B--AFCS STRUCTURES HISTORIC CONTEXT
ID: 140L6324Q0047Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SPECIAL STUDIES/ANALYSIS- HISTORICAL (B521)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the AFCS Structures Historic Context project, aimed at conducting archaeological and paleontological studies in Alaska. The contractor will be responsible for developing a Historic Context in accordance with National Park Service guidelines, which includes identifying and evaluating cultural resources related to the Alaska Fire Control Service (AFCS) facilities. This initiative is crucial for preserving historical resources while ensuring compliance with federal standards, with a contract delivery deadline set for September 30, 2025. Interested contractors must submit their proposals electronically, including necessary certifications and compliance with wage determinations, and can contact Laura Sherman at lsherman@blm.gov or 907-271-4440 for further information.

    Point(s) of Contact
    Sherman, Laura
    (907) 271-4440
    (907) 271-4595
    lsherman@blm.gov
    Files
    Title
    Posted
    The document outlines the historical context and work objectives related to the Alaska Fire Control Service (AFCS) facilities in the Copper River Basin, managed by the Bureau of Land Management (BLM). Established in the mid-20th century, the AFCS (originally under the General Land Office) was responsible for wildland fire protection in Alaska, particularly following World War II. The focal point is the Glennallen Field Office, which evolved from temporary structures into a comprehensive land management facility housing permanent staff by the 1970s. The contractor is tasked with developing a Historic Context according to National Park Service guidelines, which will encompass identifying and evaluating cultural resources in the area, including the Glennallen site and past facilities like the Lake Louise Fire Station. Deliverables include a draft and final report of the Historic Context, with a comprehensive evaluation of historical information and resources related to the AFCS. The project timeline extends 330 days from contract award, with structured deliverables, including progress reports and electronic formats of the final report. The document is a clear government RFP focusing on historical documentation and preservation goals.
    The Wage Determination No. 2015-5687, issued by the U.S. Department of Labor, outlines wage and benefit requirements for contracts under the Service Contract Act (SCA) in Alaska. The document specifies minimum wage rates determined by Executive Orders 14026 and 13658, with different rates depending on contract award dates. Effective January 30, 2022, workers must receive at least $17.20 per hour (or higher as applicable) for contracts renewed or extended, while older contracts not renewed must pay a minimum of $12.90 per hour. The document details specific wage rates for numerous occupations, such as Administrative Support, Automotive Service, and Health Occupations, including fringe benefits such as health and welfare ($4.98 per hour) and vacation time. It also references the need for paid sick leave per Executive Order 13706 and outlines a conformance process for unlisted job classifications requiring additional wage determinations. This wage determination is crucial for guiding contractors in adhering to federal wage laws when bidding on contracts involving service workers, ensuring they meet legislative requirements for fair compensation and worker protections while encouraging compliance across various job sectors in the specified Alaskan boroughs.
    This document addresses clarification questions and answers related to solicitation number 140L6324Q0047, an amendment regarding a project by the Bureau of Land Management (BLM). The project is a new initiative that follows a prior solicitation (140L6324Q0030) which did not result in a contract award; therefore, no incumbent exists. There is an option for a site visit in Spring 2025, although one structure is set for demolition in Fall 2024, which may affect its availability for viewing. Preservation goals involve documentation and mitigation efforts as part of an agreement with the Alaska State Historic Preservation Officer, particularly for the structures, two of which will continue to serve as administrative facilities. When preparing responses, offerors should focus on demonstrating overall value to the government, prioritizing price and technical acceptability without specific format requirements. Essential documents include the Standard Form 1449 and specific solicitation provisions. This summary encapsulates the key aspects of the solicitation, outlining expectations and timeline considerations for prospective offerors.
    The file pertains to an amendment of a solicitation from the Bureau of Land Management (BLM) for an Alaska Fire Control Service (AFCS) Historic Context. It outlines the requirements for acknowledgment of this amendment, which must be submitted with offers by designated methods prior to the specified deadline. The amendment serves to correct the original solicitation’s description and includes responses to questions received regarding the proposal. It emphasizes the importance of monitoring the SAM.gov portal for updates and instructs offerors to complete and sign the Standard Form 1449 along with all relevant amendments. The document reaffirms that all other terms and conditions remain unchanged, ensuring continuity in the solicitation process. This amendment reflects the procedural aspects typical of government Requests for Proposals (RFPs), ensuring accuracy and clarity in contract modifications.
    The document pertains to an amendment of a solicitation (number 140L6324Q0047) issued by the Bureau of Land Management in Anchorage, Alaska. The amendment addresses a specific inquiry regarding the payment schedule outlined in the Statement of Work (SOW). The original language was found to contain an error, which was corrected to clarify the terms of payment: 30% upon confirmation of completed records checks, 30% upon receipt of the draft report, and 40% upon acceptance of final deliverables and the return of all federal property. Additionally, it is emphasized that acknowledgment of this amendment is mandatory for offers to be considered valid. Offerors are also reminded to monitor SAM.gov for any further amendments and to include a signed Standard Form 1449 when submitting offers. Overall, the amendment serves to clarify contractual obligations, maintain compliance, and ensure effective communication between the contracting officer and the contractors involved.
    The Bureau of Land Management (BLM) has issued a Request for Proposal (RFP) for a contract pertaining to archaeological and paleontological studies, specifically the AFCS Structure Historic Context project. The solicitation emphasizes compliance with the Buy American Act and sets a delivery deadline for September 30, 2025. Interested contractors must submit their quotes electronically, including their Unique Entity Identifier (UEI) or CAGE Code, and are encouraged to provide multiple offers with alternative terms. The evaluation of offers will focus on technical acceptability and the total cost, and the contract may be awarded to the responsible offeror whose proposal is deemed most advantageous to the government. Various representations and certifications from contractors are outlined, including compliance with relevant federal standards and regulations regarding labor practices. The document also details requirements for contractor registration in the System for Award Management (SAM), and stipulates that any proposals submitted must be consistent with federal guidelines. This initiative reflects the government’s commitment to preserving historical resources while ensuring compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--SNDO ARROW CANYON ETHNOGRAPHIC ASSESSMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is soliciting proposals for an Ethnographic Assessment of Arrow Canyon, aimed at identifying cultural and spiritual sites significant to Native American tribes. The project will involve collaboration with various tribes to gather insights on traditional practices, assess the impacts of sediment accumulation from Arrow Canyon Dam, and support the recognition of historic sites for potential listing on the National Register of Historic Places. This initiative underscores the importance of integrating Traditional Ecological Knowledge into land management decisions, reflecting the BLM's commitment to honoring Indigenous heritage. Proposals are due by September 16, 2024, with a project performance period from September 20, 2024, to September 19, 2026. Interested parties should direct inquiries to Amanda Cline-Rispress at aclinerispress@blm.gov.
    58--drone-mountable Lidar scanning solution
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for a drone-mountable Lidar scanning solution to enhance its capabilities in documenting natural and cultural resources. The required system must be compatible with the Freefly Astro aircraft, capable of capturing high-density data at a range of 200 meters, and achieve a minimum accuracy of 4 cm, with essential features including data processing software and a perpetual software license. This procurement is vital for advancing BLM's geospatial documentation and analysis capabilities, and interested vendors must submit their proposals by September 16, 2024, including all required documentation to Amanda Judd at ajudd@blm.gov.
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking a contractor to conduct fire sprinkler blockage inspections and gauge replacements at various locations in Elko, Nevada, under Solicitation Number 140L3924Q0149. The contractor will be responsible for inspecting six fire sprinkler systems for blockages, replacing any gauges older than five years, and ensuring compliance with the National Fire Protection Association Standard 25. This initiative is crucial for maintaining the operational reliability and safety of fire suppression systems in federally managed facilities. Proposals are due by September 13, 2024, with a performance period from September 15 to November 30, 2024. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    CTF Janitorial Services - 8(a) Sole Source
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Alaska State Office, is seeking qualified contractors to provide janitorial services under a sole-source 8(a) contract. The procurement aims to maintain a clean and safe environment across multiple BLM facilities in Anchorage, Alaska, emphasizing a performance-based approach that includes compliance with OSHA regulations and the use of environmentally friendly cleaning products. This contract, which spans from October 24, 2024, to October 23, 2025, with options for extension through 2029, requires the contractor to adhere to specific cleaning tasks, frequencies, and performance standards, ensuring minimal disruption to facility operations. Interested parties should submit proposals via email to Kristina Maldonado by September 4, 2024, and must include a Unit of Experience Identifier (UEI) as part of their submission.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    56--FENCE MATERIALS - BLM ELKO DISTRICT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for various fence materials for the Elko District Office in Nevada, under Solicitation Number 140L3924Q0147. The procurement includes items such as barbed wire, galvanized steel pipes, and steel fence posts, all of which must comply with specific ASTM standards and the Buy American Act. These materials are crucial for effective land management operations, ensuring the maintenance and security of public lands. Interested small businesses must submit their proposals by September 18, 2024, at 2:00 PM PST, and can direct inquiries to Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    P--AK-YUKON FLATS NWR-DEMOLISH BIA SCHOOL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide demolition services for the Bureau of Indian Affairs (BIA) school located at the Yukon Flats National Wildlife Refuge in Beaver, Alaska. The project requires contractors to execute a comprehensive demolition plan, including the removal of structures and compliance with environmental regulations, particularly concerning asbestos disposal and soil contamination assessments. This initiative is crucial for the restoration and management of the wildlife refuge, ensuring that the area is safe and environmentally sound for future use. Interested contractors must submit their quotes by 2:00 PM ADT on September 20, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Anthony Kuntz at anthonykuntz@fws.gov or (571)-547-3403.
    F--HORSESHOE-CAREFREE SEISMIC HAZARD STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the Horseshoe-Carefree Seismic Hazard Study, aimed at assessing seismic risks associated with the Horseshoe and Carefree faults in central Arizona. The project requires contractors to conduct geological studies, including archaeological assessments and subsurface investigations, while adhering to federal regulations concerning cultural resource preservation. This study is crucial for ensuring the safety and integrity of nearby dams, and it involves a contract period from September 23, 2024, to September 22, 2025, with proposals due by September 17, 2024. Interested contractors can contact Savanna Manning at smanning@usbr.gov or by phone at 303-445-2432 for further details.
    F--BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Berland Lake Silvicultural Prescription project within the Navajo Region, focusing on environmental services aimed at hazardous fuel reduction. The project, scheduled to take place from September 16, 2024, to September 16, 2025, requires contractors to implement a silvicultural prescription that includes extensive stand examinations and the reduction of fuel loads by 70% to mitigate wildfire risks. This initiative is crucial for restoring ecological balance and enhancing community safety, with a preference for service-disabled veteran-owned and women-owned small businesses. Interested contractors must submit their proposals by September 18, 2024, at 3:00 p.m. MDT, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.