F--HORSESHOE-CAREFREE SEISMIC HAZARD STUDY
ID: 140R8124Q0167Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the Horseshoe-Carefree Seismic Hazard Study, aimed at assessing seismic risks associated with the Horseshoe and Carefree faults in central Arizona. The project requires contractors to conduct geological studies, including archaeological assessments and subsurface investigations, while adhering to federal regulations concerning cultural resource preservation. This study is crucial for ensuring the safety and integrity of nearby dams, and it involves a contract period from September 23, 2024, to September 22, 2025, with proposals due by September 17, 2024. Interested contractors can contact Savanna Manning at smanning@usbr.gov or by phone at 303-445-2432 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the request for proposals (RFP) for the Horseshoe-Carefree Seismic Hazard Study, emphasizing the need for a geological study and travel provisions associated with the project. It addresses federal legislation requiring the preservation of cultural resources and specifies the contractor's duties in reporting findings related to archaeological data during excavation. There are clauses detailing the authority of the Contracting Officer and the role of the Contracting Officer's Representative (COR) in monitoring and guiding the project technically. Important contractual obligations include compliance with electronic invoicing processes, various federal clauses regarding acquisitions, and requirements for small business representation. The RFP also contains detailed appendices outlining procedural specifics related to the project’s execution and payment processes. Overall, the document serves as a comprehensive framework for contractors interested in undertaking seismic hazard assessments while ensuring adherence to federal standards and regulations concerning geological and archaeological preservation.
    The document outlines wage determinations under the Service Contract Act (SCA) as issued by the U.S. Department of Labor, specifically Wage Determination No. 2015-5469, Revision No. 25 as of July 22, 2024. It establishes minimum wage requirements for federal contracts, referencing Executive Orders 14026 and 13658. Contracts entered on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 2015 and January 2022 necessitate at least $12.90 per hour. The wage schedule details hourly pay rates for various occupations across Arizona, including administrative support, automotive service, health occupations, and more, indicating the applicable fringe benefits. Additionally, the document incorporates directives on fringe benefits, vacation, holidays, and sick leave, with specifics on additional classifications and wage rates via the conformance process. This wage determination is significant for ensuring fair compensation for workers engaged in federal contracts, and adheres to federal labor laws designed to protect employee rights and wage standards in government contracting contexts.
    The Bureau of Reclamation's Technical Services Center is conducting a seismic hazard study on the Horseshoe and Carefree faults in central Arizona, focused on assessing risks to Horse Mesa, Mormon Flat, and Bartlett dams. The study, necessary for compliance with environmental regulations, involves subsurface investigations to analyze active faults using both hand-dug soil pits and backhoe trenching. Specifically, 20 soil pit sites will be excavated by hand to date landforms displaced by faults, while three trench sites will use a backhoe to gather information about historical earthquakes. The methodology includes paleoseismic trenching and various dating techniques to establish fault activity and slip rates. The investigation will adhere to environmental and safety protocols, including protective measures for workers and safeguards for cultural sites. Ground disturbances will be minimized, and areas will be restored post-investigation. Permits are sought for the excavations, which are planned to occur between Fall 2024 and Spring 2025, with provisions for extensions. This study aims to gather crucial data to enhance seismic hazard assessments for the referenced dams, addressing both local geological concerns and broader safety implications for the region.
    The Tonto National Forest's Heritage Resource Survey Operating Plan outlines the procedures and guidelines for conducting non-disturbing archaeological surveys on federal lands. The permit holder is responsible for coordinating with Forest Service contacts and following strict confidentiality protocols regarding archaeological findings. Key requirements include comprehensive coverage of surveyed areas, field notes documentation, and adherence to specified identification and classification standards. Surveyors must utilize Forest Service numbers for sites, and engage in archival research before fieldwork. The plan also details the process for documenting heritage resources, including photography and mapping requirements. Reports generated must conform to professional standards and include a variety of essential elements such as descriptions of the site, findings, and recommendations for management or mitigation. An annual report is also mandated to summarize all activities conducted under the permit. This operating plan reflects the federal commitment to preserving cultural heritage while conducting archaeological research within the Tonto National Forest.
    The Archaeological Site Condition Assessment Guide serves as a standardized protocol for evaluating and documenting the condition of archaeological sites managed by the Bureau of Reclamation, specifically within the Phoenix Area Office (PXAO). The guide outlines a comprehensive form that includes sections for site identification, location, management, environmental assessment, conditions, impacts, threats, and management recommendations. Key procedures emphasize the necessity of firsthand observations during assessments and the importance of using GPS for accurate site tracking. The document aims to ensure consistency in how archaeological sites are recorded and managed, emphasizes professional qualifications for those conducting assessments, and encourages the use of supplemental information, such as photographs, to support findings. Critical aspects include evaluating past conditions, identifying potential threats such as erosion and vandalism, and providing recommendations for site protection. By maintaining strict documentation protocols, the Bureau of Reclamation seeks to preserve cultural resources effectively while addressing ongoing site management challenges. The guide highlights the agency's commitment to responsible cultural resources stewardship within its federal and state obligations for archaeological preservation.
    The Phoenix Area Office (PXAO) of the Bureau of Reclamation outlines specific guidelines for the collection and management of archaeological field data using Geographic Information Systems (GIS) and Global Positioning Systems (GPS). All data regarding cultural resources must be recorded with strict confidentiality, clearly labeled as “CONTROLLED.” PXAO mandates the use of Mapping Grade GPS units and adherence to predefined standards for data transmission, including a geodatabase schema for organizing information on archaeological surveys and sites. Contractors are instructed to submit geospatial data digitally, ensuring it meets PXAO specifications on datum and projection, and includes detailed metadata. A comprehensive geodatabase structure is provided for organizing fields related to surveys, such as survey name, year, contractor information, and site specifics. In addition, submission must include maps with project details and identification of discrepancies in data records. The guidance emphasizes thorough preparation and documentation to support cultural resource management efforts effectively, reflecting rigorous compliance with federal standards during archaeological field assessments. This framework is essential for safeguarding cultural heritage while conducting surveys in areas managed by PXAO.
    The Bureau of Reclamation's Phoenix Area Office (PXAO) establishes guidelines for documenting archaeological projects using the Digital Archaeological Record (tDAR) as the official digital archive. The document provides detailed instructions regarding the submission of metadata for project and document pages. Essential elements include project title, detailed abstract, involved agencies, and descriptions of archaeological work conducted, with specific formats for site identifiers and permit numbers. Key processes involve ensuring PXAO personnel, specifically Lauren Jelinek, have the necessary access to review draft submissions before finalizing. Metadata requirements extend to spatial terms and descriptors for materials and cultural artifacts encountered. Additional instructions specify how to handle sensitive information, including access rights management. The overarching goal of these guidelines is to standardize the documentation process for archaeological projects under PXAO's purview, ensuring consistent and comprehensive data entry that complies with state and federal preservation standards. This framework reinforces the commitment to preserving cultural heritage while facilitating efficient information sharing among relevant stakeholders.
    The document is an amendment to the solicitation for the "Horseshoe-Carefree Seismic Hazard Study," modifying contract details and extending the period of performance from September 18, 2024, to September 17, 2025. It outlines the procedures for acknowledging the amendment and specifies that offers must be received by a designated time to avoid rejection. The modification details include instructions on how contractors can submit changes to their offers and the necessary contact information. It emphasizes that all previous terms and conditions remain unchanged unless stated otherwise. This amendment reflects administrative adjustments within the procurement process, ensuring clarity and compliance with federal regulations regarding solicitation modifications. The amendment signifies continued commitment to assessing seismic hazards in the specified region while adhering to proper procedural protocols for state and local government contracting.
    This document serves as an amendment to solicitation number 140R8124Q0167 concerning the Horseshoe-Carefree Seismic Hazard Study. The primary updates include an extension of the request for quotations (RFQ) deadline to September 12, 2024, at 1300 EST, and the removal of the Small Business Set-Aside restriction, enabling full and open competition. Other terms and conditions remain unchanged. The project is scheduled for a performance period spanning from September 23, 2024, to September 22, 2025. Additionally, the amendment specifies changes to certain contract items, detailing service codes related to an archeological study and travel provisions required for the contractor's staff. All previous obligations and conditions continue to hold, ensuring compliance with federal regulations as stipulated. The document aims to clarify procedural requirements for contractors and facilitate participation in the procurement process aligned with government contracting practices.
    This document is an amendment to the solicitation for the Horseshoe-Carefree Seismic Hazard Study. It serves to extend the request for quotations (RFQ) deadline to September 17, 2024, at 1300 EST, while maintaining all other existing terms and conditions. The document specifies that contractors must acknowledge receipt of the amendment to their submitted offers to prevent rejection. It outlines the requirement for submissions to include references to the solicitation and amendment numbers. The period of performance for the project is established as September 23, 2024, to September 22, 2025. The extension aims to provide potential offerors additional time to prepare their responses. The amendment is structured following standard government procurement formats, ensuring compliance with federal regulations. Overall, the document reflects the federal government's procedural standards in managing amendments to procurement and contract modifications, facilitating an orderly bidding process.
    The document outlines a government Request for Proposal (RFP) concerning the Horseshoe-Carefree Seismic Hazard Study, focusing on archaeological assessments related to seismic hazards in Central Arizona. The RFP includes a detailed procurement plan administered by the Bureau of Reclamation, specifying a total contract period from September 18, 2024, to September 17, 2025. It requires contractors to conduct various tasks such as an archaeological study and associated travel necessary for data gathering, emphasizing the need for proper documentation and approvals for reimbursement of travel expenses. Moreover, it stipulates adherence to federal regulations concerning cultural resources and archaeological data protection during the performance of work. The proposal includes a firm fixed price for the archaeological study and a time-and-materials pricing structure for travel. The document incorporates numerous federal acquisition regulations and guidelines to ensure compliance with contract terms, payment processes, and conditions for subcontracting. The RFP serves to secure qualified contractors to conduct critical environmental and archaeological work that aids in risk mitigation for federal construction projects, maintaining federal compliance in the stewardship of historical resources.
    The Horseshoe-Carefree Seismic Hazard Study outlines a Statement of Work (SOW) for a cultural resource survey and monitoring project scheduled for 2024. The Contractor is tasked with conducting a Class I literature review within a one-mile radius of the Carefree Faultline, focusing on Scottsdale McDowell Sonoran Preserve and Tonto National Forest (TNF) sites. A valid archaeological permit from TNF is required before fieldwork begins, while existing surveys on the Preserve suffice for the project. The Contractor must adhere to professional standards specified by the Secretary of the Interior and comply with TNF's guidelines throughout the survey. Deliverables include detailed survey and monitoring reports, geodatabases, and an upload of data to The Digital Archaeological Record (tDAR). The entire project is set for completion within 365 days, with a structured schedule for progress and reporting to ensure compliance with the National Historic Preservation Act. The document emphasizes the necessity for qualified personnel, detailing the minimum educational and experience requirements for key roles, including the Principal Investigator and Project Manager. All produced materials will be owned by the government, highlighting the collaborative and compliance-focused nature of federal RFP processes in cultural resource management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    R--AZ SAN BERNADINO NWR SURVEY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide architectural and engineering (A&E) services for a Watershed LiDAR and Survey project at the San Bernardino National Wildlife Refuge in Arizona. The project involves high-resolution digital orthophotography, LiDAR acquisition, and topographic surveys across approximately 237 square miles, with a focus on establishing field survey control and developing a Digital Elevation Model (DEM) to support habitat restoration efforts for endangered aquatic species. This initiative is crucial for enhancing climate adaptation and restoring habitats impacted by agricultural expansion and climate change. Interested firms must submit their Standard Form 330 (SF330) by September 20, 2024, with a site visit scheduled for September 10, 2024. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or 505-248-6792.
    Z--Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is preparing to solicit proposals for the Colorado River Irrigation Project (CRIP), which involves the construction and rehabilitation of main canal check structures and the replacement of a failed lateral check structure. The project requires contractors to rehabilitate three main canal check structures, realign segments of the canal and electrical transmission lines, and construct a new check structure downstream of an existing failed facility, all while ensuring compliance with environmental regulations. This initiative is crucial for maintaining efficient irrigation operations in the region. Interested contractors, particularly Indian-Owned Small Business Economic Enterprises (ISBEEs), must be registered in the System for Award Management (SAM) and can expect specific proposal submission instructions to be released around September 23, 2024. For inquiries, contractors may contact William McLaughlin at William.McLaughlin@bia.gov or by phone at (850) 281-3444.
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The primary objective of this procurement is to ensure clean, safe, and operational facilities at various recreation sites, including vault toilet cleaning and litter removal, while adhering to environmental stewardship and public health standards. This contract is a total small business set-aside, with a performance period from October 1, 2024, to September 30, 2026, and offers must be submitted by September 19, 2024, following a site visit on September 9, 2024. Interested parties can contact Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766 for further inquiries.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    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.
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment, with a performance period from March 2025 to January 2029. This initiative is critical for enhancing the safety and functionality of the Hyrum Dam, ensuring compliance with federal regulations and standards. Interested contractors must submit sealed bids by November 8, 2024, and can contact Lynette Rock at LRock@usbr.gov or 385-228-8535 for further information.
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    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.