MACROINVERTEBRATE SAMPLE PROCESSING
ID: 140L3625Q0035Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 11:00 PM UTC
Description

The Bureau of Land Management (BLM), Montana State Office, is seeking quotations for macroinvertebrate sample processing services under solicitation number 140L3625Q0035. The primary objective of this procurement is to process and analyze macroinvertebrate samples to assess ecological conditions in support of bull trout conservation efforts in the Blackfoot River basin. This initiative is crucial for gathering reliable ecological data that informs environmental stewardship and regulatory compliance. Interested small businesses must submit their complete quote packages by April 21, 2025, and ensure registration in the System for Award Management (SAM). For further inquiries, contact Chad Clapp at cclapp@blm.gov.

Point(s) of Contact
Clapp, Chad
(000) 000-0000
(406) 896-5296
cclapp@blm.gov
Files
Title
Posted
Apr 2, 2025, 5:06 PM UTC
The Bureau of Land Management (BLM) is collaborating with multiple agencies to enhance the population of bull trout in the Blackfoot River basin. This project focuses on assessing the suitability of selected lakes and stream reaches for introducing bull trout. A key component involves surveying aquatic macroinvertebrate populations to evaluate the food availability for these fish. BLM seeks a contractor to process 10 macroinvertebrate samples from two lakes and eight stream reaches, requiring identification at least to taxonomic order and family, with detailed reporting of results. The contractor will summarize the findings, including species abundance and any quality control measures, in a technical report to be shared with project partners. The project period runs from May 1, 2025, to March 1, 2026, during which samples will be processed at the contractor's facility. Overall, this initiative aims to gather essential ecological data before introducing bull trout, contributing to conservation efforts in Montana.
Apr 2, 2025, 5:06 PM UTC
The U.S. Department of Labor's Wage Determination No. 2015-5393 outlines the minimum wage rates and benefits for employees working under federal service contracts in Missoula County, Montana. Effective from December 23, 2024, contractors must comply with either Executive Order 14026 or Executive Order 13658 based on the contract's award date. The minimum wage rates are set at $17.75 per hour for contracts awarded or renewed after January 30, 2022, and $13.30 per hour for contracts between January 1, 2015, and January 29, 2022, unless higher rates are indicated in this determination. The document provides a detailed list of occupations and corresponding wage rates, including various administrative, automotive, food service, health, and technical roles, as well as fringe benefits such as health and welfare allowances and paid leave requirements. Notably, the file highlights compliance requirements regarding uniform costs and additional class wage authorizations. This wage determination functions within the context of ensuring fair compensation standards in federal contracts, critical for government RFPs and grants, safeguarding worker rights and aligning with federal contracting regulations.
Apr 2, 2025, 5:06 PM UTC
The Past Performance Questionnaire is a mandatory form that contractors must complete and submit with their quotations when responding to government solicitations. It gathers essential information about the contractor's relevant experience, including years of operation as both a Prime and Sub-Contractor. Key elements of the questionnaire include a detailed list of past projects completed in the last three years, outlining specifics such as contract numbers, types of projects, completion dates, and references for verification. Additionally, it requires disclosure of concurrent contract commitments and any history of failures to complete awarded work. Contractors must also confirm whether any projects were completed under a performance bond and specify further details if applicable. The certification statement at the end assures the accuracy and completeness of the information provided. Overall, the document aims to evaluate a contractor's qualifications and reliability in executing work as per government requirements, forming a critical aspect of the bidding process for federal grants and local/state RFPs.
Apr 2, 2025, 5:06 PM UTC
The document outlines a request for proposals (RFP) regarding the processing of macroinvertebrate samples, emphasizing taxonomic identification and population assessment. The main components of the RFP include the total price for the service, along with fields for company details, Unique Entity Identifier (UEI), an individual's name, and email contact. This RFP is governed by federal mandates indicating a structured approach to environmental data collection, essential for research and regulatory compliance. The initiative aims to gather credible ecological data that can aid in understanding aquatic ecosystems and their health, reflecting a government commitment to scientific inquiry and environmental stewardship.
Apr 2, 2025, 5:06 PM UTC
The Bureau of Land Management (BLM), Montana State Office, is issuing a Request for Quotations (RFQ) for macroinvertebrate sample processing services, outlined in solicitation number 140L3625Q0035. This procurement, categorized as environmental consulting services under NAICS code 541620, is a firm-fixed-price contract and is set aside for small businesses. Offerors must register in the System for Award Management (SAM) prior to submitting quotes, which are due by April 21, 2025. The solicitation requires a complete quote package, including Standard Form 1449 and a Statement of Work. Payment will be processed electronically via the U.S. Treasury’s Invoice Processing Platform. Important provisions and clauses relevant to the contract, including compliance with federal regulations and small business program representations, are specified. The BLM is focusing on acquiring high-quality services while maintaining transparency and fairness in the bidding process, emphasizing the necessity of submission compliance and the best value criteria for award selection. This initiative underlines the government's commitment to preserving ecological standards through diligent contractor selection.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
ARROW CREEK CLASS III CULTRUAL RESOUCE INVENT
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking qualified small businesses to conduct a Class III cultural resource inventory and report preparation for approximately 850 acres within the Arrow Creek Backcountry Conservation Area in Fergus County, Montana. This project, mandated by Section 110 of the National Historic Preservation Act, aims to identify, document, evaluate, and manage cultural resources in compliance with federal and state guidelines, involving intensive field surveys and potential subsurface testing. The final deliverable, including a detailed report on the historical significance of discovered sites, is due by December 15, 2025, with quotes required by May 21, 2025. Interested contractors must possess the necessary BLM permits, be registered in the System for Award Management (SAM), and adhere to federal acquisition regulations, with evaluations based on price, technical capability, and past performance. For further inquiries, contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
FUELS REDUCTION, THINNING, AND HAZARD TREE REMOVAL
Buyer not available
The Bureau of Land Management (BLM) is seeking quotes for Hazard Tree Mitigation, Forest Health Thinning, and Fuels Reduction Support Services through Request for Quotation (RFQ) 140L1225Q0011. The procurement aims to enhance forest health and reduce wildfire risks by addressing tree hazards and associated slash treatment in compliance with specified performance work statements. This initiative is crucial for promoting environmentally responsible forestry management practices while ensuring compliance with federal procurement and labor laws. Interested contractors must register on SAM.gov and submit their quotes by May 7, 2025, following a mandatory site visit scheduled for April 21, 2025. For inquiries, contact Karianne Lerum at klerum@blm.gov.
SEED EXTRACTION & PROCESSING 2025
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors to provide seed extraction and processing services for two seed orchards in Oregon, specifically the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard. The procurement aims to secure services for extracting, processing, and delivering seeds from conifer cones to meet reforestation standards, with a focus on maintaining quality during extraction and adaptability to environmental changes affecting cone quality and quantity. This contract is vital for supporting reforestation efforts and ensuring the availability of high-quality seeds for future planting. Quotes are due by May 10, 2025, with the contract period of performance running from September 1, 2025, to May 31, 2026. Interested parties can contact Shane Mundt at smundt@blm.gov or by phone at 406-594-9282 for further information.
GAOA - EMDDO ROADS AND REC SITE REPAIRS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting sealed bids for the "GAOA - EMDDO Roads and Recreation Site Repairs" project, aimed at repairing roads and parking areas at various recreation sites across eastern Montana. The project includes essential tasks such as re-establishing road sections, improving parking areas, and applying crushed aggregate surfacing at locations including Howrey Island, Matthews, Strawberry Hills, Moorhead, and Short Pines OHV. This initiative is significant for maintaining public access to recreational areas and enhancing visitor experiences while adhering to environmental standards. Interested small businesses must submit their bids by May 22, 2025, with an estimated contract value between $250,000 and $500,000, and can contact Christine Mundt at cmundt@blm.gov or (406) 896-5030 for further information.
Y--Crooked Creek Road Improvement Project (GAOA)
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is preparing to solicit proposals for the Crooked Creek Road Improvement Project in Montana, funded by the Great American Outdoors Act (GAOA). This project aims to enhance the safety and functionality of a narrow gravel road by widening, reshaping, and upgrading drainage systems to improve travel conditions for the public. The anticipated contract, valued between $500,000 and $1,000,000, is set aside for small businesses under NAICS Code 237310, with proposals due around June 16, 2025, and contract awards expected by August 1, 2025. Interested contractors should contact Christine Mundt at cmundt@blm.gov for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for award.
F--WOLFHOLE LAKE LRP-S. SEEDING APPLICATION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to participate in the Wolfhole Lake Landscape Restoration Project, specifically for a seeding application across 273 acres of BLM-administered lands in Mohave County, Arizona. The objective of this procurement is to enhance vegetative species diversity by seeding native plants, which will improve wildlife habitat and rangeland health prior to planned mastication work over a larger area. This initiative is crucial for restoring ecosystems and managing invasive species, thereby promoting environmental conservation efforts. Interested contractors must submit their proposals, including pricing details, by May 12, 2025, to Cynthia Markum at cmarkum@blm.gov, with the contract award contingent upon the availability of funds and compliance with federal regulations.
BUTTE/HARDING COUNTNOXIOUS WEED CONTROL
Buyer not available
The Bureau of Land Management (BLM) is seeking contractors for the Butte/Harding County Noxious Weed Control project in South Dakota, aimed at managing invasive plant species across approximately 12,346 acres of public land. The project requires the treatment of noxious weeds such as leafy spurge and Canada thistle, with an initial coverage of at least 150 acres, and is scheduled to take place from July 7 to August 30, 2025. This procurement is set aside for small businesses under the NAICS code 115112, emphasizing compliance with federal regulations and labor standards, including wage determinations for various occupations. Interested bidders must submit their quotes electronically by May 15, 2025, and direct any inquiries to Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
B--BLM WRFO ABC CULTURAL RESOURCES INVENTORY
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for a Class III cultural resource inventory covering approximately 1,930 acres of public land in Moffat, Rio Blanco, and Garfield Counties, Colorado. The objective of this procurement is to conduct intensive cultural resource evaluations in compliance with the National Historic Preservation Act, ensuring that all necessary assessments are completed prior to any ground-disturbing activities related to vegetation management and prescribed burning. This project underscores the importance of preserving cultural resources while facilitating essential land management activities, with the contract period of performance set from May 16, 2025, to February 27, 2026. Interested contractors should direct inquiries to Daniel Rosales at drosales@blm.gov, and must adhere to the specified submission guidelines and deadlines outlined in the solicitation documents.
SGFO Road Base Aggregate
Buyer not available
The Bureau of Land Management (BLM) is issuing a Request for Quote (RFQ) for the procurement of 2,000 tons of Road Base Aggregate Material for a construction site in Washington County, Utah. This procurement is set aside for total small business concerns and aims to ensure the delivery of materials that meet specified gradation limits and quality standards for road, shoulder, and ware yard construction. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by May 5, 2025, and delivery expected within 30 days after order receipt. Interested parties should direct inquiries to Contract Specialist Mark Renforth at mrenforth@blm.gov and ensure compliance with all submission requirements outlined in the solicitation.
NORTHERN ROCKIES STEWARDSHIP BPA
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.