C--Arizona, Colorado and New Mexico A&E IDIQ Contract
ID: 140L0624Q0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Q&A attachment related to a federal Request for Qualifications (RFQ) for Architect-Engineer (A&E) services. Key inquiries include the subcontracting limitations, project submission guidelines, and past performance requirements for Prime contractors. Notably, while the government permits A&E firms to use architects as prime contractors, they must complete at least 50% of the work themselves due to subcontracting limitations. Submission guidelines clarify that only the Prime's past performance can be counted, and submissions must adhere to a file size restriction of 25Mb, without specific page limits. Registered professionals must stamp and seal deliverables according to state regulations, with no allowances for out-of-state licenses. Additionally, specific requirements for resumes and project descriptions are outlined, emphasizing team collaboration on similar past projects. The document also establishes a cutoff for questions and submission deadlines. Overall, the Q&A serves to elucidate the RFQ process, ensuring applicants understand the criteria and requirements essential for successful proposals.
    The Bureau of Land Management (BLM) is soliciting qualifications from small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A/E) professional services in Arizona, Colorado, and New Mexico. This RFP adheres to the federal acquisition regulations and seeks firms capable of managing various projects concurrently across these states. The maximum contract value is $7 million over a five-year term, with a minimum guarantee of $2,500. Services required span civil engineering and architecture, encompassing tasks like facility construction, environmental compliance, and surveying. The project scope includes rehabilitating and constructing various facilities, from visitor centers to utility infrastructure. Notably, all work must adhere to specific guidelines, including federal design and environmental standards. Selection will occur through a three-phase process: submission of qualifications, evaluations and interviews of shortlisted firms, and proposal requests for contract negotiation. The evaluation criteria emphasize specialized experience, capacity to manage projects, professional qualifications, locality knowledge, and past performance quality. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time to be considered for these contracts.
    The document outlines a list of architectural and engineering (A/E) projects proposed by the Bureau of Land Management (BLM) across Arizona, Colorado, and New Mexico. Each state has multiple projects aimed at improving recreational areas, infrastructure, and safety compliance. In Arizona, key projects include improvements to recreational sites and building stabilization efforts. Colorado's initiatives focus on the reconstruction of bunkhouses and pavement design expansions at air centers, with a strong emphasis on multi-discipline building design, primarily handled in-house. New Mexico's projects encompass decommissioning efforts, campsite rebuilds, and upgrades to rangers’ stations and access roads. The purpose of this document is to serve as an informative guide for potential contractors and stakeholders regarding upcoming federal RFPs and grant opportunities related to environmental conservation and facility management, reflecting the BLM’s commitment to enhancing public land use and safety.
    The document is an amendment to a solicitation, specifically for a federal contract identified by number 140L0624Q0002. The amendment outlines procedures for acknowledging receipt, including options such as acknowledging on copies of offers or through separate communication before the submission deadline. It includes vital updates like the incorporation of question and answer attachments and a revised Request for Qualifications document, which supersedes prior versions. Importantly, the submission due date has been extended by 14 days, now set for September 27, 2024, at 2:00 PM local Colorado time. The document maintains that all other terms and conditions of the original solicitation remain unchanged. This amendment highlights the procedural necessities for potential contractors regarding acknowledgment and submission of offers within the context of federal procurement regulations.
    The Bureau of Land Management (BLM) is issuing a Request for Qualifications to select two qualified firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Architect/Engineering (A/E) services in Arizona, Colorado, and New Mexico. The selected firms will manage a variety of engineering and architectural projects, including both new construction and rehabilitation of facilities such as visitor centers, roads, and marine facilities. The contract is allocated a total maximum value of $7 million, with a minimum guaranteed of $2,500 over a five-year period. Key services required include pre-design, final design, and construction management, all of which must adhere to compliance standards and be supervised by licensed professionals. The selection process consists of three phases, beginning with a submission of qualifications, followed by interviews, and concluding with Requests for Proposals from the top firms. Evaluation criteria focus on specialized experience, project management capabilities, professional qualifications, geographical knowledge, and past performance with government contracts. Interested firms must submit their qualifications by September 13, 2024.
    Similar Opportunities
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    B--BLM-CO ESCALANTE RANCH INVENTORY
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties in compliance with the National Historic Preservation Act, ensuring that all findings are documented according to established standards. This procurement is critical for preserving cultural heritage and managing resources effectively within the BLM's jurisdiction. Proposals are due by September 16, 2024, and must be submitted to Patrick Frost at pfrost@blm.gov, with a focus on demonstrating managerial qualifications, technical expertise, and compliance with federal labor regulations, including adherence to wage determinations under the Service Contract Act.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    C--NORTHEAST and NATIONAL CAPITAL REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services via an Indefinite Quantity contract for various projects in the Northeast and National Capital Region. The anticipated contract will encompass a broad range of services, including historic preservation, engineering, environmental planning, and project management, with a maximum contract value of $100 million over five years. This opportunity is crucial for supporting the NPS's mission to maintain and enhance national parks and related sites, ensuring compliance with federal regulations and standards. Interested firms must demonstrate their ability to self-perform at least 50% of the work and submit their qualifications by September 17, 2024, with a solicitation expected to be released in Spring 2025. For further inquiries, contact Bai Perney at baiperney@nps.gov or call 303-987-6766.
    Y--2024 PECOS DISTRICT FENCE CONSTRUCTION
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the construction, maintenance, and removal of approximately 17.7 miles of fencing in the Pecos District, specifically across Chaves and Eddy Counties in New Mexico. The project, identified as solicitation number 140L4024R0004, requires contractors to provide all necessary labor, equipment, and materials while adhering to strict specifications and environmental regulations. This initiative is part of the federal government's commitment to maintaining and enhancing public lands, ensuring safety and operational integrity within the designated areas. Proposals are due by September 12, 2024, with an estimated contract value between $200,000 and $500,000, and interested parties should direct inquiries to the contracting officer, Ronald Shumate, at rshumate@blm.gov.
    Region 1 CERCLA Mine Reclamation Support
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualifications from architect-engineering firms for the Region 1 CERCLA Mine Reclamation Support contract. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract focuses on remediation services for historic mine sites across Idaho, Montana, North Dakota, and South Dakota, including notable locations such as Barker-Hughesville and Beal Mountain. The selected contractor will be responsible for contaminated site investigations, reclamation design, and environmental assessments in compliance with CERCLA guidelines, with a total contract value of $15 million over a potential five-year term. Interested firms must submit their qualifications by September 16, 2024, and are required to register in SAM for eligibility; for further inquiries, they can contact Jessica Lyn H. Rasmussen at jessica.rasmussen@usda.gov.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    R--AZ SAN BERNADINO NWR SURVEY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide architectural and engineering (A&E) services for a Watershed LiDAR and Survey project at the San Bernardino National Wildlife Refuge in Arizona. The project involves high-resolution digital orthophotography, LiDAR acquisition, and topographic surveys across approximately 237 square miles, with a focus on establishing field survey control and developing a Digital Elevation Model (DEM) to support habitat restoration efforts for endangered aquatic species. This initiative is crucial for enhancing climate adaptation and restoring habitats impacted by agricultural expansion and climate change. Interested firms must submit their Standard Form 330 (SF330) by September 20, 2024, with a site visit scheduled for September 10, 2024. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or 505-248-6792.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.