R-- BIG HOLE NB CULTURAL RESOURCES SURVEY
ID: 140P8325Q0012Type: Combined Synopsis/Solicitation
AwardedApr 2, 2025
$42.1K$42,139
AwardeeSTELL ENVIRONMENTAL ENTERPRISES INC 6100 219TH ST SW STE 480 Mountlake Terrace WA 98043 USA
Award #:140P8325P0011
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, specifically the National Park Service, is seeking qualified contractors to conduct Class I and Class III Cultural Resource Management (CRM) surveys at Big Hole National Battlefield in Montana. The objective of this procurement is to assess cultural resources in an area designated for utility work, including the replacement of an aging sewer system and the installation of new utility lines. This survey is crucial for ensuring compliance with the National Historic Preservation Act's Section 106 and involves extensive fieldwork, documentation, and reporting of findings. Interested vendors must submit their proposals by March 21, 2025, and can direct inquiries to Geraldine Larsen at geraldine_larsen@nps.gov. The contract performance period is set from April 1, 2025, to August 29, 2025, and the opportunity is a total small business set-aside.

    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 document outlines details related to the RFQ for a survey at Big Hole National Battlefield (BIHO) managed by the National Park Service (NPS). It addresses several inquiries from potential bidders, confirming that invoices can be submitted monthly for approved work and that past performance details must include names, contact information, and project descriptions. Due to the site's sensitivity, camping is not permitted on-site, though May Creek campground, located approximately 8 miles away, is available with amenities. Furthermore, the NPS supports the inclusion of non-destructive geophysical surveys in proposals to help target archaeological testing, provided pricing for both conventional and geophysical options is submitted. This communication serves to clarify conditions and expectations, facilitating effective proposal development related to the archaeological examination at BIHO while prioritizing environmental sensitivity and regulatory compliance.
    The BIHO Survey RFP outlines guidelines and expectations for prospective contractors conducting archaeological work at Big Hole National Battlefield. Key points include the allowance for monthly invoicing for approved work, the necessity of providing past performance details within proposals, and specific regulations prohibiting camping at the site due to its sensitive nature. Alternative camping facilities are available nearby. The National Park Service (NPS) supports the inclusion of non-destructive geophysical surveys in proposals to optimize archaeological testing, while strict limitations are placed on excavation methods due to sensitivity. Contractors must collect and document any surface or subsurface artifacts identified during fieldwork, although a minimal number of artifacts is anticipated. Overall, the document provides crucial operational parameters for contractors to align their proposals with NPS expectations, ensuring respectful and careful research methodologies in a protected environment.
    The document pertains to an amendment related to solicitation number 140P8325Q0012, concerning the Big Hole National Battlefield project. The amendment addresses modifications necessary for conducting Class I & Class III Cultural Resource Management (CRM) Surveys linked to utility demolition, repair, and installation within the area. Specifically, Amendment 00001 provides responses to vendor inquiries numbered 1 to 4 and specifies that no other changes have occurred. The period of performance for this project is set from April 1, 2025, to August 29, 2025. The document outlines the necessary steps for acknowledging receipt of this amendment, including guidelines for submitting changes to an already submitted offer. It emphasizes the importance of compliance with these requirements to avoid rejection of offers. Additionally, the document includes attachments such as a statement of work, specifications, a location map, and wage rate determinations, further detailing the requirements for potential contractors involved in this federal procurement process.
    The document details an amendment (No. 00002) related to a solicitation (140P8325Q0012) for conducting Class I and Class III Cultural Resource Management (CRM) surveys at Big Hole National Battlefield. This amendment addresses vendor questions #5-#8, outlining the process for acknowledgment of receipt of this amendment and the required modifications for offers already submitted. It specifies the importance of adhering to submission timelines to avoid rejection. No significant changes to the overall contract terms are noted beyond the vendor inquiries. The contract is maintained under existing terms, emphasizing the scheduled period of performance from April 1, 2025, to August 29, 2025, and includes attachments such as a Statement of Work and specifications. This document is part of a broader framework of federal contracting and grant processes, aimed at ensuring compliance and facilitating vendor participation in government projects.
    This document serves as an amendment to solicitation 140P8325Q0012 related to conducting Class I & Class III Cultural Resource Management (CRM) surveys at Big Hole National Battlefield in Montana, specifically for utility demolition, repair, and installation tasks. The primary purpose of Amendment 00003 is to correct an error and provide responses to vendor questions #5-#8. Amendment 00002 addressed vendor questions #5-#8, and Amendment 00001 responded to questions #1-#4. The contractor is required to acknowledge receipt of these amendments to maintain eligibility for the contract. The contract's performance period is set from April 1, 2025, to August 29, 2025. Essential attachments include the Statement of Work, specifications, a location map, and wage rate determinations. This document reflects standard procedures in government contracting, emphasizing procedural compliance, communication protocols, and modifications in response to vendor inquiries.
    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
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    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.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.