BLM-CO Travel Management Plan CRI III - APPROX 600 ACRES- AMENDMENT 1
The purpose of this amendment is to add KMZ files. Please review and return SF-30 with quote.
This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Socio-economic Categories: While this procurement is a competitive Total Small Business Set-Aside, the BLM highly encourages and welcomes quotes from all sub-categories of small business such as Small Disadvantaged, Woman Owned, Service Disabled Veteran, HUBZone, 8a, and Indian Small Business Economic Enterprises.
PERIOD OF PERFORMANCE: 04/01/2025 - 12/31/2025
This is an RFQ for cultural resources inventory services in accordance With Attachment 1 BLM-CO RGFO TMP CRI III and the Contract Line Item.
Basic Contracting Requirements:
1. Active Registration: www.sam.gov/SAM
2. Compliance with Section 889 clauses.
3. Invoicing and Payment: www.ipp.gov - 30 day prompt pay after delivery. We can accept and pay interim invoices.
4. FAR Part 12 - Commercial Items Provisions and Clauses
5. FAR Part 13 - Simplified Acquisition Procedures
6. Service Contract Act Wages for Applicable Counties.
7. Total Small Business Set-Aside for NAICS 541620 - Environmental Consulting Services - Size Standard: $19M. This NAICS must be certified to (listed) in your sam.gov profile to be eligible for award. If not and you can't update SAM in time, you may submit submit a filled in and signed 52.212-3 certifying small business for this NAICS. See 52.212-1 Instructions to Offerors for more info.
8. Type of Contract - Firm Fixed Price - no changes in price for inflation, changing fuel costs, higher density of artifacts, etc.
9. Basis of Award: Price and Other Factors
The Contractor and any subcontractors must have or be able to immediately obtain a current BLM-CO Cultural Resource Use Permit (CRUP) with personnel under that permit qualified to work on the Royal Gorge Field Office for the proposal to be evaluated.
Instructions to Offerors:
- Check your SAM registration, this must be active and applicable NAICS must be included and at the time of offers due.
- Email or call with any questions you have, prior to the closing date, with enough time to research an answer and post an amendment.
-Email your signed quote package to: c1strickland@blm.gov, with " 140L1724Q0047 BLM RGFO TMP CULTURAL SURVEY " in the subject line, no later than the closing date to include filled in SF-1449.
The company information to include:
Name, Address, SAM UEI number, and POC Name and email along with the price should be included in the package.
-Include enough description/information in order to determine technical acceptability.
ATTACHMENTS
ATTACHMENT 1- SOW TMP CRI III
ATTACHMENT 2- MAPS
ATTACHMENT 3- WD 2015-5435
Primary POC: Contracting Specialist Courtni Strickland c1strickland@blm.gov
Secondary POC: Contracting Officer Robert Hall rhall@blm.gov