EMDD FUELS CULTURAL CLEARANCE
ID: 140L3625Q0033Type: Combined Synopsis/Solicitation
AwardedMay 20, 2025
$213.2K$213,231
AwardeeHOPE ARCHAEOLOGY INC 4816 ALPHA DR Bozeman MT 59718 USA
Award #:140L3625P0040
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
    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
    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.
    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.
    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.
    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
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.