L--Areal Seeding of 287 Acres of Reclamation lands involved in the 2024 Plex Fire.
ID: 140R1025Q0002Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

TECHNICAL REPRESENTATIVE- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (L015)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified businesses to provide aerial seeding services for 287 acres of reclamation lands affected by the 2024 Plex Fire. This Sources Sought notice aims to assess the market capabilities of interested firms under NAICS code 115112, focusing on soil preparation, planting, and cultivating. The initiative is part of the government's wildfire recovery efforts, emphasizing the importance of restoring affected lands through effective seeding practices. Interested parties are encouraged to submit a capabilities statement by 12:00 MT on October 23, 2024, to Mathew Christopherson at mchristopherson@usbr.gov, noting that this notice does not constitute a formal solicitation and participation is voluntary.

    Point(s) of Contact
    Files
    Title
    Posted
    This Sources Sought notice is issued for market research and planning for potential contracts to provide aerial seeding services on Reclamation land impacted by wildfires, categorized under NAICS code 115112. It is primarily meant to assess the availability and capabilities of businesses interested in fulfilling these requirements. Companies are encouraged to submit a capabilities statement including their contact information, UEI number, business size classification, and a brief overview of their services. Responses are needed by 12:00 MT on October 23, 2024, and should be sent to the designated email. It is important to note that this notice does not constitute a formal solicitation, nor does it imply any financial obligation for the Government. The responses will inform acquisition strategies for potential future solicitations, and participation is purely voluntary, without any reimbursement for associated costs. This notice underlines the Government's proactive approach to identify qualified service providers as part of its wildfire recovery efforts.
    Lifecycle
    Similar Opportunities
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    F--Seed Collection and Delivery (IRA)
    Active
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for a five-year Indefinite Delivery, Indefinite Quantity (ID/IQ) contract focused on native seed collection and delivery in Colorado, specifically aimed at restoring native vegetation within NPS units. The contract will involve collecting seeds from designated native species, adhering to the "Seeds of Success" protocol, and ensuring proper handling, storage, and delivery to genetic resource centers. This initiative is crucial for ecological restoration and biodiversity preservation in national parks, reflecting the government's commitment to environmental stewardship. Interested small businesses must submit their quotes by November 11, 2024, and can direct inquiries to Jacqueline Scott at jacquelinescott@nps.gov.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    15--Weed Control Unmanned Aircraft Services (UAS) Aeri
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking contractors to provide Unmanned Aircraft Services (UAS) for weed control and aerial herbicide application at the Malheur National Wildlife Refuge, covering approximately 520 acres. The primary objective is to manage invasive vegetation and enhance bird habitats, with potential for additional services across various locations in the contiguous United States. This initiative underscores DOI's commitment to environmental management and conservation, particularly in wetland ecosystems. Interested vendors must submit their responses by October 31, 2024, and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.gov.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    USDA Forest Service All-Hazard Incident Sources Sought
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) Reopen
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Incident Procurement Aviation Branch, is reopening the National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) to onboard additional vendors. This procurement aims to award multiple Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for fixed-wing aircraft, which must be operated by qualified personnel and equipped to meet specified requirements, with a contract duration of two years and options for additional multi-year extensions totaling up to nine years. These aircraft services are crucial for natural resource conservation efforts, particularly in forest and range fire suppression and presuppression activities. Interested parties can contact Matt Morris at matthew.morris@usda.gov or 208-749-1603, or Amelia Velasco at amelia.velasco@usda.gov or 208-569-8238 for further details.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    Y--Construction of Power Line
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified firms to provide construction services for a power line extension project. This initiative aims to deliver electrical service to several pump motors and ancillary services at the Firebreak Canal and Beal Lake, as part of collaborative efforts with the U.S. Fish and Wildlife Service to enhance water management systems within the Havasu National Wildlife Refuge. The project involves approximately 10.5 miles of power line installation, with the government supplying 150 utility poles, and is critical for supporting environmental conservation and infrastructure development in the region. Interested firms must submit their capability statements by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, including the reference number 140R3024R0001 in the subject line.