B--OR-CULTURAL RESOURCES-CULTURAL RESOURCES

SOL #: 140FS126Q0070Combined Synopsis/Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Historical Sites (712120)

PSC

Archeological/Paleontological Studies (B503)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 9, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, is seeking quotes for a Cultural Resource Inventory for the Tejada Ranch Habitat Management Project in Lake County, California. This is a Firm-Fixed-Price combined synopsis/solicitation (RFQ). Amendment 0001 has extended the offer receipt date. Quotes are due April 9, 2026, by 5:00 PM ET.

Scope of Work

The contractor will conduct a comprehensive cultural resource inventory, including:

  • Background research and field surveys.
  • Identification and documentation of cultural resources.
  • Preparation of reports and site forms adhering to California State Historic Preservation Officer (SHPO) standards.
  • Data analysis to describe artifacts, characterize the environment, and recommend protective measures.
  • Documentation using California State Parks DPR 523 site forms, maps, sketches, and photographs, including obtaining Smithsonian trinomial numbers and GPS-derived UTM coordinates. Deliverables include a Draft Cultural Resource Report, Draft Site Forms and Appendices, and a Full Final Report in .pdf and .docx formats.

Contract & Timeline

  • Contract Type: Firm-fixed-price.
  • Period of Performance: Approximately August 20, 2025, to September 30, 2026.
  • Set-Aside: Unrestricted.
  • Questions Due: April 7, 2026, by 5:00 PM ET.
  • Quotes Due: April 9, 2026, by 5:00 PM ET.
  • Anticipated Delivery: 30 days after award through the fiscal year.

Evaluation

Award will be made to the vendor proposing the best value product that meets specifications. Evaluation factors include Technical capabilities and Past Performance.

Eligibility & Notes

Offerors must be registered in the System for Award Management (SAM). Contractor qualifications must meet the Secretary of the Interior's Standards for Archaeology and Historic Preservation. The project utilizes Federal funds and is subject to Section 106 of the National Historic Preservation Act. Offerors are required to acknowledge receipt of Amendment 0001.

People

Points of Contact

Coltran, KathrynPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
B--OR-CULTURAL RESOURCES-CULTURAL RESOURCES | GovScope