Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2024 SAM #8321
SOLICITATION NOTICE

B -- BLM-CO ESCALANTE RANCH INVENTORY

Notice Date
9/6/2024 1:20:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
COLORADO STATE OFFICE Lakewood CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140L1724Q0067
 
Response Due
9/16/2024 4:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Frost, Patrick, Phone: 3032393605, Fax: (303) 2393699
 
E-Mail Address
pfrost@blm.gov
(pfrost@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
BLM-CO Class III Inventories Escalante Ranch - 520 Acres Owl Ridge Arch - 1,330 acres The Period of Performance (POP) for both of these projects is very flexible. Please provide your proposed POP if it is outside what is listed on the CLINs. The BLM-CO Grand Junction Field Office has a requirement for a Class III Cultural Inventory. Please see the statement of work for further details. Proposal should be sent to me via email at pfrost@blm.gov by 09/16/2024, 5:00 pm MST to be considered. Please include ""140L1724Q0067 - Class III Inventories"" in the subject line. Lines 10 and 20 are Escalante Ranch, and lines 30 and 40 are Owl Ridge Arch. Vendors are not required to quote on both projects. If you are interested in both projects, please include a pricing for each project, separately, in your proposal. If you are only interested in one of the projects, make sure to indicate which project with your pricing. Sub-contracting is acceptable as long as the sub is also certified, meets the requirements and is included in the proposal. Award shall be based on a price and other factors basis. Low Price may not be the determining factor. The Government will make an award to the vendor offer representing the Best Value to the Government based on the evaluation factors listed below, and price. Price may not be the determining factor, but no award will be made above the available budget or at a price that cannot be determined to be fair and reasonable. The Government reserves the right to make multiple awards for these requirements and to hold discussions. EVALUATION FACTORS 1. Managerial Qualifications: The Government will evaluate the principal investigator, field director (if applicable) and crew chief(s), and the vendor's commitment to keep the proposed principal investigator, field director, and crew chief(s) for the duration of the project. Submit a resume and/or vitae for principal investigator, field director, and crew chief(s) demonstrating their qualifications. Primary question: 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? A commitment to crew integrity and finishing the work with the same crew will be rated more favorably. 2. Capacity: The Government will evaluate the proposal's capacity to accomplish the work within a reasonable Period of Performance (POP). The POP for both of these projects is very flexible. Please provide your suggested POP if it is different from what is listed on the CLIN. 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. A higher level of commitment will be rated more favorably 3. Technical Expertise: The Government will evaluate past cultural resources survey reports pertinent to Colorado and/or Southwest Colorado that 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? Direct experience with Colorado and/or the Southwest Colorado area and favorable reviews of past reports will be rated higher. 4. Specialized Experience: The Government will evaluate your list of similar cultural resource survey projects that the principal investigator, field director (if applicable) and crew chief have completed in Colorado and/or Southwest Colorado. How much experience does the principal investigator, field director, and crew chief have in performing similar cultural resource surveys in Colorado and/or Southwest Colorado? More and more relevant experience will be rated higher. 5. Price: The non-price factors, when combined, shall be weighted more important than price. Among offers considered technically equal, price will be the deciding factor. The government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. Contractor and any subcontractors must hold a current PAI - Permit for Archaeological Investigations, previously CRUP, or be able to immediately obtain a current PAI/CRUP, with personnel under that permit qualified to work in the designated areas, for the proposal to be evaluated. Basic Contracting Requirements: 1. Active Registration www.sam.gov 2. Invoicing and Payment - www.ipp.gov - 30 day prompt pay after delivery. We can accept interim invoices. 3. FAR Part 12 - Commercial Item 4. FAR Part 13 - Simplified Acquisition Procedures 5. Total Small Business Set-Aside for NAICS - 541620 - 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 a filled in and signed 52.212-3 certifying small business for this NAICS. See 52.212-1 Instructions to Offerors for more info. 6. Contract Type: Firm Fixed Price - no changes due to inflation or higher than expected density. 7. Award Basis - Price and Other Factors, including technical response. ------- Minimum Requirements for a responsive bid: 1. Signed SF-1449 with all your info and price filled out. 2. Technical response, showing how you plan to complete the work. 3. Email the above items to the POC no later than the closing date. Contract Type: FFP (Firm-Fixed Price) - no changes due to inflation, market conditions or higher than expected density of artifacts. Please submit your proposal with a technical response, price of each project, and anticipated start dates. Contractor and any subcontractors must hold a current PAI - Permit for Archaeological Investigations, previously CRUP, or be able to immediately obtain a current PAI/CRUP, with personnel under that permit qualified to work in the designated areas, for the proposal to be evaluated. POC: Patrick Frost - pfrost@blm.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2578cb308d364e81aaec803accc93182/view)
 
Record
SN07201365-F 20240908/240906230113 (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.