93--Bison Trophy IDV
ID: 140L0125Q0004Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MISCELLANEOUS FABRICATED NONMETALLIC MATERIALS (9390)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking quotes for the procurement of Buffalo Trophy Bases through an Indefinite Delivery Vehicle contract, specifically set aside for small businesses. The contract aims to establish a firm fixed price over three years, with orders placed as needed, focusing on the delivery of trophy bases that meet specified dimensions and quality requirements, excluding glass and engraving. These trophy bases are intended for use in commemorating achievements related to bison conservation and management, highlighting the importance of such items in promoting wildlife preservation efforts. Interested contractors should contact Brian Peck at bpeck@blm.gov or call 303-236-1046 for further details, with a firm delivery expectation set at approximately 90 days post-order receipt.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is surveying the market for potential vendors to supply approximately 400 bronze-plated bison trophies annually. This initiative is not a formal request for bids or proposals and incurs no commitment from the government. The trophies must have specifications fit for a glass plate, including an approximate size of 5’ by 6” with a recessed slot. BLM plans for a firm-fixed price Indefinite Delivery Vehicle (IDV) contract over three years, including three one-year ordering periods. Relevant vendors are encouraged to provide their firm information, including size status and SBA certifications, alongside a narrative demonstrating their expertise. Responses should be emailed by January 24, 2025, referencing the project number 140L0125Q0004. The project primarily supports small business opportunities according to NAICS code 332999. Overall, this market survey aims to gauge industry interest and inform the acquisition strategy for this upcoming requirement.
    The Bureau of Land Management (BLM) plans to issue a solicitation for the procurement of buffalo trophy bases under Simplified Acquisition Procedures (FAR Part 13), identified as Solicitation No. 140L0125Q0004. The BLM intends to purchase approximately 300 trophies annually, though exact quantities are uncertain, using an Indefinite Delivery Vehicle contract. The trophy bases will have specific features including a bronze plating and a recessed slot for a glass plate, with dimensions of roughly 5' x 6". This acquisition is exclusively set aside for small businesses, classified under the NAICS code 332999. The government aims to post a formal solicitation around February 7, 2025, subject to adjustments, with responses due about 20 days post-issuance. Interested offerors must have a UEI number and be registered in the System for Award Management (SAM) to qualify for the contract. Questions regarding this notice can be directed to Brian Peck at the BLM.
    The document outlines Amendment 1 to Solicitation No. 140L0125Q0004, which addresses vendor inquiries regarding the procurement of a Bison Trophy base. Key points include the clarification that all quantities are estimated, and the base is only required without additional components such as glass and engraving. A receiving dock at the designated delivery location is confirmed, as well as specifications for an antique bronze finish. The amendment provides details on quality requirements, including inspection by the Bureau of Land Management (BLM) to ensure fit and security for the glass plate. Important timelines are established, with a firm delivery expectation set at approximately 90 days post-order receipt, as communicated in the original solicitation. This amendment serves to refine the solicitation process and ensure alignment between the agency and potential contractors by providing critical answers to outstanding questions, thereby facilitating a clearer understanding of requirements and expectations for bidders in federal contract procurement.
    The document outlines the amendment for the solicitation number 140L0125Q0004 regarding the procurement of bison trophy bases by the Bureau of Land Management (BLM). The amendment clarifies requirements, addresses questions generated during the solicitation phase, and specifies changes to the delivery timeframe and product specifications. Key points include that the trophy base does not include glass and engraving, and that delivery must occur approximately 90 days from the order. Contractors are required to acknowledge receipt of the amendment to prevent offer rejection. The document lists specific queries about order quantities, shipping capabilities, finish preferences, and production timelines, with responses aiming to guide potential contractors in their submissions. Previous contract details are provided, highlighting the awarded contractor and total contract value. The amendment emphasizes adherence to established solicitation terms. Overall, this summary encapsulates the solicitation's modifications and clarifications to facilitate the bidding process for interested contractors.
    The Bureau of Land Management (BLM) has issued a Request for Quotes (RFQ) for the procurement of trophies, specifically Buffalo Trophy Bases, through an Indefinite Delivery Vehicle contract. This acquisition is set aside for small businesses and aims to establish a firm fixed price contract over three years, with orders to be placed as required. The specifications include capped dimensions of approximately 5” H x 6” L with a recessed slot for a glass plate, emphasizing proper fit but excluding the purchase of glass or engraving as part of the contract. The RFQ outlines the bidding process, requiring offerors to provide technical capability, pricing, and past performance references. Evaluation criteria prioritizes technical capability and past performance, which will be considered more significant than price. Contractors must submit detailed representations regarding their business status and compliance with various federal regulations. Supporting documents detail submission requirements, including pricing schedules and provisions related to telecommunications and video surveillance services. Overall, the RFQ represents BLM's commitment to enhancing procurement practices while encouraging participation from small business concerns, aligning with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Bison Trophy IDV
    Currently viewing
    Solicitation
    Presolicitation
    Sources Sought
    Similar Opportunities
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    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.
    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.
    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.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier tree growth across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative is part of BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes to the project requirements.
    R--LITCHFIELD ALFALFA FY 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the procurement of alfalfa hay to support the feeding of wild horses and burros at the Litchfield Wild Horse and Burro Facility in California. The contract encompasses two primary tasks: the delivery of 2,300 tons of alfalfa hay from April 2, 2025, to March 30, 2026, and an additional 200 tons of small 3-twine bales from July 1, 2025, to December 1, 2025, with specific quality requirements for the hay. This procurement is crucial for ensuring the well-being of the animals in BLM's care, emphasizing the need for high-quality feed that meets established standards. Interested vendors must submit their quotations by March 6, 2025, and are encouraged to contact Laurie Ehlinger at lehlinger@blm.gov or 608-377-3532 for further information.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    81--RED ROCK STORAGE CONTAINERS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the procurement of six shipping/storage containers intended for the Red Rock Canyon National Conservation Area. The primary objective is to replace deteriorating storage sheds with durable containers that will provide effective storage solutions for equipment, tools, and materials during the remodeling of the Admin Building. These containers, approximately 40’ x 8’ x 8.5’, must meet specific conditions, including cleanliness and pest resistance, and should blend with the natural landscape through preferred earth-tone colors. Interested parties must submit their quotes by February 20, 2025, at 1 PM PT, with a performance period scheduled from April 14, 2025, to May 19, 2025. For further inquiries, potential bidders can contact Amanda Cline-Rispress at aclinerispress@blm.gov.