R--On-Site Digitization and Scanning Services
ID: 140R2024Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

SUPPORT – ADMINISTRATIVE: ELECTRONIC RECORDS MANAGEMENT SERVICES (R617)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 11, 2023 4:56 PM
  2. 2
    Updated Dec 12, 2023 5:27 PM
  3. 3
    Due Dec 12, 2023 8:00 PM
Description

The Department of the Interior, Bureau of Reclamation, is seeking On-Site Digitization and Scanning Services. These services are typically used for electronic records management. The procurement is a Combined Synopsis/Solicitation and is set aside for Total Small Businesses. The primary contact for this procurement is Kevin Gonzalez, who can be reached at kgonzalez@usbr.gov or 9169784509.

Point(s) of Contact
Files
Title
Posted
3/26/2024
3/26/2024
3/26/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
YDP BUILDINGS ROOF LEAK INSPECTION
Active
Interior, Department Of The
Presolicitation Notice: Interior, Department of the Bureau of Reclamation is seeking Roof Inspection Services for Yuma Area Office Buildings. The purpose of this procurement is to accurately detect roof leaks on four buildings and provide recommendations for repairs. Thorough inspection utilizing thermal imaging, Dec scanner, or similar moisture detection equipment is required. The inspection report should include location, images, roof repair recommendations, and a cost estimate for the repairs. This is a 100% Small Business Set-Aside opportunity with a NAICS Code of 541350. The acquisition will be conducted in accordance with FAR Part 12 and FAR Part 13. The solicitation and any amendments will be available on SAM.gov. A site visit is tentatively scheduled for July 16, 2024. Offerors must be registered in SAM.gov to be considered for the contract. For more information, contact Diane Rodriguez, Contract Specialist at DLRodriguez@usbr.gov.
R--BOATMAN OPERATIONS LOGISTICAL SERVICES
Active
Interior, Department Of The
The US Geological Survey, within the Department of the Interior, has issued a solicitation for small businesses to provide Boatman Operation Services and logistical support at the Grand Canyon Monitoring and Research Center (GCMRC). The primary goal is to obtain expert boat operators and field technicians for scientific research and monitoring trips on the Colorado River through Glen and Grand Canyons. The scope of work includes safely operating various types of boats, assisting scientists, managing camp duties, and supporting field operations. Additionally, the chosen contractor will provide logistical support, operational management, and skilled field technicians for a three-year contract, adapting to different trip locations and requirements. The work involves demanding schedules, with operators and field techs working extended hours. The government seeks a commercial firm with proven experience in logistics management and recent relevant work. The successful offeror will manage personnel, including recruitment and retention, and submit detailed reports. Key focus areas also include cultural resource monitoring along the Little Colorado River and Grand Canyon, requiring tribal engagement, and scientific support for fish monitoring programs. The contract is expected to run for five years, commencing on December 1st, 2024, with a potential value of up to $16.5 million. It will likely be structured as a firm-fixed price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. Compliance with the Service Contract Act's stringent guidelines on wages and benefits is a requirement. Interested parties must submit a detailed proposal demonstrating their capabilities and experience, along with work plans, resumes, and references. The selection will be based on technical merit, past performance, adherence to the Service Contract Act, and price. For clarification, the government has indicated that the solicitation may be amended, and contractors must acknowledge and respond to these amendments. Site visits and conformance requests are also expected, with responses required within specific deadlines. Potential bidders should carefully review the solicitation documents, including amendments, and ensure compliance with all requirements, as well as the telecommunications equipment representation mandated by the John S. McCain National Defense Authorization Act. Inquiries can be directed to Tracy Huot at thuot@usgs.gov or 9162789330 for further clarification.
65--BDO IMT X9 Service Performance Plan
Active
Interior, Department Of The
The Department of the Interior, Bureau of Reclamation, plans to award a sole-source contract to Standard BioTools, Inc. for X9 Real Time PCR Performance Service. The Bureau seeks to minimize the risk of machine failures that could disrupt annual production goals and will consider written notices from other companies able to meet the stated requirement. This pre-solicitation notice is not a request for quotes, and the Bureau intends to negotiate with only one source under FAR 13.106. Companies interested in being considered as an alternative source should submit a written response to the Contracting Officer by Friday, August 2, 2024, demonstrating their ability to fulfill the requirement. The Bureau will then decide whether to conduct a competitive procurement. The purchase order relates to the supply of imaging equipment and supplies, with a focus on electromedical and electrotherapeutic apparatus manufacturing (NAICS Code: 334510). The key contact for this opportunity is RaShayla Brown, who can be reached at rbrown@usbr.gov.
Regional Office Furniture - Blanket Purchase Agree
Active
Interior, Department Of The
Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Regional Office Furniture through a Blanket Purchase Agreement. This notice aims to determine the availability of qualified small businesses capable of meeting the government's requirements. The contractor will be responsible for providing all necessary materials, labor, equipment, and transportation for the Regional Office Furniture requirement. Interested contractors must submit capability statements by May 30, 2024, to be considered. The NAICS code for this acquisition is 541410 - Interior Design Services. For more information, contact Kevin Gonzalez, Contracting Specialist, at kgonzalez@usbr.gov.
B--Justification for Consolidation
Active
Interior, Department Of The
Presolicitation notice from the Department of the Interior, Bureau of Reclamation, for Environmental and Cultural Resources Services IDIQ contracts 2024. The notice seeks to obtain a full range of environmental compliance and resource management services for projects within the Upper Colorado and Missouri Basin Regions. The services include adaptive management, biological surveys, clean water act compliance, cultural resources and archaeology resources, environmental laboratory services, environmental site assessments, national environmental policy act compliance, endangered species act compliance, geographical information systems, fish and wildlife habitat mitigation and monitoring plans, monitoring, paleontological services, technical facilitation and meeting support, other environmental and natural resources support, recreation management documents, and compatibility reviews. The contract may be performed in various states, and it is anticipated to be a total small business set aside with a total ceiling of up to $50,000,000. The solicitation is expected to be released on or about July 3, 2024, and interested parties must be registered in the System for Award Management (SAM) to be considered for a government contract award. The primary contact for questions is Terra Warren at twarren@usbr.gov.