EMDD FUELS CULTURAL CLEARANCE
ID: 140L3625Q0033Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
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 18, 2025, 8:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to conduct a Class III cultural resources inventory as part of the EMDD Fuels Cultural Clearance project in Eastern Montana and North Dakota. The project aims to assess the impact of planned fuels reduction and prescribed fire projects on cultural resources across approximately 13,327 acres in designated units, ensuring compliance with the National Historic Preservation Act. This inventory is crucial for preserving cultural heritage while supporting BLM's objectives of reducing hazardous fuel buildup. Interested contractors must submit their quotes electronically to Contracting Officer Christopher Brailer by April 18, 2025, and are required to adhere to federal procurement standards, including wage determinations and past performance evaluations.

Point(s) of Contact
Brailer, Christopher
(406) 896-5196
40689650200000
cbrailer@blm.gov
Files
Title
Posted
Mar 20, 2025, 1:06 PM UTC
The document outlines a Past Performance Questionnaire (PPQ) for evaluating a potential contractor as part of the U.S. Department of the Interior's Bureau of Land Management's project titled EMDD FUELS CRI 2025. The PPQ seeks insights regarding the contractor's past performance based on various criteria, including their relationship with the client, corporate management, quality control, and adherence to performance schedules. Evaluators are asked to assign ratings from Outstanding to Unacceptable, provide details on any negative performance issues like cure notices, and express whether they would consider awarding future contracts based on satisfaction levels. Additionally, the document emphasizes the importance of overall client satisfaction with the services rendered. Conclusively, the PPQ serves to assess contractor reliability in federal projects, ensuring that past performances inform future contract decisions in alignment with federal procurement standards.
Mar 20, 2025, 1:06 PM UTC
The Bureau of Land Management (BLM) outlines a Scope of Work for a Class III cultural resources inventory and report in Eastern Montana and North Dakota for fiscal year 2025. The inventory covers nine designated units totaling approximately 13,327 acres, focusing on areas in Custer, Dawson, Rosebud, Sweet Grass, and Yellowstone Counties. This project is mandated by the National Historic Preservation Act to assess the impact of planned fuels reduction and prescribed fire projects on cultural resources. A Class III inventory involves thorough field surveys and documentation of sites. The contractor will guide the inventory process, including reporting findings of known cultural sites and evaluating their eligibility for the National Register of Historic Places. Key deliverables include comprehensive reports detailing the environmental and cultural context, methodologies, and inventory results for each unit. All findings must adhere to BLM guidelines and be submitted in both hard and digital formats. The project supports BLM's objectives of reducing hazardous fuel buildup while ensuring cultural resources are preserved, with a performance timeline culminating in December 2025.
Mar 20, 2025, 1:06 PM UTC
The document serves as a Request for Quote (RFQ) by the Bureau of Land Management (BLM) for a project titled "Eastern Montana/Dakotas District Fuels Cultural Resource Inventory." It outlines the solicitation process for contractors, emphasizing that it is a 100% Total Small Business Set-Aside under NAICS code 541720. Quotes must be submitted electronically to the designated Contracting Officer, Christopher Brailer, by April 18, 2025. The acquisition will follow FAR guidelines and require that all offerors be registered in the System for Award Management (SAM). Key details include the scope of services needed, specific evaluation criteria based on price, technical capability, and past performance, as well as the stipulation of necessary representations and certifications. The project emphasizes compliance with applicable Federal Acquisition Regulations (FAR) clauses, reporting obligations, invoicing processes, and the prohibition of certain telecommunications and services. The document highlights the importance of following proper proposal procedures and submitting a thorough and organized response, which includes demonstrating technical capabilities and potential project approaches. Overall, this solicitation exemplifies the government's commitment to sourcing competent small businesses while ensuring transparency and accountability in the procurement process.
Mar 20, 2025, 1:06 PM UTC
The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates and fringe benefits for federal contractors in specific regions of Montana. Effective January 30, 2022, all covered contracts must pay at least $17.75 per hour in 2025, as per Executive Order 14026, or a lower rate for contracts awarded between January 2015 and January 2022 that aren’t renewed. The document lists various occupations with corresponding minimum wage rates and specifies requirements for health and welfare benefits, vacation, holidays, and paid sick leave under Executive Order 13706. Additionally, a conformance process is detailed for unlisted classifications not covered by the wage rates, ensuring compliance and fair compensation. This wage determination plays a crucial role in ensuring that contractors adhere to labor laws and provide fair wages in federal contracts, which aligns with federal efforts to enhance worker protections.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
BLM WRFO ABC CULTURAL RESOURCES INVENTORY
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for a Class III cultural resource inventory covering approximately 1,930 acres of public land in Moffat, Rio Blanco, and Garfield Counties, Colorado, as part of compliance with the National Historic Preservation Act. Contractors are required to conduct intensive cultural resource evaluations prior to any ground-disturbing activities related to vegetation reduction and prescribed burning, which includes tasks such as pre-field reviews, field inventories, and the recording and evaluation of cultural resources according to BLM guidelines. This project emphasizes the importance of preserving cultural resources while facilitating necessary land management activities, with the contract period set from May 16, 2025, to February 27, 2026. Interested parties should contact Daniel Rosales at drosales@blm.gov for further information regarding the solicitation, identified as No. 140L3725Q0061.
BROWNS DRAW CULTURAL RESOURCES INVENTORY
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for a Class III Cultural Resources Inventory (CRI) covering approximately 1,578 acres of public land in Moffat County, Colorado. The primary objective of this procurement is to conduct an intensive field inventory to locate, evaluate, and protect cultural resources prior to fuel treatment activities, in compliance with Section 106 of the National Historic Preservation Act. This inventory is crucial for ensuring the preservation of historic properties while facilitating ongoing land management efforts in the area. Interested small businesses must submit their proposals by the specified deadlines, with the contract period set to commence on May 1, 2025, and conclude by February 27, 2026. For further inquiries, potential bidders can contact Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads across 150 acres of BLM-managed land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for enhancing land management and conservation efforts in the region, ensuring the responsible use of federal lands. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; a site visit for bidders is scheduled for May 6, 2025. For further information, interested parties can contact Daniel Rosales at drosales@blm.gov.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
FUELS REDUCTION, THINNING, AND HAZARD TREE REMOVAL
Buyer not available
The Bureau of Land Management (BLM) is seeking quotes for Hazard Tree Mitigation, Forest Health Thinning, and Fuels Reduction Support Services through Request for Quotation (RFQ) 140L1225Q0011. The procurement aims to enhance forest health and reduce wildfire risks by addressing tree hazards and associated slash treatment in compliance with specified performance work statements. This initiative is crucial for promoting environmentally responsible forestry management practices while ensuring compliance with federal procurement and labor laws. Interested contractors must register on SAM.gov and submit their quotes by May 7, 2025, following a mandatory site visit scheduled for April 21, 2025. For inquiries, contact Karianne Lerum at klerum@blm.gov.
Z--GAOA - EMDDO ROADS AND REC SITE REPAIRS
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is seeking sealed bids for construction activities related to the repair of roads and parking areas at various recreation sites across eastern Montana, including Howrey Island, Matthews, Strawberry Hills, Moorhead, and Short Pines OHV. The project involves re-establishing road conditions, managing soil moisture, applying crushed aggregate surfacing, and implementing erosion control measures to enhance the accessibility and safety of these recreational areas. This procurement is significant for maintaining public access to vital outdoor spaces and ensuring the longevity of infrastructure within the BLM's jurisdiction. The Invitation for Bids (IFB) is expected to be issued around April 1, 2025, with bids due by May 1, 2025, and the estimated contract value ranges from $250,000 to $500,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend an organized site visit on April 8, 2025, for a comprehensive understanding of the work requirements. For further inquiries, potential bidders can contact Christine Mundt at cmundt@blm.gov or by phone at (406) 896-5030.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
S--SGH UNITS NOXIOUS WEED TREATMENT PROJECT
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking quotations for the S--SGH Units Noxious Weed Treatment Project in the Helena, Montana area. The project involves applying contractor-furnished herbicides to control invasive species, including Spotted knapweed, Dalmatian toadflax, and Canada thistle, across three timber harvest units totaling 500 acres, with work scheduled between June 1 and August 30, 2025. This initiative is part of federal efforts to manage invasive species and protect local ecosystems, and it is set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million. Interested contractors should prepare for a Request for Quotation (RFQ) expected to be issued around April 25, 2025, with quotations due by May 23, 2025; for further information, contact Christine Mundt at cmundt@blm.gov or (406) 896-5030.
OWYHEE FUEL BREAK MOWING
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting contractor services for the Owyhee Fuel Break Mowing project, which involves the mechanical mowing of approximately 1,012 acres of brush and grass in Humboldt County, Nevada. The contractor will be responsible for providing all necessary labor, equipment, and materials to complete the mowing to a height of 4-6 inches, adhering to environmental protections and operational guidelines set forth by the BLM, with work scheduled from September 15, 2025, to January 15, 2026. This initiative is crucial for enhancing natural resource management and fuels management practices, aligning with federal environmental standards. Interested small businesses can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 for further details, and proposals must be submitted electronically by the specified due date.
F--Tribal Monitoring During NW Malheur Project Implem
Buyer not available
The Bureau of Land Management (BLM) is seeking to procure Tribal Monitoring services for the Northwest Malheur Project, specifically in collaboration with the Burns Paiute Tribe for the year 2025. The primary objective of this contract is to ensure the protection of cultural and historical resources during ecosystem restoration activities aimed at benefiting the Greater Sage-Grouse habitat. The selected contractor will provide dedicated tribal monitors to conduct real-time observations, documentation, and reporting, ensuring compliance with environmental assessments and cultural preservation protocols. The solicitation closing date has been extended to April 24, 2025, with the performance period running from April 30, 2025, to April 15, 2026. Interested parties can contact Rachel Jones at rmjones@blm.gov or by phone at 503-808-6068 for further information.