BIG HOLE NB CULTURAL RESOURCES SURVEY
ID: 140P8325Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: LAND SURVEYS-CADASTRAL (NON-CONSTRUCTION) (R404)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking a contractor to conduct a Class I and Class III cultural resources survey at Big Hole National Battlefield in Wisdom, Montana. This survey is essential prior to the replacement of the aging sewer system and the installation of new utility lines and facilities within the park, covering approximately 20 acres and adhering to the National Historic Preservation Act's Section 106 compliance. The project involves various tasks, including site visits, documentation review, and both pedestrian and subsurface investigations, all while navigating the challenges posed by the site's remote location. Interested contractors must submit their proposals, including a technical approach and pricing, by March 21, 2025, and can contact Geraldine Larsen at geraldine_larsen@nps.gov for further information.

    Point(s) of Contact
    Larsen, Geraldine
    geraldine_larsen@nps.gov
    Files
    Title
    Posted
    The National Park Service is seeking a contractor to perform a Class I and Class III cultural resources survey at Big Hole National Battlefield. This survey is necessary before the replacement of the aging sewer system and the installation of new utility lines and facilities within the park. The project involves demolishing the existing sewer treatment system in stages, prioritizing the replacement of critical infrastructure such as water lines and pumps. The required cultural resources survey will cover approximately 20 acres and must adhere to the National Historic Preservation Act's Section 106 compliance. Key tasks for the contractor include conducting site visits, reviewing existing documentation, performing intensive pedestrian and subsurface investigations, and ensuring all findings are documented per state and federal guidelines. The survey area features varied terrain and faces logistical challenges due to its remote location, necessitating careful planning and coordination. The final report will summarize all findings and methodologies, ensuring compliance with the Montana State Historic Preservation Office's standards.
    The document appears to be a licensing certification for Matthew C. Schmitter, designated as a Licensed Professional Engineer in Montana (License No. 28848 PE). The certification is dated August 7, 2020, and repeatedly emphasizes Schmitter's professional status. Throughout the document, there are references to multiple numerical sequences, potentially indicating some form of data, timelines, or technical references relevant to engineering work associated with propane or related systems, though specific content remains largely obscured. The significance of this certification lies in its indication of Schmitter's qualifications to undertake engineering tasks, likely in response to Requests for Proposals (RFPs) for federal or state contracts. This documentation seems to play a crucial role in ensuring that government projects are executed by certified professionals capable of meeting required standards and regulations.
    The document outlines a survey area located at Big Hole National Battlefield, specifically detailing the CRM (Cultural Resource Management) survey location. It includes a simplified map with a designated survey area and the proximity of the Big Hole National Battlefield Visitor Center, visually represented to enhance spatial understanding of the site. The scale indicated in the map clarifies the extent of the survey area, measuring 1000 feet, which is relevant for planning and executing preservation efforts. The document serves as part of the federal and local RFPs regarding cultural resource surveys, indicating intentions for possible grants or specific federal projects. Its primary purpose is to facilitate the identification and subsequent management of historical resources within the demarcated survey area, reflecting the government's commitment to preserving significant cultural landscapes. The structured approach to illustrating the survey area supports efficient planning and compliance with preservation standards.
    The document discusses the federal and state solicitation processes for grant funding and requests for proposals (RFPs), emphasizing their significance for various government entities. It outlines the requirements for proposal submissions, detailing eligibility criteria, funding goals, and performance metrics essential for grant evaluation. The strategic allocation of funds aims to address community needs and enhance public services through specific projects. It stresses compliance with applicable regulations and timelines, highlighting the necessity for transparent communication throughout the application and review process. The document underscores the importance of thorough preparation and alignment with governmental objectives, aiming for a positive impact on targeted populations. Overall, it serves as a guideline for stakeholders involved in public funding applications, aiming to foster efficient project implementation and accountability.
    The government document outlines a Request for Quotations (RFQ) for conducting Class I and Class III Cultural Resource Management (CRM) surveys at Big Hole National Battlefield in Wisdom, Montana. The survey aims to assess the cultural resources in an area intended for utility work. The RFQ includes key dates, delivery requirements, and a strong emphasis on compliance with federal regulations and standards for small business set-asides. Bidders must provide a technical approach, past performance details, and pricing by March 21, 2025. Several attachments accompany the RFQ, detailing the work specifications, applicable wage rates, and a location map. The solicitation section emphasizes the necessity for contractors to comply with federal clauses related to business ethics, anti-trafficking measures, and contractor responsibilities. Overall, the document serves to facilitate the procurement of professional survey services while adhering to government standards and promoting small business participation in federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project encompasses site preparation, demolition of existing facilities, installation of concrete toilets, and construction of associated infrastructure, including sidewalks, while adhering to environmental regulations and safety standards. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities and support small businesses, with an estimated budget between $100,000 and $250,000. Contractors must submit their proposals by the specified deadline and are encouraged to contact Christine Mundt at cmundt@blm.gov or 406-896-5030 for further information.
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the National Park Service's commitment to environmental integrity and infrastructure maintenance, with the performance period scheduled from March 31, 2025, to May 12, 2025. Interested contractors must submit their quotes by February 25, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further inquiries.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    Z--THRO South Unit Fence Construction Project
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the South Unit Fence Construction Project at Theodore Roosevelt National Park in Medora, North Dakota. The project involves the replacement of approximately 7,600 linear feet of fencing, with an optional additional 2,920 linear feet, utilizing galvanized steel posts and high-strength woven wire mesh suitable for bison livestock. This procurement is designated as a Total Small Business Set-Aside under NAICS Code 238990, with an estimated budget between $500,000 and $1,000,000 and a completion timeframe of 320 calendar days. Interested contractors must register in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) number, with a formal solicitation expected to be released by February 28, 2025, and bids due approximately 30 days thereafter. For further inquiries, contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting bids for the sewer rehabilitation project at the Crow/Northern Cheyenne Hospital located in Crow Agency, Montana. The project aims to utilize Cured in Place Pipe (CIPP) technology to rehabilitate approximately 5,100 linear feet of sewer piping that has suffered from corrosion and damage since its installation in 1995. This initiative is critical for maintaining the hospital's operational efficiency and compliance with health and safety standards, ensuring continued patient care and infection control. Interested small businesses in the water and sewer line construction sector are encouraged to submit proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000. For further inquiries, potential bidders can contact Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    Y--Saint Gaudens National Historical Park - REPAIR FOUNDATION AT BMD MILL
    Buyer not available
    The National Park Service is preparing to issue a Request for Proposal (RFP) for construction work at Saint Gaudens National Historical Park in Cornish, New Hampshire, specifically focused on repairing the foundation of the Blow-Me-Down Mill and conducting additional masonry repairs. This project is significant for preserving the historical integrity of the mill structure, which is vital to the park's heritage. The estimated contract value ranges from $500,000 to $1,000,000, with a firm-fixed price contract type, and it is exclusively set aside for small businesses under NAICS Code 236220. Interested contractors should note that the solicitation is expected to be published around February 3, 2025, and they must contact Contract Specialist Samuel McKenzie at samuelmckenzie@nps.gov for further inquiries.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.