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--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.
    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.
    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.
    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 Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.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.
    Cultural Resource Survey South Park Sacramento Gulch
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a Class III cultural resource survey at the South Park Sacramento Gulch Mine site in Colorado. The objective of this procurement is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources in light of environmental cleanup and the potential destruction of the Sacramento Mine site. This initiative is crucial for ensuring compliance with federal regulations that protect historical and cultural sites, reflecting the government's commitment to environmental stewardship and cultural resource management. Interested contractors must submit their proposals electronically by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. For further inquiries, contact Kathy Bosch at mary.bosch@usda.gov or call 802-345-9284.
    PRONGHORN FENCE MOD FY 24
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the modification of 2.75 miles of fencing to facilitate the migration of pronghorn antelope in Wyoming for fiscal year 2024. The project involves the removal of existing fencing, installation of new barbed and smooth wire fencing, and the addition of Powder River Gates, with a focus on adhering to federal and state safety and environmental regulations. This initiative is crucial for wildlife management and conservation efforts, ensuring safe passage for pronghorns across their habitat. Interested contractors should note that the estimated contract value is $15,000, and proposals must be submitted by the specified deadline, with inquiries directed to Antoinette Nelson at amnelson@blm.gov or by phone at 307-775-6043.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    F--CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, aimed at treating approximately 330 acres of cheatgrass through the chemical application of the herbicide Plateau (Imazapic). The project requires contractors to conduct an on-site meeting with BLM personnel, apply herbicide while ensuring no ground disturbance, and comply with all relevant environmental regulations. This initiative is part of BLM's broader mission to restore native habitats and promote biodiversity, addressing the ecological impacts of non-native species. Quotes are due by September 19, 2024, at 4:00 p.m. MDT, and interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.