Lahontan Basin Area Office - Vegetation Management
ID: 140R2024Q0134Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Landscaping Services (561730)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a proposal for Vegetation Management Services as part of a Blanket Purchase Agreement from the Lahontan Basin Area Office. It is structured around tasks involving management site visits, vegetation management work plans, and specific hazardous analysis plans across various project sites, predominantly focused on Derby Dam, Prosser Creek Dam, Stampede Dam and Dike, and associated dikes. Each task details treatment and removal of both non-aquatic and aquatic vegetation, aiming to control invasive species and restore ecological balance. The document includes estimated quantities and pricing for annual management efforts over a five-year period, highlighting a quantitative approach for evaluating proposals. This RFP is significant for securing contractors to execute vital environmental management activities, demonstrating the federal government's commitment to maintaining and improving ecosystem health in these areas. Overall, it seeks to ensure sustainable land management practices while complying with environmental standards and regulations.
    The document outlines a Subcontracting Plan for the Lahontan Basin Area Office (LBAO) Vegetation Management Services Blanket Purchase Agreement (BPA), as required by the Federal Acquisition Regulation (FAR). It establishes the expectations for the offeror to provide a detailed approach to subcontracting, including a projected dollar value for all planned subcontracting, with specific goals for various small business categories. Key components include the classification of the plan (individual, master, or commercial), percentage goals for small business participation, and a description of the types of supplies and services to be subcontracted. The plan mandates the identification of potential subcontracting sources and the method for developing goals, emphasizes equitable opportunities for small businesses, and requires adherence to compliance with subcontracting regulations. The document mandates the retention of detailed records for compliance, including records of contacted organizations and subcontract awards. It underscores the contractor's obligation to submit regular reports and ensure timely payment to small business subcontractors. Approval from various authoritative figures is required, demonstrating a comprehensive approach to fostering small business involvement in federal contracts and complying with federal regulations.
    The document outlines Wage Determination No. 2015-5595, applicable under the Service Contract Act (SCA), which mandates minimum wage rates and benefits for federal contractors in Nevada. The revised wage determination, effective as of July 22, 2024, specifies a minimum wage of $17.20 per hour for contracts awarded after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless a higher wage is stipulated. A detailed listing of various occupations includes salary rates for roles ranging from administrative support to health and technical positions, as well as mandatory fringe benefits such as health and welfare, vacation, and holiday pay. The document stipulates additional regulations, including provisions for paid sick leave under Executive Order 13706. Specific notes on exemptions, compensatory provisions for uniforms, and the process for classifying unlisted job titles further emphasize compliance with wage standards. This wage determination reflects the federal government's commitment to ensuring fair labor practices among contractors and adherence to established wage and benefit standards, aligning with broader goals in government RFPs and grant funding frameworks.
    The document is a Wage Determination report under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage rates for various occupations in California counties. It establishes wage requirements applicable from January 30, 2022, following Executive Orders 14026 and 13658. Executive Order 14026 mandates a minimum wage of $17.20 for contracts post-January 30, 2022, while Executive Order 13658 requires $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless renewed after January 30, 2022. The report outlines detailed wage rates for numerous occupations, including administrative, automotive, healthcare, technical, and protective service positions, alongside fringe benefits such as health and welfare, paid leave, and holiday entitlements. Additionally, it encompasses compliance guidelines for federal contractors regarding worker protections and emphasizes conforming new job classifications not listed in the determination. This document serves as a crucial resource for federal RFPs and grants, ensuring contractors adhere to mandated wage standards and providing a framework for establishing pay scales and benefits for service workers involved in government contracts.
    The Bureau of Reclamation is soliciting quotes for a Blanket Purchase Agreement (BPA) to provide vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The BPA seeks a firm-fixed price, with a maximum value of $1.2 million over five years, aimed at controlling non-aquatic and aquatic vegetation and removing dead vegetation. The successful contractor will be responsible for all associated labor, materials, and necessary equipment, ensuring compliance with federal safety regulations and managing effective vegetation treatment processes. Key deliverables include an annual management site visit, a comprehensive Vegetation Management Work Plan, and Site-Specific Hazard Analysis Plans. The treatment areas involve approximately 39 acres of non-aquatic vegetation and over 24 acres for aquatic vegetation management. Interested parties must submit their quotes by October 18, 2024, alongside required certifications and proof of insurance. This solicitation aligns with federal acquisition regulations and emphasizes promoting safe, environmentally sound practices consistent with public service standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the demolition of the South, Soap, and Lower Ripley Creek Feeder Diversion Dams, along with associated work in Tehama County, California. The project involves significant tasks such as the removal of elevated pipes and supports, flumes, and the excavation and filling of the South Canal, with an estimated cost exceeding $10 million. This opportunity is particularly aimed at small businesses, including those classified as 8(a), HUBZone, and Service-Disabled Veteran-Owned, and is intended for market research and acquisition planning purposes. Interested parties must respond by October 2, 2024, and provide relevant company information, including past project experience and bonding capacity, to Rosana Yousefgoarji at RYousefgoarji@usbr.gov.
    LAKE 318673; 324894; 332529 Extend Public Launch R
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction project titled "Extend Public Launch Ramp at Hemenway Harbor" within the Lake Mead National Recreation Area in Boulder City, Nevada. The project involves extending a public launch ramp, which includes excavation, grading, and the installation of precast concrete ramps, necessitated by decreasing lake levels. This initiative is crucial for maintaining recreational access and supporting environmental management efforts in the area, particularly in light of ongoing drought conditions. Interested contractors must submit sealed offers by the specified deadlines, with the contract magnitude expected to exceed $10 million, and work is to commence within ten days of the notice to proceed, completing within 730 days. For further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Intermountain Stewardship BPA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project involves the design, fabrication, and installation of a new breakwater and wave attenuator system, responding to environmental challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges from $500,000 to $1 million, with a total small business set-aside, and bids are due by October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and to register for a mandatory site visit scheduled for August 21, 2024.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    B--Lake Mohave Razorback Sucker Monitoring
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified contractors for the monitoring of the endangered Razorback Sucker fish in Lake Mohave, Arizona-Nevada. The project involves a comprehensive monitoring program that includes capturing and recording data on both adult and larval Razorback Suckers, conducting genetic analyses, and participating in multi-agency survey events, with a contract duration consisting of a base year and four one-year options. This initiative is crucial for the conservation of the Razorback Sucker, which has historically been abundant in the Colorado River Basin but is now endangered under the Endangered Species Act. Interested parties must submit their capability statements by 2:00 PM local time on October 10, 2024, to Kathleen Berry at kberry@usbr.gov, and should be aware that registration in the System for Award Management (SAM) is required for eligibility in future solicitations.
    Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment, with a performance period from March 2025 to January 2029. This initiative is critical for enhancing the safety and functionality of the Hyrum Dam, ensuring compliance with federal regulations and standards. Interested contractors must submit sealed bids by November 8, 2024, and can contact Lynette Rock at LRock@usbr.gov or 385-228-8535 for further information.