47QRAA18D00AS-140L0621A0017
Blanket Purchase Agreement
Overview
Government Description
BLM Cultural Resource Management (CRM) Services Blanket Purchase Agreement (BPA)
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
None
Related Opportunity
GSA RFQ#1419346
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oregon 97918 United States.
Incumbent Sundance Consultants has indicated it no longer qualifies as a Small Business for NAICS 541620, which may limit its ability to win future recompetes with a set-aside
Amendment Since initial award the Ordering Period End Date was extended from 02/28/26 to 08/31/26.
Incumbent Sundance Consultants has indicated it no longer qualifies as a Small Business for NAICS 541620, which may limit its ability to win future recompetes with a set-aside
Amendment Since initial award the Ordering Period End Date was extended from 02/28/26 to 08/31/26.
Sundance Consultants was awarded
Blanket Purchase Agreement 140L0621A0017 (140L06-21-A-0017)
by
BLM National Office
in February 2021.
The BPA
has a duration of 5 years 5 months and
was awarded
with a Small Business Total set aside
with
NAICS 541620 and
PSC R499
via subject to multiple award fair opportunity acquisition procedures with 24 bids received.
To date, $3,719,109 has been obligated through this vehicle with a potential value of all existing task orders of $4,597,720.
As of today, the BPA has a total reported backlog of $878,611.
Status
(Open)
Modified 1/7/26
Period of Performance
2/28/21
Start Date
8/31/26
Ordering Period End Date
Task Order Obligations and Backlog
$3.7M
Total Obligated
$3.7M
Current Award
$4.6M
Potential Award
$0.0
Funded Backlog
$878.6K
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
Blanket Purchase Agreement
47QRAA18D00AS-140L0621A0017
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 140L0621A0017
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under 47QRAA18D00AS-140L0621A0017
Subcontract Awards
Disclosed subcontracts for 47QRAA18D00AS-140L0621A0017
Transaction History
Modifications to 47QRAA18D00AS-140L0621A0017
People
Suggested agency contacts for 47QRAA18D00AS-140L0621A0017
Competition
Number of Bidders
24
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
None
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
FTDHBDUWJMA5
Awardee CAGE
4ESJ5
Agency Detail
Awarding Office
140L06 NATIONAL OPERATIONS CENTER
Funding Office
140L06 NATIONAL OPERATIONS CENTER
Created By
rgelchion
Last Modified By
egli99
Approved By
egli99
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
ID-02
Senators
James Risch
Michael Crapo
Michael Crapo
Representative
Michael Simpson
Last Modified: 1/7/26