R--Off-range Marketing Services
ID: 140L0124Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWASHINGTON DC OFFICEWASHINGTON, DC, 20003, USA

NAICS

Graphic Design Services (541430)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for Off-range Marketing Services to support its Wild Horse and Burro Program. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance marketing strategies to improve public awareness and adoption rates of wild horses and burros. The selected contractor will be responsible for developing comprehensive marketing plans, creating promotional materials, and producing reports on marketing effectiveness, with the contract structured as a firm fixed-price blanket purchase agreement for one base year and four optional extensions. Interested parties must submit their proposals by April 26, 2024, at 5:00 PM MDT, and can direct inquiries to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses inquiries and responses related to the solicitation for marketing services for the Bureau of Land Management (BLM) Wild Horse & Burro Program, identified as Solicitation No. 140L0124Q0004 – Amendment 1. Key questions cover various aspects, including subcontractor performance acceptance, travel requirements, reimbursement structures, and the specifications for marketing materials. Important changes include the removal of travel requirements and clarification that the contractor is not responsible for printing services, as BLM will engage GPO contractors for that purpose. The document also clarifies that licensed music may be used in video and radio/TV productions and outlines the roles regarding photography, noting that BLM will generally provide images while the contractor may source stock images as needed. The aim of this solicitation is to finalize and clarify the expectations and responsibilities in supporting the BLM's marketing efforts regarding wild horses and burros. Overall, it serves to ensure clarity in the contracting process and align the procurement with federal regulations and guidelines.
    The Bureau of Land Management (BLM) seeks marketing services for its Off-range Wild Horse and Burro Program under a Blanket Purchase Agreement (BPA). The program manages wild horse and burro populations to mitigate overpopulation on public lands, necessitating effective marketing strategies to enhance adoption and raise public awareness. The contracted marketing firm will be tasked with developing comprehensive marketing plans covering traditional and digital platforms, emphasizing engagement with diverse target audiences. Core deliverables include creation of event marketing materials, educational brochures, fact sheets, and promotional videos, all tailored to BLM's branding guidelines. The contractor must facilitate kick-off meetings, strategize ad placements, and produce periodic reports detailing marketing effectiveness and progress on deliverables. Additionally, the project spans one base year with four optional extensions, and all work produced will be the sole property of BLM. The contractor is expected to provide a qualified Project Manager and adhere to strict timelines for deliverables and approvals. Ultimately, this initiative aims to improve the adoption rates of wild horses and burros, enhance public understanding of their management, and ensure effective outreach through innovative marketing approaches.
    The document outlines the pricing structure for integrated marketing services associated with the Wild Horse and Burro Program across multiple contract years. The schedule details various Contract Line Item Numbers (CLIN) across the base year and four option years. Each CLIN corresponds to specific deliverables such as marketing plans, brochures, videos, event advertising, and project management tasks aimed at promoting the program's objectives. Notably, all entries currently reflect a unit price and extended price of $0.00, indicating a preliminary proposal stage rather than finalized costs. The document emphasizes the need for ongoing project management, social media placement, and compliance with accessibility standards throughout the contract period. Overall, it serves as a framework for future service procurement under the government’s request for proposals, focusing on effective marketing strategies for the program's outreach and engagement efforts.
    The document outlines an amendment to a solicitation related to a federal contract, specifically designated as amendment number 140L0124Q0004. The amendment includes important updates that require the contractor to acknowledge receipt by various methods before the specified deadline, crucial for ensuring the acceptance of their offers. It addresses modifications to the contract and provides a structured response to vendor inquiries, which include three key attachments: a Q&A document, a revised Statement of Work (SOW), and a revised price schedule. The deadline for submissions has been extended to April 26, 2024, at 5:00 PM MDT. Overall, this amendment aims to clarify expectations and terms for contractors engaged in the solicitation process, ultimately guiding compliance and enhancing clarity in the federal procurement framework. The document underscores the importance of timely communication and acknowledgment to maintain the integrity of the bidding process.
    This document is an amendment to a solicitation for a government contract, specifically identified as 140L0124Q0004. The amending party is indicating the cancellation of the solicitation entirely, and it outlines the procedures for acknowledging this amendment. Contractors are required to confirm receipt by either returning copies of the amendment or by communicating electronically. The amendment stresses that failure to acknowledge may result in the rejection of any submitted offers. Administrative aspects regarding modifications and instructions for the acknowledgment process are delineated, such as the necessity of referencing the amendment and solicitation numbers. The document also outlines that while certain changes are made, all other terms and conditions of the original contract remain unchanged. The signature sections designate a contractor and contracting officer, affirming the formal nature of the amendment. The overarching purpose of this document is to communicate critical updates in the procurement process and ensure compliance among potential bidders regarding the solicitation modification.
    The document outlines a Request for Proposal (RFP) for "Off-range Marketing Services" related to the Bureau of Land Management's (BLM) Wild Horse and Burro Program. It specifies that the acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a firm fixed-priced, single-award blanket purchase agreement. The document highlights the requirements for proposals, including format, content, and submission deadlines. Technical capability, past performance, and price will be the evaluation criteria for submissions, with a focus on integrating marketing solutions tailored to equine audiences. Additionally, it contains provisions regarding contract terms, confidentiality, electronic payment processes, and past performance assessment protocols. Offerors must demonstrate understanding and capability through detailed proposals, showcasing recent relevant experience. The document includes references to specific federal regulations and requirements that must be followed, ensuring a standardized process for government contracts and fostering accountability among vendors. Overall, the RFP underscores the government's initiative to enhance its marketing efforts for the Wild Horse and Burro Program while prioritizing veteran-owned small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Bison Trophy IDV
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking quotes for the procurement of Buffalo Trophy Bases through an Indefinite Delivery Vehicle contract, specifically set aside for small businesses. This contract aims to establish a firm fixed price for the supply of trophies over a three-year period, with specific dimensions and features outlined, excluding the purchase of glass or engraving services. The procurement is significant for enhancing BLM's trophy presentation and recognition efforts, while also promoting small business participation in federal contracting. Interested vendors should contact Brian Peck at bpeck@blm.gov or call 303-236-1046 for further details and to ensure compliance with submission requirements.
    Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for effective wildland fire suppression, by ensuring compliance with safety and performance standards set by federal regulations. The performance period for this contract is from June 2, 2025, to June 1, 2030, with a focus on inclusivity, encouraging participation from small businesses, including those owned by disabled veterans and women. Interested parties must submit their quotations electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    R--SAM Posting of Consolidation D&F for Marketing BPA
    Buyer not available
    The Department of the Interior is seeking to establish a Blanket Purchase Agreement (BPA) for marketing and advertisement services, including media advertisement placements and video production consulting. The objective of this procurement is to enhance service quality and efficiency while achieving significant cost savings, projected at $523,734.40 over five years, by consolidating these services under a single contractor. This BPA is particularly important as it aims to streamline the acquisition process, reduce administrative burdens, and promote participation from small businesses, specifically Women-Owned Small Businesses (WOSBs). Interested parties can contact Elsa Aguon at elsaaguon@ibc.doi.gov or by phone at 571-560-0475 for further details.
    BOISE DISTRICT BROADCAST SEEDING #2
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes from small businesses for the "BOISE DISTRICT BROADCAST SEEDING 2" project, which involves broadcast seeding of various sagebrush and grasses over approximately 40,000 acres in the Boise District of Idaho. The procurement aims to restore and enhance native plant communities through strategic seeding, emphasizing ecological rehabilitation and environmental stewardship. Proposals must be submitted by February 24, 2025, and should demonstrate technical capability, relevant experience, and a robust pricing strategy, with a contract performance timeframe beginning on March 15, 2025. Interested parties can contact Charles Dodson at cdodson@blm.gov or by phone at 208-769-5008 for further information.
    VEHICLE REPAIRS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide vehicle repair services, specifically for the replacement of the engine and components of a Ford 550 Super Duty fire emergency vehicle. The procurement is a 100% Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting, with a focus on delivering essential maintenance for emergency response equipment. Interested contractors must submit their quotes by February 14, 2025, with a projected contract performance period from February 21, 2025, to March 21, 2025. For further inquiries, vendors can contact Rachel Henriques at rhenriques@blm.gov or by phone at 602-856-6584.
    Sources Sought Notice
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Sources Sought notice to identify potential vendors for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aimed at procuring various types of office furniture and associated services. The procurement includes systems furniture, seating, and additional office furnishings, along with design, installation, and disposal services, all intended to modernize BLM's workspace across its facilities nationwide. Interested vendors, particularly small businesses under NAICS Code 238390, are encouraged to respond by February 21, 2025, providing necessary organizational information and confirming active registration in SAM.gov. The total contract ceiling is set at $30 million, with a minimum guarantee of $10,000, and responses will assist in defining the contractor pool for this initiative. For further inquiries, interested parties can contact Addison Page at apage@blm.gov or by phone at 303-236-3800.
    SAGEBRUSH GROW & PLANT BLM IDAHO
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide services for the growing and planting of 275,000 Wyoming Big Sagebrush seedlings in Blaine County, Idaho, under Solicitation number 140L2625Q0011. The project aims to enhance ecological restoration and land management through the cultivation and hand planting of sagebrush, which is vital for local ecosystems and fire risk reduction. Interested offerors must submit firm, fixed-price quotes by February 24, 2025, and comply with various Federal Acquisition Regulation (FAR) clauses, with the performance period extending from March 15, 2025, to October 17, 2025. For further inquiries, potential bidders can contact Charles Dodson at cdodson@blm.gov or call 208-769-5008.
    W--Vault Toilet Pumping, North Vale, Oregon
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for vault toilet pumping services in the North Vale, Oregon district. The contract, identified by solicitation number 140L4325Q0010, requires the contractor to provide all necessary labor, materials, and transportation for pumping services at designated recreational sites, ensuring compliance with environmental regulations and safety standards. This initiative is crucial for maintaining public health and enhancing visitor experiences at various outdoor recreational areas, with a total contract period from April 1, 2025, to March 31, 2026, and options for four additional years. Interested small businesses must submit their proposals by February 14, 2025, and can direct inquiries to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545.
    J--PRI 1 HOTSHOTS VEHICLE REPAIR - I-620316
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is seeking proposals for vehicle repair services under Solicitation Number 140L3925Q0018. The contract involves servicing a 2016 International MA 035 vehicle, requiring certified International dealerships to perform various repairs identified during an annual inspection, including air dryer service, shock replacements, and oil leak repairs. This procurement underscores the importance of maintaining operational readiness for firefighting and rescue equipment, ensuring compliance with federal regulations throughout the process. Proposals are due by February 3, 2025, with the contract performance period set from February 20, 2025, to March 21, 2025. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.
    N--MONTICELLO SAN JUAN COUNTY CATTLE GUARDS
    Buyer not available
    The Bureau of Land Management (BLM) is planning to award a sole-source purchase order for the replacement of six existing gates with cattle guards along designated county roads in San Juan County, Utah. The objective of this procurement is to enhance livestock management by preventing unauthorized access during the grazing season, thereby reducing cattle mixing and disruptions in grazing areas. This project is crucial for maintaining the integrity of local grazing practices and will involve the purchase, installation, and maintenance of the cattle guards, which are expected to last for 20 years in accordance with San Juan County Road Department specifications. The estimated cost for this project is $59,820, with qualifications due by February 21, 2025, and an anticipated award date of March 10, 2025. Interested parties can reach out to Jessilyn Sanborn at jsanborn@blm.gov or by phone at 303-236-0204 for further information.