B--Terrestrial AIM Nevada
ID: 140L0625Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- NATURAL RESOURCE (B525)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking contractors for the Terrestrial Assessment, Inventory, and Monitoring (AIM) data collection services across Nevada. The project aims to gather ecological data at 308 designated points, employing various methodologies to assess vegetation and soil health, with a focus on ensuring data quality and adherence to federal standards. This procurement is crucial for supporting conservation efforts and managing natural resources effectively. Interested vendors must submit their proposals electronically by September 5, 2025, with the contract period running from December 1, 2025, to November 30, 2026. For further inquiries, potential bidders can contact Kenneth Roch at kroch@blm.gov.

    Point(s) of Contact
    Roch, Kenneth
    (000) 000-0000
    (303) 236-9470
    kroch@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) in Nevada is seeking a contractor for Terrestrial Assessment, Inventory, and Monitoring (AIM) data collection from December 2025 to November 2026. This project involves collecting data at 308 points across various BLM districts in Nevada, following the Monitoring Manual for Grassland, Shrubland, and Savanna Ecosystems. The scope includes core methods such as plot characterization, observation, photos, line-point intercept, vegetation height, gap intercept, soil aggregate stability, and plot-level species inventory. Supplemental methods like sagebrush shape, plant density, forb frequency, and Joshua tree demography are also required for specific projects. The contractor must provide all necessary equipment, including electronic data capture devices, 4x4 vehicles, and specialized tools. Key personnel must include a project/crew manager with a relevant bachelor's degree and at least two years of experience, and field crews with expertise in botany/rangeland management and soil science. All personnel must complete BLM-led AIM core methods training. The project emphasizes strict adherence to data quality assurance/control protocols, timely data submission via Survey123, and coordination with BLM leads for planning and safety. Payments are tied to deliverables, including training completion, data sampling milestones, and final quality control checks, ensuring data accuracy and compliance with federal regulations.
    The “Interagency Standardized Protocol for Joshua Tree Monitoring” outlines detailed procedures for monitoring Joshua trees, including plot layout, tree searching, photography, coordinate recording, and status assessment. It defines different tree statuses (seedling, juvenile, adult, resprout, reproductive resprout, dead) and provides guidelines for measuring average green length, counting stems in clonal clusters, and determining height. The protocol also specifies methods for measuring height to the first flower stalk and counting terminal ends. It covers recording nurse plants, seedling/young juvenile leaf counts, and damage codes with severity ratings. Special cases like abnormal growth and seedling clusters are addressed, ensuring accurate data collection for Joshua tree populations.
    The document outlines a supplemental method for measuring perennial plant density using the ESR/Fuels AIM plots, relevant for federal grants and state/local RFPs related to environmental monitoring or land management. It details equipment needed, including a 1m x 1m sampling square, and a precise methodology for placing quadrats at 5m intervals along a transect. The method emphasizes identifying all perennial grass, forb, and shrub species within each quadrat and counting living, rooted plants to species level. Specific boundary rules determine inclusion, and individual plants are distinguished by a 20cm root spacing. The protocol requires assessing whether plants are resprouts or new seedlings. Calibration procedures ensure observer consistency, and calculations detail how to derive mean density per species for transects and plots. The document also provides a data sheet template for recording observations, ensuring standardized data collection.
    The document outlines a methodology for collecting forb frequency data to supplement AIM (Assessment, Inventory, and Monitoring) data, specifically at the 'Site Scale' (Fourth Order) within the Sage Grouse Habitat Assessment Framework. The core purpose is to standardize how federal agencies collect ecological data, ensuring consistency and accuracy in habitat assessments, which is crucial for federal grants and conservation efforts. The method involves recording the presence of forbs every 2 meters within a 1-meter radius, 180-degree arc, starting at the 2-meter mark of a 25-meter transect. Both annual and perennial forbs, dead or alive, are to be recorded, with specific instructions for dead beyond recognition specimens. A total of 12 measures per transect, resulting in 36 measures per plot, are required. This detailed protocol ensures comprehensive and uniform data collection for ecological evaluations.
    This government file is a wage determination for service contracts in Storey and Washoe Counties, Nevada, active from July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award/renewal date. The document outlines fringe benefits including health and welfare (either $5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and eleven paid holidays. It specifies various occupational wage rates, ranging from administrative support to technical and protective services. Footnotes provide additional details for computer employees and air traffic controllers/weather observers, including night and Sunday pay differentials. The file also covers hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted employee classifications and wage rates via Standard Form 1444, emphasizing that duties, not job titles, determine classification.
    The provided document is a template for a Request for Quotation (RFQ) document, specifically designed for federal government RFPs, federal grants, and state/local RFPs. It outlines the essential sections for a company to submit questions or comments regarding an RFQ. Key elements include placeholders for company information, a point of contact, quote number, and submission date. The core of the template focuses on a structured approach to query specific sections and paragraphs of an RFQ, such as the Performance Work Statement (PWS) and addendums like FAR 52.212-2. This structure ensures clarity and precision in the communication between a potential vendor and the issuing government entity, facilitating the proposal process by allowing for targeted inquiries on the solicitation's requirements and terms.
    This document outlines a request for proposal (RFP) for the Nevada Statewide Terrestrial AIM Data Collection for the 2026 Season. It details two primary line items for pricing: Line Item 00010 for "TASKS 1 - 4: Total Firm Fixed Price" and Line Item 00020 for "TASKS 1 - 4: Total Travel Price." The document requires a breakdown of costs including labor, materials, equipment, and training for Line Item 00010, which is a lump sum total price, and a separate lump sum total price for travel under Line Item 00020, in accordance with FAR 31.205-46. The total cost for both line items is also required. This RFP is designed to solicit bids for data collection services, with a clear distinction between fixed project costs and travel-related expenses.
    The Bureau of Land Management (BLM) of Nevada is initiating a Terrestrial Assessment, Inventory, and Monitoring (AIM) project to collect data crucial for assessing land health and treatment effectiveness as outlined in Resource Management Plans. The project will involve the collection of data at 433 designated sites across Nevada from December 2025 to November 2026. The scope includes field methodology adherence as per established guidelines, utilizing core and supplemental methods for data collection. Fieldwork will require coordination with BLM leads and training for contractor personnel. Data will include vegetation assessment, soil characterization, and environmental observations. Special conditions such as rough terrain and remote locations necessitate preparedness for field crews, who will gather data during planned collection windows to ensure vegetation is accurately represented. The contractor must ensure quality control measures are in place, adhering to established procedures for data management, accuracy, and documentation submission. With the provision of necessary equipment by the contractor and access to data resources by BLM, the project aims to enhance land management strategies while ensuring regulatory compliance and ecological integrity.
    The Bureau of Land Management (BLM) is seeking information through a Request for Information (RFI) to conduct market research for terrestrial monitoring surveys in Nevada. The aim is to collect data using BLM’s Assessment, Inventory and Monitoring (AIM) protocols to support Resource Management Plans and evaluate habitat effectiveness. This RFI is not a request for proposals or quotes and does not commit the Government to any contract. Interested vendors are invited to submit a statement detailing their capabilities by including company information, business size status, and a capability statement relevant to large-scale terrestrial inventory. The RFI falls under NAICS 541620 for Environmental Consulting Services with a small business size standard of $19 million. Responses must be submitted by July 14, 2025, to designated contacts at BLM. The document outlines the requirements for collaboration, including potential subcontracting limitations in line with federal regulations.
    Amendment 0001 to Solicitation 140L0625Q0034 addresses questions and provides clarifications for a government solicitation. The amendment specifies that Wage Determinations apply to administrative work other than professional services. It clarifies the mandatory nature of subcontracting for large businesses, requiring a subcontracting plan or documentation explaining why subcontracting is not possible. The plan must adhere to FAR 52.219-9, addressing overall small business percentages and sub-categories, but does not need to identify specific entities. The period of performance is from December 1, 2025, to November 30, 2026. All other terms and conditions of the original solicitation remain unchanged. Offers must acknowledge receipt of this amendment by the specified deadline.
    Amendment 0002 for solicitation 140L0625Q0034 addresses questions and answers related to qualifications for crew members (Field Botanist, Rangeland Management Specialist, Field Soil Scientist), camping per diem rates, and the applicability of FAR Clause 52.222-41 (Service Contract Labor Standards). The amendment clarifies that plant species identification guidelines are detailed in PWS Section 3.2.7 and AIM training covers soil component determination. It also confirms that camping per diem rates will be allowed and that wage determinations apply to administrative work, not professional services, for this requirement. The period of performance is from December 1, 2025, to November 30, 2026. All other terms and conditions of the solicitation remain unchanged.
    This Request for Quotation (RFQ) 140L0625Q0034 is for Terrestrial Assessment, Inventory and Monitoring (AIM) data collection services across Nevada. The Bureau of Land Management (BLM) seeks non-personal contract support and covers associated travel costs from December 1, 2025, to November 30, 2026. This is a full and open solicitation, not a small business set-aside, with NAICS code 541620 (Environmental Consulting Services). Offers must be submitted electronically to Lori Mora (l1mora@blm.gov) and Ken Roch (kroch@blm.gov) by September 5, 2025, 5:00 PM MT. Evaluation criteria include Technical Approach, Past Performance, Small Business Participation, and Price. Invoices must be submitted via the Invoice Processing Platform (IPP). The document includes numerous FAR and DOI clauses, emphasizing compliance with federal regulations, including those on CPARS, electronic invoicing, and various socio-economic programs.
    Lifecycle
    Title
    Type
    Terrestrial AIM Nevada
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    R--Geographic Information Systems (GIS) Modernization
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.