99--Notice Regarding Department of the Interior, IBC, AQD Contract Closeout
ID: DOIDFBO250027Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

All Other Business Support Services (561499)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 9:00 PM UTC
Description

The Department of the Interior, through its Interior Business Center (IBC) Acquisition Services Directorate (AQD), is initiating the closeout of contracts that have reached the end of their performance period and have a remaining balance of zero dollars. This action is in accordance with FAR 4.804 and serves as a notification to the vendors listed in the attached contract document regarding the upcoming unilateral closeout process, which will commence ten business days after the announcement. The closeout is significant as it reflects the completion of various federal contracts, including those related to diverse sectors such as technology, consulting, and environmental research, which are crucial for government operations. Vendors wishing to discuss a bilateral closeout modification or present valid reasons against the closeout must contact John Scarsellone at john_scarsellone@ibc.doi.gov before the closing date.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 7:05 PM UTC
This document outlines a list of federal contracts awarded to various contractors, detailing their respective contract numbers, types, and values. The largest award is to Columbia Basin Helicopter Inc., with a firm fixed price contract valued at $400 million, while the smallest is a labor hours contract to Collaborent LLC, with a value of $2,130.84. The majority of contracts are of the firm fixed price type, followed by order dependent, labor hours, and time and materials. Notably, several contracts involve helicopter services, indicating a potential focus on aerial support or related logistics. The total value of the contracts spans several sectors, including technology, consulting, and environmental research, reflecting a diverse array of needs within government projects. This document is significant as it provides insight into federal spending and contractor allocations, serving as a resource for analyzing government RFPs and funding trends across various states and localities.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
R--DOI/IA Use of Robotic Automation for Closeouts
Buyer not available
The Bureau of Indian Affairs, part of the Department of the Interior, is initiating a procurement process to utilize robotic process automation (RPA) for the closeout of contracts that have expired and are fully invoiced with a zero-dollar balance. This effort aims to streamline the contract closeout process in accordance with FAR 4.804, specifically targeting contracts that fall below the simplified acquisition threshold. The use of RPA is significant as it enhances efficiency in managing contract obligations and supports the Bureau's commitment to effective resource management. Vendors identified in the attached contract list will be notified that the RPA closeouts will commence five days following the announcement, and no responses will be accepted for this notice. For further inquiries, interested parties may contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or call 571-560-0519.
D--DOI BIO FBMS Support RFI and Industry Day
Buyer not available
The Department of the Interior (DOI) is seeking market input through a Request for Information (RFI) regarding support services for its Financial and Business Management System (FBMS) and Business Integration Office (BIO). The procurement aims to identify qualified vendors capable of providing essential support services, including documentation, user assistance, and technical enhancements, to optimize the FBMS, which integrates various financial and management functions within the DOI. This initiative is crucial for the DOI's financial modernization and business process integration, ensuring compliance with federal standards and improving operational efficiency. Interested vendors are encouraged to submit their responses by April 24, 2025, and participate in the industry day scheduled for May 1, 2025, with inquiries directed to Heather Watroba at heatherwatroba@ibc.doi.gov or by phone at 703-964-3650.
R--Tri-Credit Reporting Services.
Buyer not available
The Department of the Interior is seeking proposals from qualified small businesses for Tri-Credit Reporting Services through a competitive Request for Quotation (RFQ). The objective of this procurement is to secure timely access to online tri-merge credit reports for the Human Resources Directorate, with a total of 1,500 credit searches anticipated annually over a five-year period, including one base year and four optional years. This service is crucial for personnel security and human resources operations, ensuring compliance with accessibility standards and the secure handling of sensitive information. Interested vendors must submit their quotations by April 18, 2025, and can direct inquiries to Christina Lene at christinalene@ibc.doi.gov or by phone at 571-732-2675.
ONRR - Oil Price Information Service (OPIS)
Buyer not available
The Department of the Interior, specifically the Office of Natural Resources Revenue (ONRR), is seeking a subscription to the Oil Price Information Service (OPIS) through a Sole Source Procurement. This procurement aims to secure essential data on natural gas processing, natural gas liquids production, and market analyses, which are critical for ONRR's royalty payment and audit functions. The anticipated contract will cover a base year from May 1, 2025, to April 30, 2026, with two optional 12-month renewals, and will be evaluated based on technical compliance, past performance, and price reasonableness. Interested vendors must submit their quotes by 3:00 PM on April 17, 2025, and must be registered in the System for Award Management (SAM) to qualify for consideration. For further inquiries, potential quoters can contact Daniel Wheeler at danielwheeler@ibc.doi.gov.
C--US AFCEC NEPA/EA/EIS MATOC
Buyer not available
The Department of the Interior is issuing a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Task Order Contract to provide Environmental Impact Statement (EIS) and Environmental Assessment (EA) services for the U.S. Air Force Civil Engineer Center (AFCEC). This contract aims to support nationwide environmental programs focused on conservation and environmental planning, requiring firms to demonstrate expertise in NEPA processes, including evaluating environmental impacts and managing public communications. The total contract ceiling is set at $100 million over a five-year period, with qualifications due via Form SF 330 by May 10, 2025. For inquiries, interested parties may contact Xanthe Otterstedt at xantheotterstedt@ibc.doi.gov or call 703-914-3719.
Z--NIFC 300 JWH MPR Suite/NICC Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is seeking contractors for the repair and alteration of the JWH MPR Suite and NICC facilities. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The repairs are crucial for maintaining operational efficiency and safety within the facilities that support interagency fire management efforts. Interested contractors can reach out to Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details regarding this presolicitation opportunity.
S--MTAO BEAVERHEAD COUNTY LAW ENFORCEMENT AGREEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, intends to award a sole source contract for Law Enforcement and Surveillance Patrol Services at the Clark Canyon Reservoir and Barretts Park in Montana. The contractor, identified as the Beaverhead County Sheriff's Department, will be responsible for enforcing state and local laws within the designated areas throughout the year, as they are the only entity with full arrest authority in Beaverhead County capable of meeting the required security and surveillance services. This contract will have a base period of 12 months, with the potential for four additional 12-month option periods and a 6-month extension, with a Request for Quote (RFQ) anticipated to be issued around April 18, 2025. Interested vendors must submit a Letter of Interest by April 15, 2025, and all inquiries should be directed to Contracting Officer Michael Hirsch at mhirsch@usbr.gov.
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.