CULTURAL INVENTORY SHOSHONE BLM IDAHO
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), Shoshone Field Office, Idaho, has issued a Combined Synopsis/Solicitation (RFQ 140L2626Q0026) for Class III Cultural Inventory and reporting services. This opportunity is specifically for the Thorn Creek/Carey-Kimama Fuel Breaks project and is a Total Small Business Set-Aside. Quotes are due by April 30, 2026, at 5pm Eastern. The project aims to identify, evaluate, and analyze potential effects on historic properties under Section 106 of the NHPA.
Scope of Work
The contractor will conduct a Class III intensive pedestrian survey across approximately 2,886.76 acres within a 400-foot corridor along 67.32 miles of existing roads in the Snake River Plain of south-central Idaho. Key tasks include:
- Performing a records search and background research.
- Recording all archaeological sites to current standards, including eligibility recommendations for the National Register of Historic Places (NRHP).
- Digitally recording sites and linear cultural resources using GPS.
- Preparing a formal report with site descriptions, eligibility assessments, and findings.
- Fieldwork must be completed by October 15, 2026, with all tasks finalized by May 15, 2027.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ) for firm, fixed-price quotes.
- Solicitation Number: 140L2626Q0026
- Set-Aside: Total Small Business (NAICS 541620, $19M size standard).
- Quotes Due: April 30, 2026, 5pm Eastern.
- Published Date: April 13, 2026.
- Place of Performance: Shoshone Field Office, Snake River Plain, south-central Idaho.
Submission & Evaluation
- Quotes must include a completed bid schedule and other items as described in FAR 52.212-2.
- Submissions are to be sent via email to charles_dodson@ios.doi.gov.
- Offerors must be registered and active in the System for Award Management (SAM) database.
- Evaluation factors include: Technical Capability, Applicant Qualifications, Past Performance, and Price.
- Award will be made to the responsible offeror whose proposal is most advantageous, considering price and other factors.
Additional Notes
- A Wage Determination document is provided, outlining minimum wage rates and fringe benefits under the Service Contract Act, which bidders must use for accurate labor cost estimation.
- Questions should be submitted to the Contracting Officer in a timely manner.
- A non-disclosure agreement will be required for all contractor employees.
- Contractor must coordinate with the BLM and follow all BLM and State-specific Cultural Resources Use Permit (CRUP) stipulations.