Photography/ Videography BPA Set Up 2025-2028
ID: 140L3725Q0035Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Commercial Photography (541922)

PSC

PHOTO/MAP/PRINT/PUBLICATION- GENERAL PHOTOGRAPHIC: MOTION (T015)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) to provide photography and videography services from May 2025 through April 2028. The objective is to capture various aspects of the BLM Fire program, including wildland fire activities, fuels management projects, and fire preparedness efforts, with a focus on producing high-quality media suitable for public dissemination. This initiative is crucial for enhancing public awareness and communication regarding the BLM's fire management efforts, ensuring that all content produced remains under government ownership. Interested small businesses must submit their proposals, including hourly pricing and service offerings, by May 5, 2025, and can direct inquiries to Miranda Schindel at mjschindel@blm.gov or by phone at 208-387-5431.

    Point(s) of Contact
    Schindel, Miranda
    (208) 387-5431
    (208) 387-5574
    mjschindel@blm.gov
    Files
    Title
    Posted
    The Blanket Purchase Agreement (BPA) for BLM Fire External Affairs aims to secure photography and video services from May 2025 through April 2028, intended to enhance the narrative surrounding the Bureau of Land Management (BLM) Fire program. Contractors will capture various aspects of wildland fire activities, including suppression operations and fuels management projects, using an established shot list provided by BLM. Requirements include adhering to strict safety standards, maintaining proper qualifications for fieldwork, and supplying high-quality images and videos meeting specific technical criteria. All content must remain under government ownership, allowing for unrestricted public distribution. Contractors are responsible for their travel logistics and associated costs, while the BLM will provide necessary personal protective equipment (PPE) for fireline access. All deliverables must include complete metadata as specified, with organized folder structure for ease of retrieval and documentation. This initiative underscores BLM's commitment to effectively communicate its fire management efforts while supporting documentation and promotional needs through high-quality visual content.
    The Bureau of Land Management (BLM) seeks contractors for a Blanket Purchase Agreement (BPA) to provide photography and video services from May 2025 to April 2028, aimed at documenting the BLM Fire program. Tasks include capturing wildland fire activities, preparedness drills, and fuels management practices across various geographic regions. Contractors must deliver high-quality media suitable for national broadcast, adhering strictly to safety and operational standards as specified in the Interagency Standards for Fire and Fire Aviation Operations. Each contractor must maintain complete metadata for all delivered content, including details such as creator name, incident descriptions, and copyright status. The BLM retains ownership of all produced material, allowing for public dissemination and use, while contractors may claim copyright for original works under specific conditions. The document details logistical requirements for contractors, including necessary protective gear, transportation arrangements, and reimbursement protocols for travel-related expenses. Ultimately, this initiative aims to effectively convey the importance of the BLM Fire program and enhance public awareness through professional visual documentation while adhering to rigorous federal standards for safety and quality.
    This government solicitation outlines the criteria for awarding a contract focused on photography and videography related to wildland fire operations. The evaluation of proposals will consider price (40%), technical capability (40%), and past performance (20%). Offerors must submit detailed pricing, including labor and post-production costs, ensuring compliance with federal cost standards. Technical capability will be assessed through submitted work samples demonstrating quality and relevance to wildland fire activities, with specific requirements for metadata and photo/video formats. Past performance evaluations will require documentation of relevant experience, adherence to fire safety protocols, and demonstrated quality in similar projects. Offerors must provide a comprehensive list of contracts completed in the last three years, including client contacts for verification. This RFP emphasizes the importance of experience in challenging environments, and the overall goal is to secure high-quality media support for wildfire-related communications and operations.
    The government solicitation seeks to award a contract for high-quality photography and videography services related to wildland fire operations. Evaluation criteria include Price (40%), Technical Capability (40%), and Past Performance (20%). Offerors must demonstrate competitive pricing under federal guidelines, providing detailed labor rates, post-production costs, and pricing transparency. Technical capability will be assessed through relevant portfolios showcasing experience in challenging conditions and ability to produce broadcast-quality media. Offerors should comply with metadata and format requirements, submit project details, and provide a Red Card if claiming fireline experience. Past performance will focus on previous work in similar environments, adherence to safety protocols, and quality of deliverables. The submission should include comprehensive information on relevant contracts and client references, underlining the organization’s qualifications for this specialized project in wildland fire documentation.
    The document provides responses to frequently asked questions regarding the Photo/Video Blanket Purchase Agreement (BPA) solicitation SOL 1403725Q0035. This solicitation is effectively a new contract opportunity, having undergone significant updates from a previously inactive BPA. Vendors are instructed to submit their portfolio submissions via functional links—either downloadable files or online views—while adherence to specific media and metadata requirements is outlined. They will need to mobilize for assignments typically within 48 to 72 hours, with project durations varying from one to five days or longer based on needs. Proposals will be assessed solely on hourly rates, consolidating pricing structures across submissions. The BPA encompasses all identified geographic regions, and vendors are responsible for managing project media during production. Once content is delivered to the Bureau of Land Management (BLM), no archive retention is mandated. This document serves as guidance for potential bidders, clarifying expectations around proposals and operational logistics related to wildland fire media work. It emphasizes budgetary transparency and readiness to respond to both emergent and planned assignments.
    The amendment to solicitation number 140L3725Q0035, issued by the Bureau of Land Management (BLM), extends the deadline for submissions of quotes for photography and videography services to May 5, 2025. It addresses inquiries from potential vendors and outlines criteria for submissions. Vendors must acknowledge the amendment and submit required documentation, including hourly pricing for specified performance periods from June 1, 2025, to May 31, 2028. The BLM intends to establish up to three Blanket Purchase Agreements (BPAs) to facilitate these services, aimed at portraying various aspects of the BLM Fire program, such as fire preparedness and fuels reduction projects. The solicitation is 100% set aside for small businesses, and travel expenses incurred will be reimbursed according to specific government guidelines. All interested vendors must maintain active registration in the System for Award Management (SAM) and comply with the Service Contract Act. Proper completion of the submission package is essential for consideration, reinforcing the emphasis on clarity and compliance with federal procurement standards.
    The Bureau of Land Management (BLM) is seeking proposals for photography and videography services at the National Interagency Fire Center (NIFC) over a three-year period. The intent is to establish up to three Blanket Purchase Agreements (BPAs) for services capturing various aspects of the BLM Fire program, including fuels reduction projects and fire preparedness efforts. Prospective bidders must submit hourly pricing for specific periods from May 2025 to April 2028 and must indicate their service offerings (photography, videography, or both) and regions of operation across designated areas including Alaska and the Southwest. The solicitation is set aside for small businesses, with costs for travel being reimbursed according to federal guidelines. Questions about the solicitation must be submitted in writing by April 11, 2025, to the designated Contract Specialist for clarity. Incomplete submissions may be disregarded, and offers must include a signed SF-1449 form along with acknowledging any amendments to the solicitation. The evaluation will consider technical capability, quality of work samples, and past performance, ensuring that awarded contracts provide the best value to the government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    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. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    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.