B--PRESOLICITATION DRAFT RFQ 24Q0005 WY LOTIC AIM
ID: DOILFBO240065Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- NATURAL RESOURCE (B525)
Timeline
    Description

    The Department of the Interior, Bureau of Land Management (BLM), is seeking qualified vendors to provide non-personal commercial data collection and reporting services for the Lotic Assessment, Inventory, and Monitoring (AIM) project in Wyoming under Request for Quote (RFQ) No. 24Q0005. The primary objective is to assess approximately 3,400 miles of streams through structured data collection at 96 sampling sites, adhering to BLM's established protocols over a five-year period starting in 2025. This initiative is crucial for ecological monitoring and management, ensuring the integrity of natural resources in the region. Interested vendors must submit their quotations by September 18, 2024, and are encouraged to notify the contracting officer of their intent to respond by September 6, 2024. For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.

    Point(s) of Contact
    Eastburn, Carrie
    (402) 326-2383
    (303) 236-9470
    ceastburn@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) has outlined a Performance Work Statement (PWS) for the Wyoming Lotic Assessment, Inventory, and Monitoring Surveys. The project focuses on assessing 3,400 miles of streams in Wyoming through a structured data collection strategy involving 96 sampling sites in 2025, with options for four subsequent years. Key tasks include coordination, data collection, quality control, and management of the collected data, adhering to established regulatory guidelines. Contractors are responsible for hiring qualified field crews, ensuring necessary training, and conducting assessments in often remote locations. Data collection is set to occur between May 15 and September 30 annually, with specific responsibilities defined for both contractors and BLM personnel. The document specifies equipment requirements, outlines personnel qualifications, and establishes a detailed payment and deliverable schedule tied to project milestones. Additionally, it emphasizes stringent quality control measures and adherence to timelines to ensure data integrity. Overall, the PWS delineates a framework for ecological monitoring, guiding contractors in executing the project in compliance with federal standards while focusing on the safety of operations in varied field conditions.
    The document outlines a Request for Proposals (RFP) for the Wyoming Lotic AIM project spanning five field seasons from 2025 to 2029. It details labor, travel, materials, and associated costs for Tasks 1-4 and optional Task 5 for each year. For each task, there are designated sections for labor hours, unit costs, and overall totals, which are currently marked as $0.00, indicating preliminary or placeholder values. The structure segregates costs into different categories: base period, option periods, and optional tasks, with clear delineation of required tasks and pricing models. Additionally, references to adherence to the Federal Acquisition Regulation (FAR) regarding travel costs suggest compliance is a key component. The summary creates a comprehensive financial overview intended for evaluating proposals, although it lacks specific cost proposals at this stage. Overall, the primary purpose of this document is to outline and quantify the financial expectations and requirements for prospective contractors in relation to the Wyoming Lotic AIM project, ensuring a structured proposal submission process that aligns with federal guidelines.
    This document outlines the provisions and clauses relevant to a government Request for Quotation (RFQ) process, specifically detailing submission requirements for contractors and evaluation criteria for proposals. It encompasses guidance on the System for Award Management, instructions for submitting various documentation, including past performance information and technical approach plans, and stipulates the requirements for pricing. Key evaluation factors include past performance relevance and recency, technical capability, and price competitiveness. Government priorities emphasize the importance of small and socio-economically disadvantaged business participation. Additional certifications address compliance with federal regulations, guarantees concerning labor standards, and representations regarding tax compliance and business ownership. The comprehensive rules aim to ensure transparency, fairness, and accountability in awarding federal contracts, reflecting the government's commitment to ethical and efficient procurement practices. The essence of the document centers around facilitating a structured approach for vendors vying for government contracts while ensuring adherence to federal guidelines and fostering small business engagement.
    The document outlines a series of government RFPs (Requests for Proposals) and federal grants aimed at addressing various community needs and infrastructure improvements. It primarily focuses on opportunities for local and state governments, fostering collaboration between public agencies and private contractors. Key areas include enhancing public services, supporting economic development, and sustaining environmental stewardship. The structure appears to be segmented into categories such as project descriptions, eligibility requirements, application processes, and timelines for submissions. Emphasis is laid on transparency, adherence to guidelines, and community engagement strategies. Each RFP emphasizes specific goals, particularly in areas like transportation upgrades, public safety initiatives, and public health programs. The document also encourages innovation and sustainable practices in proposals. It illustrates the government's commitment to effectively allocating resources to promote infrastructure growth, enhance service delivery, and bolster regional economies. Overall, it serves as a comprehensive guide for prospective applicants to navigate the funding opportunities available through federal grants and state/local RFPs.
    This document outlines key components of a Request for Quote (RFQ) related to a specific federal opportunity. It includes essential contact details such as the company name and Point of Contact (POC) information, along with a unique identifier number (UEI#) and quote number. The submission date is specified to ensure timely response. Within the RFQ, the document references specific sections and paragraphs that detail the Proposal Work Statement (PWS) and applicable Federal Acquisition Regulation (FAR) clauses, highlighting points needing clarification through designated questions or comments. The mention of these sections indicates a structured approach, allowing for focused queries to optimize understanding of proposal requirements. The document serves as a foundational guide for participants preparing their submissions, ensuring compliance with outlined expectations and addressing any areas of concern for clarity in the bidding process. Overall, it captures critical information necessary for navigating this government procurement opportunity effectively.
    The United States Department of the Interior, Bureau of Land Management (BLM), has released Request for Quote No. 24Q0005 for Lotic Assessment, Inventory, and Monitoring (AIM) data collection services in Wyoming. This combined synopsis/solicitation indicates that the BLM seeks non-personal commercial services under NAICS code 541620. Interested vendors are encouraged to notify the contracting officer of their intent to respond by emailing, although this is not a formal requirement. Key dates include September 6, 2024, for any questions regarding the solicitation, and September 18, 2024, for submission of quotations by email. Quoters must ensure active registration in the System for Award Management (SAM) and comply with all instructions and requirements included in the RFQ notice, including necessary resources to fulfill the provided Performance Work Statement (PWS). Quoters are required to submit a firm fixed-priced quotation reflecting all associated costs for completing the work and must also specify any assumptions or exceptions to the terms stated in the solicitation. The document outlines crucial attachments for submission, including a Price Worksheet and guidelines on how to approach questions and quotations. This RFQ serves as a formal solicitation for environmental consulting services, demonstrating federal engagement in ecological data management and assessment.
    The document outlines the provisions and clauses for a federal Request for Quotation (RFQ) related to commercial products and services, detailing the requirements for offerors. Key provisions include eligibility requirements, evaluation criteria focused on past performance, technical approach plans, and pricing expectations. Offerors must submit comprehensive quotation packages that include recent past performances, a technical approach plan demonstrating understanding and capability, a subcontract plan (if applicable), and a detailed price volume. The RFQ emphasizes fair and reasonable pricing and the importance of utilizing small and disadvantaged businesses. Communication must be directed to the designated Contracting Officer, and all submissions should adhere to specific guidelines to ensure compliance with federal regulations. The evaluation considers various factors, with technical capabilities and past performance weighing more heavily than price alone, facilitating a fair selection process aimed at maximizing value to the government.
    The document comprises responses to questions regarding a Request for Quote (RFQ) amendment related to a Firm Fixed Price (FFP) contract for commercial services. It clarifies that subcontractor costs should be included as part of the prime contractor’s overall rates for labor, travel, and other direct costs (ODCs), rather than as separate amounts. The RFQ will result in a single FFP Contract Line Item Number (CLIN) for each performance period, simplifying the pricing structure. The government emphasizes that while the total quote should detail the breakdown of costs, there is no need for separate submissions for subcontractor pricing. It also states that the quoted price will be evaluated for fairness in accordance with federal regulations. Additionally, questions concerning the application of General and Administrative (G&A) costs to ODCs are met with the same response as previously stated, reiterating the pricing and submission requirements. This document serves to clarify expectations for bidders, ensuring transparency in the RFQ process while adhering to FAR guidelines.
    The United States Department of the Interior's Bureau of Land Management (BLM) issued a Combined Synopsis/Solicitation for Request for Quote No. 24Q0005, focusing on Wyoming AIM Lotic Data Collection Services. The main purpose is to engage vendors to provide non-personal contract support for collecting Lotic Assessment, Inventory, and Monitoring data in Wyoming. The solicitation details significant procedural changes, such as correcting the submission due date and updating attachments for improved clarity. Key requirements include adherence to Federal Acquisition Regulation (FAR) guidelines and awareness of the NAICS code 541620 for Environmental Consulting Services. Vendors are invited to notify the contracting office of their intent to quote by September 6, 2024, with final quotations due by September 18, 2024. Supporting documentation includes a detailed Performance Work Statement, a Price Worksheet for firm fixed-price quotations, and guidelines for submission and evaluation criteria. Compliance with the System for Award Management registration is emphasized, alongside strict adherence to submission formats. The document underscores the importance of technical and administrative responsiveness to qualify for award consideration.
    The Bureau of Land Management (BLM) is soliciting contractor support for the Wyoming Lotic Assessment, Inventory, and Monitoring Surveys, focusing on monitoring 3,400 miles of stream within the state. The project, scheduled to commence in the 2025 field season, requires the collection of data from 96 designated stream reaches, with an option for additional points in subsequent years. The contractor is responsible for coordination, data collection, quality control, and submission of the results, adhering to established national aquatic monitoring protocols. Tasks include hiring qualified personnel, conducting data collection between May and September, managing logistics for remote access sites, and coordinating with private landowners where necessary. Key deliverables include regular reporting based on sampling milestones and a comprehensive project implementation report upon completion. Travel expenses will conform to federal limits. The main goal is to evaluate land health and effectiveness of management plans while ensuring compliance with relevant regulations. This document serves as a performance work statement for prospective contractors in aligning with BLM monitoring and reporting requirements over a five-year period, helping to enhance ecological health in Wyoming’s aquatic systems.
    The Bureau of Land Management (BLM) is seeking contractor support for the Wyoming Lotic Assessment, Inventory, and Monitoring (AIM) Surveys to gather data on the health of 3,400 miles of streams. The project is set to commence in the 2025 field season and may extend through four option years until 2029, with a requirement for data collection across 96 specific reaches in the first year. The contractor will manage coordination, data collection, quality control, and submit data following established protocols aligned with AIM's National Aquatic Monitoring Framework. The contractor must ensure timely collection, training of personnel, and adherence to safety regulations. Key tasks include pre-collection meetings, field training, and daily data synchronization. The contractor is also responsible for furnishing equipment and managing field crews, who must have relevant training. Payment is contingent upon deliverables being submitted by set deadlines throughout the project timeline, concluding with a comprehensive report at the end of the field season. This initiative emphasizes the federal government's commitment to effective land management and resource monitoring in Wyoming.
    The document outlines RFQ #24Q0005, detailing provisions and clauses for a government contract solicitation process. It serves as a presolicitation announcement intended for informational purposes. Key components include provisions incorporated by reference, requiring deliverables related to the System for Award Management, telecommunications services, and supply chain security, among others. The document emphasizes the importance of submitting a complete quotation package split into five sections: Past Performance, Technical Approach Plan, Subcontract Plan (if applicable), Price Volume, and General Administrative Information. Each section outlines specific submission requirements, including recent project references, a detailed technical approach, and pricing structure using an Excel worksheet. Evaluation criteria focus on the offeror's past performance, technical approach, subcontracting participation, and pricing, highlighting the government's intent to award contracts based on the most advantageous offer. The document reinforces the necessity for compliance with federal regulations and outlines responsibilities regarding representations and certifications, including specific clauses related to various business types, procurement requirements, and ethical conduct. This RFQ aims to ensure a competitive and fair selection process while facilitating the acquisition of quality services for the government’s needs.
    Similar Opportunities
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    RFO MAIN BUILDING FIRE ALARM SYSTEM
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the replacement of the outdated fire alarm system at its Rawlins Field Office in Wyoming. The project aims to install a modern, addressable fire alarm system that complies with current safety regulations and technological standards, as the existing system is no longer serviceable due to obsolete components. This procurement is critical for ensuring the safety and security of the facility, aligning with federal safety codes and standards, including those outlined by the National Fire Protection Association (NFPA). Interested contractors must submit their proposals by September 23, 2024, with the performance period set from September 30, 2024, to January 31, 2025. For inquiries, contact Antoinette Nelson at amnelson@blm.gov or call 307-775-6043.
    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.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    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.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    7A--Cadastral Survey Carlson Software
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for the acquisition of Carlson brand name or equal software, specifically designed for civil, GIS, and survey applications. This procurement is necessitated by the obsolescence of existing software used for cadastral surveys, and the BLM has determined that Carlson's software uniquely meets its specific operational requirements. The contract, valued at approximately $106,837.50 for 37 units, will run from October 1, 2024, to September 30, 2025, with a focus on promoting participation from small, service-disabled veteran-owned, and women-owned businesses. Interested vendors should contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208 for further details and to ensure compliance with submission guidelines.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.