Dingell Act San Juan County Navajo-Hopi Deselectio
ID: 140D0425Q0175Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 10:00 PM UTC
Description

The Department of the Interior is soliciting qualified small businesses to provide appraisal report services for the Dingell Act San Juan County Navajo-Hopi Deselection. The procurement requires appraisers to hold state certification, comply with the Uniform Appraisal Standards for Federal Land Acquisitions, and demonstrate experience in conducting appraisals in rural New Mexico. This opportunity is crucial for ensuring accurate property valuations in support of federal land management initiatives. Interested contractors must submit their technical qualifications, past performance records, and firm price quotes by the specified deadlines, with inquiries due by January 13, 2025. For further information, potential bidders can contact Jacqueline Hernandez at jacqueline_hernandez@ibc.doi.gov or by phone at 703-964-3600.

Point(s) of Contact
Files
Title
Posted
Jan 10, 2025, 7:05 PM UTC
The document pertains to the amendment of a solicitation related to an unspecified government contract (ID: 140D0425Q0175). Its primary purpose is to issue updates concerning submission deadlines and to provide clarification on an inquiry submitted regarding the solicitation process. Specifically, it addresses a question about the correct submission date for inquiries, correcting it to January 13, 2025, from the initially stated December 16, 2024. The amendment outlines that contractors must acknowledge receipt of this amendment for their offers to remain valid and specifies the methods for doing so, including returning copies or sending separate communications. Additionally, it reaffirms that all other terms and conditions of the original solicitation remain unchanged. The document is administratively signed by Jacqueline Hernandez, the contracting officer, affirming its validity. Overall, this amendment aims to ensure clear communication and compliance among potential contractors regarding the solicitation process within federal contracting frameworks.
Jan 10, 2025, 7:05 PM UTC
The document outlines a Request for Quotation (RFQ) from the U.S. Department of the Interior (DOI) for appraisal report services regarding the Dingell Act San Juan County Navajo-Hopi Deselection. Aimed exclusively at small businesses, the RFQ follows Federal Acquisition Regulations and mandates that submissions be compliant with specified technical qualifications and experience. Key requirements include state certification for appraisers, adherence to the Uniform Appraisal Standards for Federal Land Acquisitions, and a demonstrated ability to perform appraisals in rural New Mexico. The submission must include a technical qualifications statement, a list of past performance, and a firm price quote. The evaluation criteria emphasize technical qualifications and past performance, prioritizing them over price. Additionally, contractors are required to utilize the Department of the Treasury's Invoice Processing Platform for payment requests, ensuring electronic processing of invoices. Overall, this RFQ reflects the government’s commitment to ensuring quality and compliance in securing appraisal services.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Appraisal services: Ozark National Scenic Riverway
Buyer not available
The Department of the Interior is soliciting quotations for appraisal services related to the Ozark National Scenic Riverways in Carter County, Missouri. The procurement aims to secure a firm-fixed-price appraisal report, with a completion target of 90 days post-award, and a total project timeframe of 115 days. This initiative is crucial for ensuring compliance with federal land appraisal standards and engaging small businesses within the industry, specifically those with a NAICS code of 531320. Quotations are due by April 28, 2025, and interested contractors should notify the contracting officer, Jacqueline Hernandez, of their intent to submit an offer by April 23, 2025, at jacquelinehernandez@ibc.doi.gov or by phone at 703-964-3600.
B--BLM WRFO ABC CULTURAL RESOURCES INVENTORY
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for a Class III cultural resource inventory covering approximately 1,930 acres of public land in Moffat, Rio Blanco, and Garfield Counties, Colorado. The objective of this procurement is to conduct intensive cultural resource evaluations in compliance with the National Historic Preservation Act, ensuring that all necessary assessments are completed prior to any ground-disturbing activities related to vegetation management and prescribed burning. This project underscores the importance of preserving cultural resources while facilitating essential land management activities, with the contract period of performance set from May 16, 2025, to February 27, 2026. Interested contractors should direct inquiries to Daniel Rosales at drosales@blm.gov, and must adhere to the specified submission guidelines and deadlines outlined in the solicitation documents.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of furnaces in residential houses at the Navajo National Monument in Arizona. The procurement aims to ensure the maintenance and improvement of facilities within national parks, emphasizing the need for skilled labor, materials, and equipment in compliance with federal contracting regulations. This project is a total small business set-aside, with proposals due by May 1, 2025, at 1700 EDT, and interested parties must register in the System for Award Management (SAM) and hold a Unique Entity Identifier (UEI). For further inquiries, contractors can contact Jessica Owens at jessicaowens@nps.gov or by phone at 720-450-2184.
B--NHT GEOPHYSICAL INVESTIGATIONS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Wyoming State Office, is seeking proposals for the "B--NHT Geophysical Investigations" project, which involves conducting archaeological and geophysical investigations related to potential unmarked gravesites along the Oregon California Mormon Pony Express National Historic Trail. The contractor will perform background file searches, geophysical investigations using techniques such as ground penetrating radar and magnetometry, and adhere to strict reporting standards set by the Wyoming State Historic Preservation Office. This initiative is crucial for the preservation of cultural resources and compliance with federal laws, ensuring the protection of significant historical sites. Interested small businesses must submit their proposals by the specified deadline, with the contract period running from June 1, 2025, to December 31, 2025. For inquiries, contact Crystal Martinez at crystalm@blm.gov or call 307-775-6336.
TOP OF THE WORLD WUI PILE THINNING 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking quotes for the "Top of the World WUI Pile Thinning 2025" project aimed at reducing wildfire risks in Catron County, New Mexico. This initiative involves hand thinning piñon and juniper trees across an estimated 450 acres to mitigate fire hazards and promote forest health, with a focus on environmental conservation practices. The procurement is set aside for small businesses, with a firm-fixed price contract to be awarded based on the lowest price technically acceptable. Interested contractors must submit their bids by May 9, 2025, and can contact Audrey Whetham at awhetham@blm.gov for further information.
2025 LANDAVASO THINNING
Buyer not available
The Bureau of Land Management, under the Department of the Interior, is seeking quotes for the Landavazo Thinning 2025 Fuels Reduction project in Socorro County, New Mexico. This initiative aims to enhance forest health and wildlife habitats while reducing fuel loads through selective tree thinning across a 475-acre area, with specific requirements regarding tree species, spacing, and management of cut materials to prevent soil erosion. The contract is set aside for small businesses, with a performance period of 60 days post-award, and quotes are due by May 9, 2025, at 4:00 p.m. Mountain Time. Interested contractors must be registered in the System for Award Management and can contact Audrey Whetham at awhetham@blm.gov for further information.
Vinyl Tile Installation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for vinyl tile installation services at the Main Interior Building in Washington, DC. The project involves the installation of approximately 350 square feet of Luxury Vinyl Tile (LVT), requiring contractors to remove existing debris, prepare the surface, and ensure compliance with safety and environmental standards. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses and Indian economic enterprises. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025; interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details.
Math, Reading, and Science PD Services for Nenahne
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide professional development services in Math, Reading, and Science for the Nenahnezad Community School located in Fruitland, NM. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), aims to enhance educational outcomes through monthly consultant support focused on curriculum mapping, assessments, and teaching strategies over a performance period from June 1, 2025, to May 31, 2026. This initiative is crucial for improving educational services within the community while ensuring compliance with federal regulations, including the protection of Personally Identifiable Information (PII). Interested parties should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details and must submit their proposals, including technical capabilities and pricing, by the specified deadlines.
C--Land Surveying-Request for A-E Qualifications
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 located at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period scheduled from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by May 1, 2025, at 1700 EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.