MT IRISH CULTURAL - INTERPRETIVE MATERIALS
ID: 140L3924Q0132Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Graphic Design Services (541430)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the development of interpretive materials related to the Mt. Irish Cultural Resource Protection project. The primary objective is to create educational content, including two large kiosk panels, six smaller interpretive panels, and a high-resolution printed map, to enhance visitor understanding of the cultural significance and recreational opportunities at the Mt. Irish Petroglyph Site. This initiative underscores the importance of cultural resource protection and visitor education, while also engaging local tribal nations in the interpretive process. Interested small businesses must submit their proposals by 2:00 PM PST on September 17, 2024, with the contract performance period running from September 23, 2024, to January 31, 2025. For further inquiries, potential bidders can contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.

    Point(s) of Contact
    Montgomery, Tyrone
    (775) 861-6441
    (000) 000-0000
    tjmontgomery@blm.gov
    Files
    Title
    Posted
    The Nevada Bureau of Land Management (BLM) has issued a Statement of Work (SOW) for the development of interpretive materials at the Mt. Irish Petroglyph Site within the Basin and Range National Monument. The objective is to enhance visitor education on the cultural significance of the site, promote cultural resources protection, and engage tribal nations, specifically the Southern Paiute and Western Shoshone, in the interpretive process. The project entails creating high-resolution content for two large kiosk panels, six smaller trail panels, and a geo-referenced map brochure, all adhering to specific BLM guidelines. The deliverables include collaborating with tribal representatives, conducting research, submitting drafts for review, and finalizing products over a four-month performance period. The work aims not only to inform visitors about the archaeological significance of the area and safety protocols but also to foster cultural stewardship and protections of historical resources. With an emphasis on outdoor safety and resource preservation, the project reflects the BLM's ongoing commitment to managing public lands for educational and recreational use, while maintaining a strong relationship with local tribes.
    The document is a "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits for various occupations in Nevada's Esmeralda, Lincoln, and Nye counties effective in 2024, linking these rates to compliance with Executive Orders 14026 and 13658. Contractors are mandated to pay at least $17.20 per hour under EO 14026 for contracts initiated after January 30, 2022, or $12.90 under EO 13658 for contracts awarded between January 1, 2015, and January 29, 2022. Additionally, the document specifies health and welfare benefits, paid vacation, holiday pay, and sick leave entitlements under EO 13706. The primary purpose is to ensure adherence to established wage standards for government contracts while providing a detailed list of job classifications, their respective wage rates, and the necessary benefits required by law. This document is crucial for contractors seeking government contracts as it provides essential wage determinaons and guidelines for compliance with federal regulations regarding service contracts, ensuring fair pay for workers and safeguarding their rights.
    The Mt. Irish Cultural Resource Protection project, issued by the BLM Nevada State Office under solicitation number 140L3924Q0132, aims to develop interpretive materials in adherence to BLM and National Conservation Lands Visual System Guidelines. Key questions from potential vendors indicate that existing signage will remain intact, while the contract focuses on creating new panels and signs for a newly designed campground and trail. The relevant BLM branding guidelines will be provided post-contract award, as they are too large for distribution during solicitation. This initiative showcases the government's commitment to enhancing cultural resource interpretation while maintaining the integrity of existing markers and signs within the National Conservation Lands.
    The document is an amendment to the solicitation for the MT Irish Cultural Resource Protection - Interpretive Materials project. This amendment addresses questions submitted before the deadline and clarifies that the closing date remains unchanged, requiring all offers and documentation to be submitted by 2:00 PM PST/5:00 PM EST on September 17, 2024. The document instructs contractors on how to acknowledge receipt of the amendment, outlining three methods: acknowledgment on offer copies, a separate letter, or electronic communication. It also informs that the period of performance for the contract is set from September 23, 2024, to January 31, 2025, and specifies contact details for the contracting officer and contract specialist for further inquiries. All other terms and conditions of the solicitation remain unchanged. This document serves to ensure clarity and transparency in the procurement process, critical to maintaining compliance and efficiency in federal contracting activities.
    The document outlines a Request for Proposal (RFP) for developing interpretive materials related to the Mt. Irish Cultural Resource Protection project, overseen by the Bureau of Land Management (BLM) at the Caliente Field Office in Nevada. The main objective is to create content for educational panels that inform visitors about cultural heritage, geographical features, and recreation opportunities. This project includes the development of two large kiosk panels, six smaller interpretive panels, and a high-resolution printed map, with expectations of conducting tribal consultations and field visits. The projected period for contract performance spans four months, ending on January 31, 2025. The initiative is designated as a Small Business Set-Aside under NAICS code 541430 for Graphic Design Services, aiming for a single firm-fixed-price award. The document also details necessary clauses and compliance requirements, including labor standards and limits on subcontracting opportunities. Key contacts for inquiries are provided, enhancing clarity on procedural expectations during the RFP process. The summary reflects the government's effort to engage small businesses in preserving and interpreting significant cultural resources while adhering to federal contracting regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    F--Conservation Plans, BIA, NRO
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the development of conservation plans related to grazing permit transfers within the Navajo Nation, specifically through its Navajo Regional Office. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, aiming to promote economic development within Native American communities while ensuring sustainable agricultural practices. The project involves creating conservation plans that comply with federal guidelines and existing management frameworks, with a contract performance period from September 26, 2024, to September 30, 2025. Interested parties must submit their proposals by 3:00 p.m. MDT on September 19, 2024, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    Cultural Resource Survey South Park Sacramento Gulch
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a Class III cultural resource survey at the South Park Sacramento Gulch Mine site in Colorado. The objective of this procurement is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources in light of environmental cleanup and the potential destruction of the Sacramento Mine site. This initiative is crucial for ensuring compliance with federal regulations that protect historical and cultural sites, reflecting the government's commitment to environmental stewardship and cultural resource management. Interested contractors must submit their proposals electronically by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. For further inquiries, contact Kathy Bosch at mary.bosch@usda.gov or call 802-345-9284.
    Blackbird Fence Project
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Blackbird Fence Project, which involves the removal and replacement of approximately 1.42 miles of boundary fencing in Austin, Nevada. Contractors are required to provide all necessary materials, labor, and equipment to successfully complete the project, which is estimated to cost between $25,000 and $100,000 and is set aside for small businesses under FAR 19.5. This project is crucial for effective land management and environmental stewardship within the Humboldt-Toiyabe National Forest, ensuring public safety and compliance with federal construction standards. Interested contractors must submit their proposals via email by September 20, 2024, and can direct any questions to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov by August 30, 2024.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.