B--Environmental and Cultural Resource Services
ID: 140R1024R0007Type: Presolicitation
Overview

Buyer

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

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)
Timeline
    Description

    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.

    Point(s) of Contact
    Gates, Misty
    (208) 378-5079
    (208) 378-5080
    MGates@usbr.gov
    Files
    Title
    Posted
    The U.S. Bureau of Reclamation is seeking environmental and cultural resources services for projects in Interior Region 9, including NEPA preparation, ESA consultation, and cultural resource surveys. The contract will be advertised as a firm-fixed price RFP with a five-year period and a potential six-month extension. The anticipated total contract value is $40 million, and registration in SAM is required for consideration. The solicitation is expected to be issued in early April 2024.
    The document is a Performance Work Statement Solicitation for an Environmental and Cultural Resource Services contract. The contract will include a range of services related to environmental compliance, including NEPA analysis, ESA compliance, cultural and paleontological resource management, and biological assessments. The contract will be for a five-year period and the contractor will be responsible for providing qualified personnel for each task order.
    Lifecycle
    Similar Opportunities
    S--FI and ECAO Trash / Recycle Services
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for trash and recycling services at the Flatiron Powerplant, Eastern Colorado Area Office (ECAO), and Warehouse located in Loveland, Colorado. The procurement involves the removal of garbage and recycling, including the rental of multiple dumpsters at specified locations, with weekly service occurrences anticipated from October 1, 2025, to September 30, 2026, and options for four additional years. This initiative is crucial for maintaining cleanliness and environmental standards at the facilities, and it aims to assess market capacity for future solicitations, potentially resulting in a set-aside for small businesses. Interested small businesses must submit their capability statements and relevant certifications by February 27, 2025, at 2:00 PM MST, via email to the primary contact, Monte Baird, at MBaird@usbr.gov.
    B--NGWSP PUEBLO OF ACOMA FMP
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is initiating a procurement opportunity for the Pueblo of Acoma's Further Mitigation Program (FMP) related to the Navajo Gallup Water Supply Project (NGWSP). The contractor will be responsible for managing and implementing the FMP, which aims to achieve cultural preservation outcomes, including a Tribal Mentorship Program and Traditional Resource Guides, while ensuring community insights are integrated through government-to-government consultation. This contract, set to run from April 7, 2025, to April 6, 2028, is specifically set aside for small businesses, with a preference for Rio Del Oso Anthropological Services, LLC, due to their established relationship with the tribe. Interested parties are encouraged to respond to the pre-solicitation notice by March 4, 2025, and can contact Brittney Nielson at bnielson@usbr.gov for further information.
    C--Pre-Sol Notice for AE Multiple Award Contract
    Buyer not available
    The Bureau of Reclamation (BOR) is issuing a Pre-Solicitation Notice for an Architect-Engineer Multiple Award Contract (AE-MAC) aimed at acquiring engineering services under NAICS code 541330. Interested firms are required to demonstrate their qualifications and relevant experience in various disciplines, including geotechnical services, civil engineering, infrastructure services, and dam safety, while also providing their SAM Unique Entity Identification Number. The BOR plans to award three to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total cap of $50 million over five years, and firms must express their interest by March 7, 2025, as further instructions will be provided in a subsequent notice around March 11, 2025. For inquiries, interested parties can contact Megan Swift at mswift@usbr.gov or by phone at 303-445-2722.
    NAP ENVIRONMENTAL SERVICES
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified contractors for environmental consulting services under NAICS code 541620. The procurement aims to gather information for developing an acquisition strategy for the Corps' Biological/Environmental Services program, which includes ongoing environmental assessments and studies related to federally owned projects across the Delaware River Basin and potentially other districts in the North Atlantic Division. Contractors will be required to provide a range of services, including field investigations, laboratory analysis, and report production, with an estimated contract value of $50 million over a five-year performance period, and the solicitation is expected to be published in Fiscal Year 2025. Interested firms should submit a Capability Statement to assist the Corps in evaluating contractor qualifications, and for further inquiries, they can contact Henry Sembe at henry.sembe@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    B6 HATCHERY TANKS AND FILTERS
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of six 600-gallon fiberglass tanks designed for larval use, as outlined in RFQ No. 140R3025Q0021. The tanks must meet specific technical specifications and be delivered within 30 days of contract award, with a focus on compliance with federal regulations and the inclusion of small businesses, particularly those classified under NAICS Code 326199. This procurement is crucial for supporting commercial fishing operations and environmental conservation efforts. Interested vendors must submit their quotes electronically via SAM.gov by February 28, 2025, and direct any inquiries to Nicholas Clements at nclements@usbr.gov or by phone at 702-293-8156.
    S--YAO LANDSCAPING AND GROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for landscaping and ground maintenance services. This procurement aims to maintain and enhance the aesthetic and functional aspects of the Bureau's outdoor spaces, ensuring they meet environmental and operational standards. Landscaping services are crucial for the upkeep of public lands and facilities, contributing to both ecological health and visitor experience. Interested parties can reach out to Kathleen Berry at kberry@usbr.gov or by phone at 702-293-8460 for further details regarding this sources sought notice.
    GPSC5 Sources Sought
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify small businesses and Indian Small Business Economic Enterprises (ISBEEs) capable of providing professional mapping services under specific NAICS codes. The required services include remotely sensed data acquisition and the processing of high-resolution topographic and geophysical data, all to be performed under the supervision of qualified professionals. This initiative is crucial for supporting the USGS's science mission and involves managing projects of at least 1,500 square miles in size. Interested firms must submit their capability statements, including relevant performance history and socioeconomic status, by February 28, 2025, to Trisha Beals at tbeals@usgs.gov, ensuring they have a DUNS number and active registration on SAM.gov.
    NCAO Klamath River FAR Compilation Report
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the Klamath River Flow Augmentation Releases Compilation Report, aimed at analyzing environmental impacts on fish disease dynamics, particularly focusing on Ichthyophthirius and Columnaris infections in adult salmon. The project involves a comprehensive study that includes reviewing environmental data, analyzing water temperature and flow dynamics, and developing management strategies to enhance salmon populations following a significant die-off event in 2002. This initiative is critical for informing future water management practices and ensuring the ecological sustainability of the Klamath River ecosystem. Interested small businesses can contact Steven Teves at steves@usbr.gov or call 916-978-4302 for further details, with the contract expected to last 18 months under a total small business set-aside.
    M--Sources Sought Parking & Ticketing Services for Hoover Dam
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking market input through a Sources Sought Notice for Parking and Ticketing Services at Hoover Dam. The objective is to identify potential contractors capable of providing integrated ticketing and parking management services at the Hoover Dam Visitor Center, enhancing visitor experiences while ensuring safety and accessibility. This initiative is crucial for managing the high volume of visitors to the iconic site, and the total contract term is anticipated to be 66 months, consisting of a 12-month base period followed by four 12-month options, under a Firm Fixed Price Contract type. Interested firms, particularly small businesses and those with socioeconomic classifications, are encouraged to submit capability statements detailing their relevant experience and business information to Kristen Turner at khturner@usbr.gov by the specified deadline.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.