Cultural Overviews and Cultural Resource: OR, NV
ID: 140F0S24R0023Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Historical Sites (712120)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at Lauretha_Randle@fws.gov or by phone at 612-713-5217.

    Point(s) of Contact
    Randle, Lauretha
    (612) 713-5217
    (612) 713-5151
    Lauretha_Randle@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) is seeking to award 2-5 Indefinite Delivery and Indefinite Quantity (IDIQ) contracts for cultural resource investigations and reporting in Oregon, Washington, Idaho, California, and Nevada, focusing on compliance with the National Historic Preservation Act (NHPA). The contractors must provide all necessary resources and personnel to conduct these investigations, which include background research, pedestrian surveys, site documentation, and preparation of eligibility determinations and reports. The project will primarily address FWS undertakings, which extend to both federal and non-federal lands, and will require adherence to federal and state regulations regarding cultural resources. Key responsibilities include coordination with State Historic Preservation Officers (SHPO), conducting site evaluations, preparing reports according to SHPO guidelines, and maintaining quality control throughout the process. The contracts will last for one base year with two potential option years, entail a budget of $500,000, and require a detailed proposal from contractors that outlines their approach, methodologies, and estimated costs for project phases. Overall, the objective is to ensure thorough investigation and reporting to preserve and protect cultural resources while supporting FWS projects.
    The SCA Wage Determination document provides essential wage and fringe benefit guidelines for service employees under federal contracts. It originates from the U.S. Department of Labor and is crucial for contractors applying for federal contracts, ensuring compliance with the Service Contract Act (SCA). The document lists wage rates and related requirements for various job classifications based on geographic locations. Its purpose is to establish fair wages and promote equitable employment practices within federal projects. This document serves as a resource for contractors responding to federal RFPs, federal grants, and local/state RFPs, helping them determine appropriate compensation for service employees to avoid wage-related disputes. It underscores the importance of adhering to established wage standards to uphold worker rights and uphold a competitive labor market. By referencing this wage determination, agencies can ensure compliance and support their efforts in fostering fair labor practices throughout their contracting processes. Overall, the SCA Wage Determination is integral for maintaining regulatory compliance and promoting fair working conditions in public contracts.
    The document outlines requirements and pricing structures for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on archaeological and cultural resource management services. It details various labor roles—including Project Manager, Principal Investigator, and crew members—who must meet the Secretary of the Interior's Professional Qualifications Standards. Each role has specific duties, educational requirements, and experience criteria, emphasizing the importance of compliance with federal regulations such as the National Historic Preservation Act (NHPA). Cost structures include hourly rates, task-based pricing for services like field surveys and report preparation, and travel expenses aligned with GSA per diem rates. The document highlights geographical areas for service provision, including California, Idaho, Nevada, and Washington. It serves as a framework for potential contractors to submit competitive bids while maintaining adherence to professional and legal standards within the archaeological field.
    The document is a Request for Quotations (RFQ) issued by the U.S. Fish and Wildlife Service (FWS) for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract involving cultural resource investigations. This RFQ, numbered 140F0S24R0023, seeks proposals for projects spanning regions 1 and 8 across states including Oregon, Washington, Idaho, California, and Nevada. The contract period extends from November 1, 2024, to October 31, 2027, with a minimum guarantee of $1,000 and a maximum cap of $499,985.73. The solicitation is particularly aimed at small businesses, utilizing procedures outlined in Federal Acquisition Regulations (FAR). Bidders must be registered in the System for Award Management (SAM) to qualify. Proposals are due by October 25, 2024, and interested parties are encouraged to submit questions by October 21, 2024. The document also outlines specific federal clauses and requirements pertinent to the contract, emphasizing compliance with the National Historic Preservation Act. Overall, this RFQ reflects the government's commitment to preserving cultural resources while facilitating public engagement with qualified small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of a prefabricated open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Navajo County, Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways measuring approximately 54' x 110', with specific engineering standards for snow and wind loads. This initiative is part of the federal government's commitment to enhancing infrastructure for environmental conservation and wildlife breeding efforts, with an estimated project budget between $25,000 and $100,000. Interested contractors must submit their proposals by October 4, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Hanford Reach Ntl. Monument planting 20k sagebrush
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking small business contractors to undertake the planting of 20,000 bare-root Wyoming sagebrush seedlings at the Hanford Reach National Monument in Washington. The project aims to support ecological restoration efforts by utilizing seedlings provided by the government, covering approximately 45 acres, and adhering to specific planting instructions to ensure optimal growth conditions. This initiative is part of broader federal efforts to preserve biodiversity and manage natural resources effectively, with the planting scheduled between November 15 and December 20, 2024, contingent on weather conditions. Interested contractors must submit their quotes by October 14, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further details.
    Z--Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. The contractor is required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to gravel placement, with the work expected to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, ensuring that the infrastructure supports environmental protection efforts. Interested contractors should submit their proposals by October 11, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further information; the total project budget is less than $25,000.
    Q--Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Qualification Services under Solicitation No. 140D0424R0071, with a maximum contract value of $40 million. The objective of this procurement is to provide comprehensive medical evaluation services to ensure that approximately 14,000 wildland firefighters and support personnel meet established federal medical standards, thereby enhancing workforce safety and health management. This initiative is critical for maintaining the operational readiness and safety of personnel engaged in demanding roles across various DOI bureaus, including the Bureau of Land Management and the National Park Service. Proposals are due by October 7, 2024, and interested parties should direct inquiries to Sarah Ignacio at sarahignacio@ibc.doi.gov.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is issuing a Pacific Northwest Stewardship BPA for Federal and local agency lands within 150 miles of the boundaries of the Colville, Gifford Pinchot, Mt. Baker-Snoqualmie, Mt. Hood, Okanogan-Wenatchee, Olympic, Rogue River-Siskiyou, Siuslaw, Umpqua and Willamette National Forests in Washington and Oregon. This BPA will be the primary means for future Call Orders, including Integrated Resource Service Contracts with required timber product removal, Service-based IRSC's with the option for Timber Subject to Agreement products, and Restoration-based Service contracts without timber product removal. The awarded Blanket Purchase Agreements will have a performance period of 10 years with the option to extend up to 20 years. The types of work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM) to be eligible for award. Registration in SAM is a free service.
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.