Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2023 SAM #7942
SOLICITATION NOTICE

F -- CEBOLLA WILDERNESS CULTURAL SURVEY 2023

Notice Date
8/24/2023 6:20:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NATIONAL INTERAGENCY FIRE CENTER BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
140L3723Q0132
 
Response Due
9/8/2023 3:00:00 PM
 
Archive Date
09/23/2023
 
Point of Contact
Whetham, Audrey, Phone: 0000000000, Fax: 2083875414
 
E-Mail Address
awhetham@blm.gov
(awhetham@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CEBOLLA WILDERNESS CULTURAL RESOURCE SURVEY BUREAU OF LAND MANAGEMENT, ALBUQUERQUE DISTRICT OFFICE This is a combined synopsis/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 and attachments constitute the only solicitation; quotes are being requested and a written solicitation will not be issued. Consider this solicitation (140L3723Q0132) as a Request for Quotes (RFQ). This solicitation documents incorporate provisions and clauses in effect through Federal acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 541620 - Environmental Consulting Services. The small business size standard is $19.0 million. Product Service Code F099 - Natural Resources/Conservation - Other. The resulting purchase order will be a firm-fixed price type contract. (SEE ATTACHMENTS FOR COMPLETE STATEMENT OF WORK, MAPS, WAGE DETERMINATIONS, AND CLAUSES / PROVISIONS.) 200 acres x $______________ = $___________________ In accordance with the procedures in FAR Part 12 and 13, RFQ 140L3723Q0132 is available for viewing through electronic commerce via Land Management's website at https://sam.gov. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and is the lowest price technically acceptable. A copy of a New Mexico BLM Cultural Resource Use Permit must be submitted at the time of quote. Quotes are due Friday, September 8, 2023, by 4:00 pm. Mountain Time. Contractors submit quotes by email to awhetham@blm.gov. Note: Any contractor to submit an acceptable quote or be awarded a government contract must be registered and active in the System for Award Management (SAM). Contractors must register at www.sam.gov. Contractor's must submit their Unique Entity ID (UEI) and CAGE code with their quote. UEI ______________________ CAGE ____________________ For further information about this requirement, offerors should contact Audrey Whetham at awhetham@blm.gov. The provisions and clauses attached apply to this solicitation. Type of Task: Class II and/or Class III Cultural Resource Field Inventory, Evaluation, and Reporting Survey Area: The area to be surveyed is on the Cebolla Wilderness within the El Malpais National Conservation Area. The area is located in T 6N, R 11W, Sections 1,12,14,13,23,24,27,26,25,34,35, and 36 T 6N, R 10 W, Sections 6,7,18,19,20,30,29,28,31,32 and 33 T 5N, R 11W, Sections 1,2,3,10,11,12,13,14,15,16,21,22,23,24,25,26,27,34,25 and 36 T5N, R 10W, Sections 2,3,4,5,6,7,8,9,10,11,12,13,14,15,16,17,18,19,20,21,22,23,26,27,28,29,30,31,32,33 and 34 T 4N, R 11W, Sections 1,2,3,11 and 12 T 4N, R 10W, Sections 5,6 and 7 Description Vegetation Management Project: The BLM proposes to conduct a series of broadcast burns throughout the Cebolla Wilderness by hand and aerial ignition. Broadcast burning is proposed to help manage vegetation in the project area. No mechanical treatments will be implemented. Impacts to cultural resources are possible from potential smoke or heat impact, handline and/ or rearrangement of fuels in these areas will be evaluated. The purposes of this survey are to mitigate the effects of surface collection by accurately recording artifacts exposed on the surface, to pinpoint locations of cultural resources that should be avoided or protected in some way during implementation of the project, and to provide information for future management of cultural resources within the parcels. These objectives require a Class II and/ or Class III cultural resources inventory. Anticipated Site Types and Densities: A class II and/ or Class III cultural resource survey (NMCRIS 141156) was conducted in the fall of 2019 adjacent to the proposed survey within a portion of the overall project area (see map). This survey averaged approximately 1 site for every 24 acres. Of these sites 83 percent were prehistoric, 13 percent were historic, and 4 percent had both prehistoric and historic components. The prehistoric sites ranged from Archaic to Pueblo IV, with the majority falling within Pueblo II and III. The historic sites were from New Mexico Statehood to Recent Historic. Another Class II and/or Class III cultural resource survey (NMCRIS 146830) was conducted in 2020 adjacent to the proposed survey within a portion of the overall project area (see map). This survey recorded a total of 76 isolated occurrences (IOs) and none were recommended eligible for listing on the NRHP. Seventy-one of the IOs were prehistoric and five were historic. Recording requirements: Class III inventory shall be conducted to ensure all sites and isolated occurrences will be fully recorded. This project requires careful recording, including in-field analysis of lithics and ceramics and photography or sketching of all diagnostic lithic artifacts. If sites include fewer than 100 items, they must all be recorded and analyzed in the field. If more than 100 items are present, then a sample of no fewer than 100 items will be analyzed, drawn in such a manner as to be representative of the site as a whole. Class II Inventory and reporting acreage will be determined by the BLM in consultation with New Mexico State Historic Preservation Office and Interested parties based on resource type, site density and fuel loads. All Cultural Resource inventory and reporting shall be performed in accordance at a minimum, the Secretary of the Interior's Standards and Guidelines for Archaeological and Historic Preservation (48 CFR 44716-44742, September 23, 1983) (the Secretary's Standards) and takes into consideration the ACHP's handbook, Section 106 Archaeology Guidance (http://www.achp.gov/archguide); Procedures For Performing Cultural Resource Fieldwork On Public Lands in the Area of New Mexico State BLM Responsibilities BLM Manual Supplement H-8100-1; Guidelines for Identifying Cultural Resources BLM Manual H-8110 and Guidelines for Evaluating and Documenting Traditional Cultural Properties, National Register Bulletin 38, 1989. All activities and documentation on BLM lands shall be conducted under appropriate permits (FLPMA Cultural Use Permit for general survey and recordation; ARPA permit for excavation or removal/collection). In addition to prehistoric materials, surveyors may find historic items associated with homesteading. Prior to field work, the contractor shall contact BLM RPFO Archaeologist for a pre-field record check in addition to consulting the Archaeological Records Management Section (ARMS), BLM General Land Office Records and any repository BLM determines necessary for pre-fields records review. Previously recorded sites within the project area must be revisited and rerecorded. Site forms must reflect current conditions at the site, not merely a rehash of information from previous site forms. If current conditions are not reflected on the site forms, the BLM will request that the contractor return to the field to re-record the sites. The project area is accessed via Hwy 117 to Cebolla Springs Rd (MM30) (CR A079). Limited road access exists around the boundary of the survey area but there is no road access with survey boundary. Deliverables: A digital draft report and a draft copy of all site forms will be submitted to BLM. BLM will submit comments and corrections within 30 days of receipt of the draft. The final report and site forms will incorporate changes requested by BLM and will reflect comments submitted by BLM. The final version will include 2 hard copies of the report and site forms, and a digital copy of the report, site forms and shapefiles. Shapefiles will include site boundaries and centers, isolated occurrences, features, and artifacts (particularly diagnostic). Award will be issued as Lowest Price Technically Acceptable. The following information must be included at the time of quote to be considered. Past Performance / Experience: The Contractor shall have successfully completed a minimum of two (2) similar projects within the last five (5) years. Include the most recent projects; do not include more than 2 examples. In addition to the information submitted in accordance with the Solicitation, BLM will seek out and consider other information obtained from both commercial and government systems (i.e. PPIRS, BBB, etc.). The Offeror shall submit the following past performance information which shall include a list of these projects identifying: o Name of the project (to include address) o Project Prime's name o Issuing agency or company o Contract/Identification number o Start and completion dates o Brief description of the scope of work o Award amount (in whole dollars) o How the work is substantially similar to the proposed project o No less than two (2) valid references that includes: o Agency/Company's name, Point of Contact, Phone Number, Email Address Schedule: The proposal shall include a narrative explaining the project schedule which demonstrates your company's ability to meet or exceed the proposed 50 calendar day completion for the entire project. This date includes issuance of Notice to Proceed, and submission of all submittals. Provide a Critical Path Method Schedule that includes the following milestones, at a minimum: o Notice to Proceed o Procurement activities (submittals, approvals, purchasing, etc.) o On site meeting with COR prior to start of work o Obtaining all necessary permits Key Personnel: Provide the names and resumes/CVs for the Principal Investigator/Project Director and Field Supervisor/Crew Chief which will be assigned to this project throughout the duration of this requirement. These persons shall be permitted in the BLM-NM/OK/KS/TX Northwest permit area by the time of the award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/908b3c870cb24a53a7dbef692f7c713a/view)
 
Record
SN06805253-F 20230826/230824230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.