B--Justification for Consolidation
ID: 140R4024R0001Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)
Timeline
    Description

    Presolicitation notice from the Department of the Interior, Bureau of Reclamation, for Environmental and Cultural Resources Services IDIQ contracts 2024. The notice seeks to obtain a full range of environmental compliance and resource management services for projects within the Upper Colorado and Missouri Basin Regions. The services include adaptive management, biological surveys, clean water act compliance, cultural resources and archaeology resources, environmental laboratory services, environmental site assessments, national environmental policy act compliance, endangered species act compliance, geographical information systems, fish and wildlife habitat mitigation and monitoring plans, monitoring, paleontological services, technical facilitation and meeting support, other environmental and natural resources support, recreation management documents, and compatibility reviews. The contract may be performed in various states, and it is anticipated to be a total small business set aside with a total ceiling of up to $50,000,000. The solicitation is expected to be released on or about July 3, 2024, and interested parties must be registered in the System for Award Management (SAM) to be considered for a government contract award. The primary contact for questions is Terra Warren at twarren@usbr.gov.

    Point(s) of Contact
    Lifecycle
    Similar Opportunities
    R--HYDROGRAPHIC DATA COLLECTION IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation seeks professional services for hydrographic data collection, offering a $48 million IDIQ contract. The primary goal is to obtain accurate hydrographic information, including surveys, samples, and analysis, amidst challenging field conditions in the Upper Colorado region. Firms are invited to submit their qualifications for this small business set-aside opportunity, with interviews determining the most competent candidates for award.
    Professional Services to Conduct Various Cultural Resources Investigations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide professional cultural resources services under a Combined Synopsis/Solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The primary objective is to conduct various cultural resources investigations, including studies, surveys, archival research, and report preparation, to ensure compliance with the National Historic Preservation Act (NHPA) across the Mississippi Valley Division. This contract, valued at a maximum of $20 million over five years, will support the preservation and protection of cultural resources while adhering to federal regulations and best practices in archeological research. Interested firms must submit proposals by 11:00 AM CST on September 11, 2024, and can direct inquiries to Bambi Raja at Bambi.L.Raja@usace.army.mil or Veronica F. Garner-Flint at Veronica.Garner-Flint@usace.army.mil.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued up to $16 million over a five-year period. The contract aims to support complex projects across Idaho, Oregon, Montana, and Washington, focusing on areas such as small-scale industrial water treatment and large-scale hydropower project designs. This procurement is crucial for enhancing the management and development of water resources and infrastructure, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    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 in the Colorado River canyons. This contract, set aside for small businesses, has a maximum value of $8 million, with an initial task order estimated at $600,000, and proposals must be submitted electronically by September 30, 2024. Interested parties can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330 for further information.
    Region 1 CERCLA Mine Reclamation Support
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualifications from architect-engineering firms for the Region 1 CERCLA Mine Reclamation Support contract. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract focuses on remediation services for historic mine sites across Idaho, Montana, North Dakota, and South Dakota, including notable locations such as Barker-Hughesville and Beal Mountain. The selected contractor will be responsible for contaminated site investigations, reclamation design, and environmental assessments in compliance with CERCLA guidelines, with a total contract value of $15 million over a potential five-year term. Interested firms must submit their qualifications by September 16, 2024, and are required to register in SAM for eligibility; for further inquiries, they can contact Jessica Lyn H. Rasmussen at jessica.rasmussen@usda.gov.
    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.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS), set aside for small businesses. This procurement aims to secure comprehensive environmental services, including assessments, inspections, and remedial investigations, in compliance with federal environmental laws such as RCRA and CERCLA. The contract will support the restoration and safeguarding of environmental sites, reflecting the government's commitment to quality and fiscal responsibility in environmental management. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested parties can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    BLM-CO ESCALANTE RANCH INVENTORY
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The primary objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties, in compliance with the National Historic Preservation Act, ensuring that significant cultural sites are documented and preserved. This procurement is crucial for maintaining the integrity of cultural resources within the BLM's jurisdiction, reflecting the government's commitment to historic preservation and resource management. Proposals must be submitted by September 16, 2024, to Patrick Frost at pfrost@blm.gov, and should include a technical response, pricing for each project, and anticipated start dates, with a focus on managerial qualifications, capacity, and technical expertise.
    Notice of Intent to Award a BPA call Against Land Management Integrated Resources (LMIR) BPA
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) call order for Land Management Integrated Resources (LMIR) activities, aimed at supporting environmental laws and regulations. This opportunity is set aside for small businesses and involves providing environmental consulting services, as categorized under NAICS code 541620 and PSC code B510. The BPA call order will be awarded against multiple award schedule BPAs, and the services are crucial for ensuring compliance with environmental assessments and regulations. Interested parties can contact Danette Cappello at danette.cappello@usda.gov or by phone at 262-259-9520 for further information, noting that this is not a solicitation and no proposals are being requested at this time.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the ROMO 327127 Bridge Preservation project in Rocky Mountain National Park, Colorado. The procurement aims to solicit proposals for a firm-fixed price contract, with an estimated value between $2 million and $5 million, and a project duration of approximately 660 calendar days, which may be impacted by limited winter access and tight construction limits. This project is crucial for maintaining the integrity of park infrastructure while ensuring minimal disruption to visitor access and park operations during construction. Interested vendors should register on SAM.gov and obtain a Unique Entity Identifier (UEI) to participate, with the official solicitation expected to be released around September 20, 2024. For further inquiries, contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.