Arivaca Mines Survey
ID: 127EAV26Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 5Albuquerque, NM, 871023498, 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 U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) 127EAV26Q0008, issued by USDA-FS CSA Southwest 5, seeks proposals for a cultural resource survey to remediate physical safety hazards at 60 abandoned mine features within the Arivaca Abandoned Mine Lands (AML) Remediation Project. The project involves surveying 300 acres (5 acres at 60 locations) in the Nogales Ranger District of the Coronado National Forest, Arizona. This acquisition is set aside for Small Businesses, with NAICS code 541620 and a $19M size standard. Offers are due by December 19, 2025, 17:00 ES, and must include a technical proposal, a price proposal, and representations/certifications. Evaluation factors are Technical Capability, Past Performance, and Price, with a single firm-fixed-price award based on best value.
    This Statement of Work outlines the requirements for a Cultural Resources Survey and Report for 60 abandoned or inactive mine features in the Coronado National Forest, Arizona. This survey is crucial before any construction to remediate physical safety hazards at these mine sites using methods like polyurethane foam, fences, grates, and bat-compatible gates. The project requires a 50-meter buffer survey around each feature using 10-meter transects, with a focus on identifying and documenting cultural resources, including archaeological sites and isolated occurrences. The contractor must adhere to specific timelines for fieldwork, draft report submission, and final report delivery. Payments are tied to the completion and acceptance of these phases. The report must comply with USDA-Forest Service standards and include detailed maps, forms, and geospatial data for Section 106 consultation. The contractor is responsible for providing personnel, equipment, and services, while the Government will furnish essential maps and forms.
    The document, titled "Arivaca AML Survey North Area Map Survey - FS Report # 2025-05-058," is a map from the U.S. Department of Agriculture, Forest Service, Nogales Ranger District of the Coronado National Forest. It outlines the North Area Boundary for an archaeological survey within the Arivaca, Bartlett Mtn, and Ruby quadrangles. The map identifies primary and secondary entrances, various roads (e.g., Old Stage Rd, S Fraguita Rd, W Hinckley Rd, S Ruby Rd), and natural features like Fraguita Spring, Jarillas Spring, and Carrizo Well. It also includes numerical codes and labels (e.g., 3700, 412, R2008030500089) which likely correspond to specific survey points or administrative identifiers. The scale is 1:24,000, and it explicitly states that disclosure of site location information is prohibited as per 36 CFR 800, emphasizing the sensitive nature of the archaeological data. This document is a key component for managing and conducting archaeological surveys within the specified forest area.
    The document, titled "Arivaca AML Survey Overview Map- FS Report # 2025-05-058," is a map produced by the U.S. Department of Agriculture, Forest Service, specifically the Coronado National Forest, Nogales Ranger District. It provides an overview of a survey conducted in the Arivaca area, focusing on features such as springs (Watergate, Tonkin, Well, Carrizo Well, Jarillas, Yellow Jacket, Agua Cercada, Yanks, Sierra, Oro Blanco, Old Glory, Ruby), roads (S Cedar Creek Rd, S Ruby Rd, Ruby Rd), and geographical points like Fraguita Peak, Black Peak, and Cobre Mountain. The map delineates primary and secondary entrances, and distinguishes between North and South Areas. It also includes scale information (1:58,434) and lists the quad names: Arivaca, Bartlett Mtn, and Ruby. The presence of section and township numbers (e.g., T22S R10E) indicates a detailed land survey. This map likely serves as a foundational document for land management, resource assessment, or environmental planning within the specified ranger district.
    The provided document is a map detailing the "Arivaca AML Survey South Area Map Survey - FS Report # 2025-05-058" within the Coronado National Forest, specifically the Nogales Ranger District. This map, created by the U.S. Department of Agriculture Forest Service, outlines the South Area and its survey boundaries. It identifies various springs, peaks, and roads, including Ruby Rd, Yellow Jacket Spring, Nogalito Spring, and Black Peak. The map also features numerous R-numbers, likely representing specific survey points or features, along with elevation markers. Key geographical features such as Bartlett Mtn, Fraguita Pk, and Cobre Mtn are highlighted. The document includes a scale of 1:58,594 and lists the quad names as Arivaca, Bartlett Mtn, and Ruby. It also indicates primary and secondary entrances within the South Area, providing a comprehensive overview of the survey region.
    The document is a listing of historical and archaeological sites, primarily mines, located in Pima and Santa Cruz counties. It includes site numbers, names (e.g., Deer Mine, Ostrich Mine, St. Christopher Mine), brief descriptions of their characteristics (e.g., Prehistoric/Nonaboriginal Historic, Limited Activity/Habitation, industrial shaft mine, lithic scatter), and in some cases, recording information and National Register status. The file also lists various government projects and proposals, many related to mining operations, roadwork, stock tanks, and cultural resource assessments, indicating ongoing activity and resource management in these areas. The document compiles data relevant to federal and state archaeological and historical preservation efforts, likely for environmental assessments or grant applications related to land use and development.
    Lifecycle
    Title
    Type
    Arivaca Mines Survey
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    Dutton Hill G-Z Stewardship IRSC - R3 Coconino National Forest, Flagstaff Ranger District, Arizona
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the Dutton Hill G-Z Stewardship Integrated Resource Service Contract (IRSC) within the Coconino National Forest, located in Flagstaff, Arizona. This project aims to enhance forest health and reduce wildfire risks across approximately 8,829 acres through mechanical and hand thinning, while also providing timber products to local industries. The contract will encompass mandatory and optional work activities in three treatment areas: Double Springs, Dutton Hill, and LO Pocket, with a firm, fixed-price structure and a performance period extending until November 30, 2029. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 14, 2026, with further inquiries directed to Joshua Bahling at joshua.bahling@usda.gov or Jacob Dahlin at jacob.dahlin@usda.gov.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    Coronado National Forest Prospectus for Campground and Related Granger-Thye Concessions "Rose Canyon Complex"
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting applications for a concession campground special use permit to operate and maintain government-owned recreation facilities in the Rose Canyon Complex of the Coronado National Forest in Tucson, Arizona. This opportunity includes the management of two campgrounds, two group sites, two group picnic sites, a day-use fishing site, and an amphitheater, with an average gross revenue of $458,196.78 generated over the past three years. The selected concessionaire will be responsible for adhering to Forest Service policies, including the use of Recreation.gov for reservations and compliance with accessibility standards, while also engaging in maintenance and improvement projects under the Granger-Thye Fee Offset Agreement. Interested applicants must submit a comprehensive application package by April 1, 2026, including a proposed operating plan and a minimum annual fee of $21,535.25, along with a processing fee of $300. For further inquiries, contact Adam Milnor at adam.milnor@usda.gov or call 520-388-8422.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.