BLM-CO TRFO CULTURAL SURVEY FOR DRY CREEK U29 RD- This Amendment is to change the response date to 25 August 2025 at 17:00 Mountain time, answer a question that was asked and add two additional maps marked as A06- Access Map and CRU29 Reroute Survey. No other changes have been made and all other terms and conditions remain the same.
Q: How do you access the area(s)?
A: There is one main access road (highlighted in the attached image) from the west off U29, a oil and gas road that is well maintained. Almost all the BLM routes in the project area passable with the exception of the wash crossing at the end of CR25. I would plan on the highlight route being the main access to the survey area(s).
BLM-CO TRFO Cultural Resources Inventory of the Proposed County Road U29 Reroute, San Miguel County, Colorado
BLM-CO TRFO Cultural Resources Inventory of the Proposed County Road U29 - The 80 acres survey will be conducted to identify cultural resources in advance of the potential County Road U29 realignment project to better protect sage grouse habitat.
This is a solicitation notice for a request for quotes for 80 acres survey to be conducted to identify cultural resources in advance of the potential County Road U29 realignment project to better protect sage grouse habitat in Accordance with Attachment 1 -SOW.
Description of Work: A Class III archaeological inventory of 80 acres and evaluative testing at 5SM.3695 on Bureau of Land Management (BLM) land, Tres Rios Field Office (TRFO), in Dry Creek Basin, approximately 8 miles west of Basin, Colorado. The tasks involved include a records search, fieldwork, analysis, documentation of cultural resources on OAHP forms, assessment of travel related effects using the BLM travel route assessment field form, report preparation, and production of associated GIS data. This cultural resource work is conducted under Section 106 of the National Historic Preservation Act. Period of Performance is expected to be 25 Aug 2025 - 23 Feb 2026.
The Contractor and any subcontractors must currently hold, or be able to obtain, a BLM-CO Cultural Resource Use Permit (CRUP), and the work must be conducted by personnel under that permit qualified to work on the Tres Rios Field Office.
Basic Contracting Requirements:
1. Active Registration - www.sam.gov at the time of offers due please provide UEI numbers in quote.
2. Invoicing and Payment -Interim invoicing is allowed- www.ipp.gov - 30-day prompt pay
3. FAR Part 12 - Commercial Item
4. FAR Part 13 - Simplified Acquisition Procedures
5. Service Contract Act Wages for San Miguel County
6. Total Small Business Set-Aside for NAICS 541620 Size Std: $19M
7. Type of Contact: Firm-Fixed Price
8. Award Criteria: Award will be based on a Price and Other Factors basis. An award will be made to the Contractor whose proposal conforms to the solicitation and represents the best value to the Government based upon price and other factors. No award will be made above the available budget or at a price that can't be determined to be fair and reasonable.
Technical
Technical Capability will be graded upon "meets" or "does not meet". It will be assessed based on the proposer's demonstrated experience providing services of similar size and scope for commercial, municipal, state or other federal agencies.
Please address the following technical factors in your technical response:
1. Managerial Qualifications: include the name of the principal investigator, field director (if applicable) and crew chief(s), and a commitment to keep the proposed principal investigator, field director, and crew chief(s) for the duration of the project. Submit resume and/or vitae for principal investigator, field director, and crew chief(s) demonstrating their qualifications.
Does the proposal indicate sufficient breadth and depth of management¿s capability for accomplishing the proposed tasks in accordance with Colorado BLM and OAHP requirements?
2. Capacity: the proposal will demonstrate the firm¿s capacity to accomplish the work within each task¿s performance period.
Include fieldwork schedule and staffing strategy (number of crew members, crews, crew chiefs (and if a field director is proposed)) and office capacity (staffing to accomplish report) and availability to start the work.
3. Technical Expertise: provide a copy of a past cultural resources survey report pertinent to Southwest Colorado the principal investigator has previously produced.
Does the submittal demonstrate the ability to conduct cultural resource surveys, record and evaluate cultural resources for the National Register of Historic Places, and produce a report that meets the Office of Archaeology and Historic Preservation¿s Colorado Cultural Resource Survey Manual? What is the quality of the submitted report?
4. Specialized Experience: provide list of similar cultural resource survey projects the principal investigator, field director (if applicable) and crew chief have completed in Southwest Colorado.
How much experience does the principal investigator, field director, and crew chief have in performing similar cultural resource surveys in Southwest Colorado?
The Technical Proposal for this RFQ shall thoroughly discuss cost and schedule control as well as quality control.
A generic or boilerplate technical response with no specific details will be graded as "does not meet". You must provide enough detail in your proposal for us to determine acceptability.
Subcontracts
Any anticipated use of subcontractors must be included in bid proposals, along with the materials requested in the non-cost evaluation factors, specific to the subcontractor.
The subcontracted firm must currently hold a valid BLM Colorado cultural resource use permit (CRUP), or the principal investigator and crew chief(s) of the subcontracted firm must be listed on the prime contractor¿s permit. The CRUP must indicate the principal investigator and crew chief(s) can work on the Tres Rios Field Office (or the San Juan Public Lands).
Past Performance
In evaluating past performance, the Government intends to use data obtained from any sources available to the Government, to include, but no limited to, the Contractor Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS), or other databases; interviews with Contracting Officers, Contracting Officer representatives, and Project Inspectors. Any or all sources may be used in this evaluation to obtain a complete picture of past performance. The recency and relevancy of the information in vendors performance will be considered. Past performance information from within 3 years of the closing date of this solicitation will be used in this evaluation. Past performance will be checked for responsibility issues such as exclusions, terminations for cause and other poor or non-performance issues. If sufficient past performance information cannot be obtained from these sources, the vendor may be asked to provide additional past performance references. Past performance will be rated on a scale of Relevant or Not Relevant.
Price
Minimum Requirements for a Responsive Quote:
1. Filled in, priced, dated and signed SF1449
2. Technical Response - detailed and tailored to this specific project.
3. Email both items above, with "140L1725Q0045- BLM-CO TRFO Cultural Resources Inventory of the Proposed County Road U29 Reroute " in the subject line, to the POCs below no later than the response due date of 22 Aug 2025 by 1700 MDT.
Primary POC: Contracting Specialist Anthony Morales - amorales@blm.gov
Secondary POC: Contracting Officer Kerry Spetter - kspetter@blm.gov