B--TRFO RAPTOR SURVEY
ID: 140L1725R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- WILDLIFE (B534)

Set Aside

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

    The Bureau of Land Management (BLM) Colorado State Office is seeking qualified contractors to conduct woodland raptor surveys across approximately 8,090 acres in Archuleta, La Plata, and San Miguel Counties, Colorado. The objective of this procurement is to gather data on woodland raptors and Pinyon Jays in preparation for future fuels reduction projects, requiring contractors to provide labor, equipment, and materials to perform broadcast call surveys and nest searches in accordance with established protocols. This project is crucial for biodiversity assessment and wildlife management, ensuring compliance with federal regulations while promoting conservation efforts in the region. Interested parties must submit their proposals by April 22, 2025, with the contract period running from May 1, 2025, to August 31, 2025. For further inquiries, contact Anthony Morales at amorales@blm.gov or by phone at 303-239-3630.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for woodland raptor surveys to be conducted in Archuleta, La Plata, and San Miguel Counties, Colorado, under the jurisdiction of the Tres Rios Field Office. The project involves the contractor providing labor, equipment, and materials to carry out surveys from May to August 2025 across approximately 8,090 acres. Key tasks include identifying and documenting woodland raptors (e.g., Sharp-shinned Hawks, Cooper’s Hawks, American Goshawks) as well as noting Pinyon Jays and their activities. The contractor must deliver various data formats regarding raptor locations, including GPS coordinates, images, and nest data. The work must be completed systematically as per specific protocols, ensuring all results adhere to the Bureau of Land Management requirements. The contractor must prepare an operations plan, comply with safety regulations, and report findings weekly. Inspections by government representatives will occur to verify compliance and quality. Payment will be contingent on successful completion and inspection of designated tasks. This RFP underscores the government's commitment to biodiversity assessment and conservation efforts, enhancing wildlife management strategies in the region.
    The document provides a detailed dataset related to various points of interest, categorized by locations and measurements associated with different geographical features like rivers and hills in Federal or local contexts. It includes identifiers such as OBJECTID, location names, coordinates (latitude and longitude), measured areas in acres, and values corresponding to specific attributes (e.g., Florida River, Grassy Hills, Horse Range Mesa). The layout presents a structured approach to managing geographic data, possibly for federal grants or RFPs concerning environmental assessments, land use, or conservation efforts. Each entry systematically logs important metrics for further analysis, potentially informing decision-makers on land management, resource allocation, or ecological studies. This thorough enumeration indicates the document's purpose as a tool for government planning and resource evaluation efforts, emphasizing the importance of accurate environmental data in governmental operations and funding initiatives.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining the minimum wages for various occupations based on contracts entered into on or after specific dates. It highlights requirements under Executive Orders 14026 and 13658, which set minimum wage rates of $17.75 and $13.30 per hour, respectively, dependent on contract timing and adjustments for annual changes. The report details wages for various job categories in Colorado counties, specifying rates for administrative, automotive, food service, general services, health occupations, and more, along with mandated fringe benefits such as health and welfare allowances, vacation time, and holidays. It also outlines a conformance process for unlisted classifications and emphasizes protections under paid sick leave provisions. The document aims to guide contractors in complying with federal wage requirements while ensuring employee protections in federally funded contracts.
    This document is an amendment to a solicitation for Raptor Surveys issued by the Bureau of Land Management's Tres Rios Field Office. It provides updated instructions on how contractors must acknowledge receipt of the amendment, specifying that offers must be submitted by a set deadline. The amendment does not introduce any significant changes to the original solicitation, except for incorporating notes from a pre-proposal meeting. The primary purpose is to maintain compliance and clarity regarding the timeline and submission process for interested contractors. The period of performance for the Raptor Surveys is set from May 1, 2025, to August 30, 2025, with contact details provided for further information. The document underscores the importance of adhering to federal regulations for procurement processes while ensuring all proposal requirements remain consistent.
    This document is a Request for Proposal (RFP) for wildlife raptor surveys by the Bureau of Land Management (BLM) Tres Rios Field Office in Colorado. The solicitation number is 140L1725R0001, and offers are due by April 9, 2025. The contract's period of performance runs from May 1, 2025, to August 30, 2025. The primary contact for this project is Anthony Morales, whose details are provided for inquiries. The contract encourages participation from small businesses, including various types such as economically disadvantaged women-owned and service-disabled veteran-owned small businesses. The document includes detailed clauses and requirements compliance related to federal acquisition regulations, including clauses on equal opportunity, labor standards, and anti-trafficking measures. Additionally, it references provisions governing telecommunications equipment, demonstrating a focus on ensuring ethical and legal compliance in its contracts. Overall, the RFP aims to facilitate the procurement of wildlife surveys while adhering to guidelines that promote fair business practices and environmental sustainability.
    The Tres Rios Field Office seeks contractors to conduct woodland raptor surveys in Archuleta, La Plata, and San Miguel Counties, CO, covering approximately 8,090 acres. The project entails broadcasting calls and searching for raptor nests, specifically focusing on woodland raptors, while also documenting activities of Pinyon Jays. Key contractor qualifications include maintaining registration on SAM.gov and adhering to FAR regulations, with a total small business set-aside applicable. Proposals will be evaluated based on technical capability, past performance, and compliance with the Statement of Work. Payment is tied to government inspections, ensuring quality before financial disbursement. The meeting included discussions about data availability for the project, emphasizing the need for tailored proposals and comprehensive past performance evaluations. Additional information regarding another solicitation for raptor surveys in the Gunnison Field Office was also mentioned, indicating similar project expectations and evaluation criteria. This document highlights the procedural and evaluative framework for contractors responding to federal RFPs, ensuring transparency and efficiency in the contracting process. The emphasis on specific requirements and past performance reflects the government's dedication to quality and reliability in service contracts, while engaging small businesses effectively.
    Lifecycle
    Title
    Type
    TRFO RAPTOR SURVEY
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    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.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    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.
    Delta WH&B Facility Hay
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. This opportunity is a total small business set-aside, requiring the hay to be from the 2025 harvest, domestically grown, and to meet specific quality and baling standards, with delivery required by January 31, 2026. The hay is essential for the care and feeding of wild horses and burros at the facility, ensuring their health and well-being. Quotes are due by December 15, 2025, at 5:00 PM Mountain Time, and must be submitted via email to Tori Blunt Mayes at tbluntmayes@blm.gov, with evaluations based on a Lowest Price Technically Acceptable (LPTA) approach.
    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.