- Period of Performance: March 9, 2026, through December 21, 2026
- Set-Aside: Total Small Business
- NAICS Code: 541620 ($19 million size standard)
- Response Due: February 10, 2026, by 6:00 PM MT
- Published Date: January 29, 2026
Eligibility & Submission
Bidders must possess or be able to obtain a valid Colorado Permit for Archaeological Investigation (PAI) and a Colorado Office of Archaeology and Historic Preservation (OAHP) consulting permit, along with a Fieldwork Authorization (FWA). Quotations must be submitted electronically via email to kdmorris@ios.doi.gov and should be in two parts: non-price and price. Offerors are advised to submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items.
Evaluation Factors
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering price and other factors. Evaluation factors include:
- Key Personnel (Project Director/Principal Investigator, Field Director)
- Relevant Experience (2-4 past contracts of similar scope)
- Price (evaluated for reasonableness and realism) Non-price factors are more important than price.
Amendments & Clarifications
Amendment 02 incorporated responses to questions 1-5, clarifying requirements for artifact collection (obsidian, ceramics, diagnostic artifacts), eligibility testing (only if surface expression is insufficient), and recording linear cultural resources. It also confirmed that "squaring up" complex survey areas is not permitted. Wage Determination No. 2015-5439, Revision No. 28, applies, establishing minimum wage rates and fringe benefits for various occupations in Colorado counties.
Contact Information
For questions or to request maps and shapefiles, contact Kanon Morris at kdmorris@ios.doi.gov or 208-387-5358.