SOLICITATION NOTICE
B -- TRFO RAPTOR SURVEY
- Notice Date
- 4/9/2025 4:06:26 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
- 140L1725R0001
- Response Due
- 4/22/2025 4:00:00 PM
- Archive Date
- 05/07/2025
- Point of Contact
- Morales, Anthony, Phone: 3032393630
- E-Mail Address
-
amorales@blm.gov
(amorales@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- BLM-CO-TRFO Woodland Raptor Survey - Approximately 8,090 Acres This is a solicitation notice for a request for quotes for raptor surveys in preparation for future fuels reduction projects in Accordance with Attachment 1 - SOW. Description of Work: Furnishing labor, equipment, supplies, and materials to complete surveys for woodland raptors in the Tres Rios Field Office. The project will conduct broadcast call surveys and nest searches for raptors, focusing on woodland raptors, following BLM Tres Rios Field Office survey protocols. Record all observations and nests of any raptors, including owls. In addition to raptors, any observations of Pinyon Jays and their activity will be noted in the point data survey table. The survey area is approximately 8,090 acres with 713 raptor call stations. All work shall be according to the Statement of Work, attached protocol and survey maps. Pre-Bid Virtual Conference: 14 April 2025 at 1:00 MT. There will be no hosted physical visit, but you are always welcome to visit public lands on your own time and expense. If you would like to attend the pre-bid conference, you must email the POCs with your request to receive a calendar invite. Period of Performance: 1 May 2025 - 31 August 2025. Basic Contracting Requirements: 1. Active Registration - www.sam.gov at the time of offers due. 2. Invoicing and Payment - 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 Archuleta, La Plata and San Miguel Counties, CO 6. Total Small Business Set-Aside for NAICS 541620 Size Std: $19M 7. Type of Contact: Firm-Fixed Price 8. Award Criteria: 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. The tailored technical response must include how and when the contractor will provide the necessary labor, supervision, quality control, tools, equipment, supplies and transportation for this specific location and Statement of Work. The proposal shall display the capability, resources, and experience in doing work similar in nature to the work described in the Statement of Work. 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. 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 data bases; 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 vendor�s 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. 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 ""140L1725R0001- TRFO WOODLAND RAPTOR SURVEY"" in the subject line, to the POCs below no later than the response due date, 4/22/2025 by 5PM MDT. Primary POC: Contracting Specialist Anthony Morales - amorales@blm.gov Secondary POC: Contracting Officer Kerry Spetter - kspetter@blm.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e9692a3a13a4629968892f0b3d2784e/view)
- Place of Performance
- Address: CO, USA
- Country: USA
- Country: USA
- Record
- SN07402305-F 20250411/250409230052 (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 |