B--CULTURAL RESOURCE INVENTORY CLASS III, HAZARDOUS FUELS RELATED, BLM WHITE RIV
Special Notice from BUREAU OF LAND MANAGEMENT • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 10, 2026. Industry: NAICS 541620 • PSC B503.
Market snapshot
Awarded-market signal for NAICS 541620 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541620
Description
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.