USDA NRCS SOURCES SOUGHT SYNOPSIS for CULTURAL RESOURCES SITE INVESTIGATIONS FOR MASSACHUSETTS
ID: 12FPC426Q0004Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Environmental Consulting Services (541620)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) is seeking qualified large and small businesses to provide cultural resources site investigations and management services in Massachusetts through a non-personal services Blanket Purchase Agreement (BPA). The procurement aims to identify firms capable of conducting archaeological services, including background research, architectural reviews, and Phase 1A and Phase 1B surveys, in compliance with federal and state historic preservation acts. This initiative is crucial for ensuring adherence to cultural resource management standards and guidelines, with an estimated performance period of five years starting February 23, 2026. Interested firms must submit their contact information, SAM.GOV UEI, GSA Schedule Number (if applicable), small business status, and a statement of interest to Crystina Lopez and Shermeka Showers via email by January 9, 2026, at 5 PM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    This Quality Assurance Surveillance Plan (QASP) outlines the U.S. Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) approach to evaluate contractor performance for cultural resources support services. The QASP details who monitors, what is monitored, how monitoring occurs, and how results are documented, emphasizing the contractor's responsibility for quality control. Key government roles include the Contracting Officer (CO), Contract Specialist (CS), and Contracting Officer's Representative (COR), each with defined responsibilities for oversight and contract adherence. Performance standards and acceptable quality levels (AQLs) are listed in Attachment 1, with 100% inspection as a surveillance method, especially for critical tasks. All surveillance activities, including discrepancy reports for non-conforming services, must be thoroughly documented by the COR and forwarded to the CS for contract file retention. This ensures accountability, fair treatment, and compliance with contractual requirements.
    The Natural Resources Conservation Service (NRCS) in Massachusetts requires cultural resources archaeological services to comply with federal and state historic preservation acts. This Blanket Purchase Agreement (BPA) seeks qualified contractors to conduct site investigations, including background research, architectural reviews, and Phase 1A and Phase 1B archaeological surveys. Key requirements include contractor capabilities for field and laboratory work, adherence to Secretary of Interior’s Standards for personnel, and specific deliverables for each investigation phase. Special conditions cover the handling of human remains, pre-survey notifications, disposition of artifacts, and compliance with health, safety, and civil rights regulations. All work must follow NRCS policies and applicable historic preservation guidelines, with task orders issued to define project-specific scopes and schedules.
    The USDA NRCS is seeking potential large and small businesses for a non-personal services BPA contract to provide cultural resources site investigations and management services in Massachusetts. This is a sources sought notice only, aiming to determine if sufficient technically competent firms exist for a potential small business set-aside. The anticipated NAICS code is 541620 Environmental Consulting Services, with a $19 million small business size standard. The contractor will be responsible for all personnel, equipment, and services as defined in the Statement of Work (SOW). The estimated period of performance is five years (one base year and four option years), tentatively starting February 23, 2026. Interested firms are requested to submit their contact information, SAM.GOV UEI, GSA Schedule Number (if applicable), and small business status, along with a statement of interest, to Crystina Lopez and Shermeka Showers via email by January 9th, 2026, 5 PM EST.
    Similar Opportunities
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    Plateau Regional Archaeological Curation Services Contract USACE U.S. Army Corps of Engineers, Northwestern Division W912P9
    Dept Of Defense
    The U.S. Army Corps of Engineers, Northwestern Division, is seeking sources for the Plateau Regional Archaeological Curation Services Contract, as outlined in Sources Sought Notice W912P926QA003. This procurement aims to identify qualified firms capable of providing archaeological curation services, which are essential for the preservation and management of archaeological artifacts and data within the Plateau Region. The services are critical for ensuring compliance with federal regulations and supporting cultural resource management efforts. Interested parties should contact Marla Sawyer at marla.j.sawyer@usace.army.mil or call 314-331-8246 for further information regarding this opportunity.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.