LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
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 USDA Forest Service (FS) is issuing a Special Notice regarding a BPA Call Order for Cultural Resource Inventory services. This call order supports vegetation management projects on the Sawtooth and Boise National Forests in Blaine and Elmore Counties, Idaho. The work involves Class III cultural resources surveys on approximately 3,539 acres to reduce fuel loading, mitigate wildfire risk, and improve forest health. This is a Small Business Set-Aside and is restricted to current Land Management Integrated Resources (LMIR) BPA award holders.
Scope of Work
The primary scope is a Class III Cultural Resource Inventory, which includes:
- Records search and background research.
- Extensive field work using pedestrian surveys with transects no more than 30 meters apart.
- Site/isolate recording, evaluation, and assessment of effects.
- Re-evaluation of previously recorded sites within the Area of Potential Effect (APE) for National Register of Historic Places (NRHP) eligibility.
- Limited artifact collection to rare items.
- Digital recording of sites and features using GPS.
The work is divided into priorities:
- Priorities 1 & 2: 2,422 acres
- Priority 3: 542 acres
- Option #1 (Grouse House): 575 acres
Multiple inventory maps (e.g., Upper Big Wood, Westside, Grouse House) detail the geographical scope, Areas of Potential Effect (APE), and priority levels for vegetation treatments and cultural resource surveys.
Contract Details
- Contract Type: Single award BPA Call Order under the existing LMIR National BPA.
- Set-Aside: Small Business Set-Aside.
- Period of Performance: Two years (730 days) from the date of award, including one option.
- Field Inventory (Priorities 1 & 2): Must be completed within 120 calendar days of contract award.
- Place of Performance: Sawtooth National Forest (Upper Big Wood & Westside) and Boise National Forest (Grouse House) in Blaine and Elmore Counties, Idaho, across specific USGS 7.5' Quads.
- Key Personnel: Requires a Principal Investigator (PI) with a graduate degree in archaeology/anthropology and specific experience in Idaho, Great Basin, or Pacific Northwest archaeology, eligible to hold a Federal Permit for Archaeological Investigations. A Field Supervisor/Crew Chief is also required, both meeting Secretary of the Interior's Professional Qualification Standards for Archaeology.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Factors: Price, Key Personnel experience, Contractor's Quality Control Plan, and Past Performance.
- Technical Acceptability: Rated as "acceptable" or "unacceptable."
- Required Submissions: Detailed explanation of ability to perform, Quality Control Plan, and pricing for all individual line items.
- Post-Award: A post-award conference is required within 10 days of contract award.
Important Notes
This notice is not a solicitation for new proposals to join the LMIR BPA. It is an intent to award a call order to existing LMIR BPA holders. The LMIR BPA is continuously open for new contractors to join by searching "12363N23Q4023" on SAM.gov and contacting SM.FS.lmirbpa@usda.gov. All clauses and provisions in the base BPA apply, but those in this Call Order take precedence. Recent class deviations update FAR clauses and remove AGAR clauses, including new provisions for "Emergency Response, Fire Suppression and Liability" and "Addressing DEI Discrimination by Federal Contractors."