OR-CULTURAL RESOURCES-CULTURAL RESOURCES

SOL #: 140FS126Q0070Combined Synopsis/Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Historical Sites (712120)

PSC

Archeological/Paleontological Studies (B503)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Submission Deadline
Apr 9, 2026, 9:00 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 U.S. Fish and Wildlife Service (FWS) is soliciting quotes for a Cultural Resource Inventory for the Tejada Ranch Habitat Management Project in Lake County, California. This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) for commercial items. The project requires specialized archaeological and paleontological studies to comply with Section 106 of the National Historic Preservation Act. Quotes are due by April 9, 2026, at 5:00 PM ET.

Scope of Work

Contractor will conduct a comprehensive cultural resource inventory, including:

  • Background research and literature review.
  • Field survey, cultural resource identification, and documentation.
  • Preparation of draft and final reports adhering to California State Historic Preservation Officer (SHPO) standards.
  • Analysis of collected data, characterization of the environment, and recommendations for protective measures.
  • Documentation using California State Parks DPR 523 site forms, location maps, sketch maps, and photographs.
  • Obtaining Smithsonian trinomial numbers and reporting GPS-derived UTM coordinates for cultural sites.

Contract Details

  • Contract Type: Firm-fixed-price.
  • NAICS Code: 712120 (Archeological/Paleontological Studies) with a size standard of $13 million.
  • Period of Performance: Approximately August 20, 2025, to September 30, 2026.
  • Delivery: FOB destination, with anticipated delivery 30 days after award through the fiscal year.
  • Set-Aside: This acquisition is unrestricted.

Submission & Evaluation

  • Questions Due: April 7, 2026, by 5:00 PM ET.
  • Quotes Due: April 9, 2026, by 5:00 PM ET.
  • Submission Method: E-mail quotes to kathryn_coltran@fws.gov. Submissions must be on company letterhead and include UEI No. and point of contact information. Offerors holding a GSA contract should provide the contract number.
  • Evaluation Criteria: Award will be made to the vendor proposing the best value product that meets specifications, based on Technical and Past Performance factors.

Additional Notes

Offerors must be registered in the System for Award Management (SAM) to be considered for award. Contractor qualifications must meet the Secretary of the Interior's Standards for Archaeology and Historic Preservation. FAR provisions 52.212-1 and 52.212-3 are applicable.

People

Points of Contact

Coltran, KathrynPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
OR-CULTURAL RESOURCES-CULTURAL RESOURCES | GovScope