Search Contract Opportunities

Smith Spring Metal Detector Survey   2

ID: 140L6225Q0022 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Contractor shall: conduct a background files search for and an intensive field inventory utilizing metal detectors of the approximately 5 acres representing the inferred campsite and approximately 5 acres representing a 2,300-foot-long by 100-foot-wide corridor centered on the adjacent portion of the NHT trace. In addition, site documentation, evaluation, and updates as needed based on the results of the survey and geophysical investigations. The boundaries of the geophysical investigation areas can be adjusted or expanded to better define anomalies in Area margins, as allowed by the scope and budget.
Contractor shall adhere to Class III inventory and reporting standards as defined by the Wyoming State Historic Preservation Office Format, Guidelines, and Standards for Class II and III Reports. Adherence to Wyoming SHPO Metadata GIS and Photographic Standards is required. All diagnostic artifacts shall be described in detail and photographed with an indicated scale.
Contractor shall complete Wyoming Cultural Property Forms with NRHP eligibility determinations for all newly discovered cultural resources. Site forms for the Smiths Spring and Sublette Cutoff NHT shall be created/updated with any new information that is derived from the results of the inventory and geophysical investigations.
The contractor must possess a current BLM Wyoming Cultural Resource Use Permit (CRUP) for this project-specific work, and will follow the permit stipulations. The contractor shall also adhere to Wyoming BLM guidelines relating to cultural resources on BLM administered lands and Wyoming State Historic Preservation Offices Guidelines for Archaeology and Historic Preservation.
The contractor must notify the BLM KFO Authorized Officer, by telephone and with written confirmation, immediately upon the discovery of Native American affiliated human remains, funerary objects, sacred objects, or objects of cultural patrimony (as defined in 43 CFR 10.2) and must immediately stop any activities connected with such discovery and make a reasonable effort to protect the discovered remains or objects.
Period of Performance: 06/01/2025 - 12/31/2025
Basic Contracting Requirements:
1. Active Registration - www.sam.gov
2. Invoicing and Payment - www.ipp.gov - 30 Day prompt pay with progress payments
3. FAR Part 12- Commercial Clauses and Provisions
4. FAR Part 13- Simplified Acquisition Procedures
5. Wage Determination is for Lincoln County, WY
6. Total Small Business Set-Aside for NAICS 541620
7. Type of Contract - Firm Fixed Price - no changes for anything you could, should know about or reasonably forecast.
8. Award Basis - Trade Offs.
Minimum Requirements for Responsive Quote:
1. Filled in, priced, dated and signed SF1449 with acknowledgement of all amendments.
Primary POC: Contracting Officer
Crystal Martinez - crystal@blm.gov - 307-775-6336
Background
The Bureau of Land Management (BLM) is tasked with managing public lands for various uses while ensuring the preservation of natural, cultural, and historic resources. This contract aims to fulfill BLM's mandates under the National Historic Preservation Act (NHPA), the Federal Land Policy and Management Act (FLPMA), and the National Environmental Policy Act (NEPA). The project seeks to assess potential impacts to cultural resources on BLM-administered lands and develop protective plans.

Specifically, it aligns with the BLM Kemmerer Field Office's Resource Management Plan goals to identify cultural resources and manage historic trails for their heritage, recreational, and educational values.

Work Details
The contractor shall conduct a background files search and an intensive field inventory using metal detectors over approximately 10 acres: 5 acres representing an inferred campsite and a 2,300-foot-long by 100-foot-wide corridor along the adjacent portion of the National Historic Trail (NHT) trace. The work includes site documentation, evaluation, and updates based on survey results and geophysical investigations.

The contractor must adhere to Class III inventory standards as defined by the Wyoming State Historic Preservation Office (SHPO) and follow metadata GIS and photographic standards. All diagnostic artifacts must be described in detail and photographed with an indicated scale. Additionally, Wyoming Cultural Property Forms must be completed with NRHP eligibility determinations for all newly discovered cultural resources. Site forms for Smiths Spring and Sublette Cutoff NHT will be created or updated based on new findings.

The contractor must possess a current BLM Wyoming Cultural Resource Use Permit (CRUP) for this work and comply with permit stipulations as well as guidelines from Wyoming BLM regarding cultural resources on administered lands. Immediate notification to the BLM KFO Authorized Officer is required upon discovery of Native American human remains or associated objects.

Period of Performance
06/01/2025 - 12/31/2025

Place of Performance
Approximately 10 miles southeast of Cokeville, WY

Overview

Response Deadline
May 2, 2025, 4:00 p.m. EDT Past Due
Posted
April 18, 2025, 2:01 p.m. EDT (updated: May 1, 2025, 12:01 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$2,300 (value based on agency estimated range)
Signs of Shaping
82% of obligations for similar contracts within the Bureau of Land Management were awarded full & open.
On 4/18/25 BLM Wyoming Region issued Synopsis Solicitation 140L6225Q0022 for Smith Spring Metal Detector Survey due 5/2/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541620 (SBA Size Standard $19 Million) and PSC B503.
Primary Contact
Name
Martinez, Crystal   Profile
Phone
(307) 775-6336
Fax
(307) 775-6129

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Crystal Martinez Profile crystal@blm.gov (307) 775-6336

Documents

Posted documents for Synopsis Solicitation 140L6225Q0022

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 140L6225Q0022

Award Notifications

Agency published notification of awards for Synopsis Solicitation 140L6225Q0022

Contract Awards

Prime contracts awarded through Synopsis Solicitation 140L6225Q0022

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 140L6225Q0022

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 140L6225Q0022

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 140L6225Q0022

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > BUREAU OF LAND MANAGEMENT > WYOMING STATE OFFICE
FPDS Organization Code
1422-WY951
Source Organization Code
100166818
Last Updated
May 18, 2025
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
May 17, 2025