SPECIAL NOTICE
B -- B--CULTURAL RESOURCE INVENTORY CLASS III, HAZARDOUS FUELS RELATED, BLM WHITE RIV
- Notice Date
- 1/28/2026 2:58:09 PM
- Notice Type
- Special Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- NATIONAL INTERAGENCY FIRE CENTER BOISE ID 83705 USA
- ZIP Code
- 83705
- Solicitation Number
- 140L3726Q0012
- Response Due
- 2/10/2026 10:00:00 AM
- Archive Date
- 02/25/2026
- Point of Contact
- Morris, Kanon, Phone: 2083875358
- E-Mail Address
-
kdmorris@ios.doi.gov
(kdmorris@ios.doi.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- CULTURAL RESOURCE INVENTORY CLASS III, HAZARDOUS FUELS RELATED, BLM WHITE RIVER FIELD OFFICE, COLORADO Amendment 02 incorporates the Governments Response to Questions No. 1-5 as attached. Amendment 01 incorporates the following attachments: -Wage Determinations -BLM Handbook -2021 Procedures and Reporting Standards for CR Consultants Conducting Projects Under A CRUP Permit for The Colorado NWD and Grand Junction FO, BLM -Maps Original: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation no. 140L3726Q0012 has been issued as a Request for Quotation for a firm-fixed-price commercial services contract for Cultural Resource Inventory Class III, located within the vicinity of BLM White River Field Office, Colorado�s area of responsibility priced per the Services and Prices section of the attached document. The scope of work includes Cultural Resource Inventory Class III. The performance period is from 3/9/2026 through 12/21/2026. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 effective 10/01/2025. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition along with addendum found in the attached document. The following factors shall be used to evaluate offers: Key Personnel, Relevant Experience, and Price. Instructions for quotation submission and the relative importance of evaluation factors is included in the attached document. Quoters are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition along with additional clauses as selected in the attached document. Maps and shapefiles for the five units are available upon request to kdmorris@ios.doi.gov. This requirement is set aside for SMALL BUSINESS. The NAICS code is 541620 and the small business size standard is $19 million. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Responses shall be received via email at kdmorris@ios.doi.gov by the response due date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fd5742b7fbe842f4bb1af54034eedc03/view)
- Record
- SN07698892-F 20260130/260128230040 (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 |