R--INYO CAL TOWHEE 2025/26 SPRING SURVEYS
ID: 140L1225Q0012Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Bureau of Land Management (BLM) is planning to award a sole-source contract for the Inyo California Towhee 2025/26 Spring Surveys, aimed at supporting the management of this federally listed endangered species on BLM lands. The contract will facilitate a targeted survey to gather critical data that informs conservation strategies and aligns with compliance requirements under the Endangered Species Act, the National Environmental Policy Act, and the Sikes Act. This procurement is essential for ensuring continuity and consistency in data collection, as the selected contractor has a long-standing partnership with BLM and extensive experience in conducting similar surveys. Interested parties must submit their qualifications and capabilities in writing to Laurie Ehlinger at lehlinger@blm.gov by April 23, 2025, at 09:00 AM PST, as no solicitation package will be available for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is seeking approval for a sole-source contract for a survey of the federally listed Inyo California towhee on its lands for the 2025/2026 period, as part of compliance with the Endangered Species Act and related policies. The Ridgecrest Field Office emphasizes the need for a targeted survey to support management efforts of this endangered species, aiming to gather data that will inform conservation strategies and potentially aid in its delisting. The rationale behind limiting competition stems from a historical partnership with the identified contractor, who has 17 years of experience conducting extensive bird surveys for the BLM and U.S. Fish & Wildlife Service. Utilizing this contractor ensures the consistency and compatibility of data collection with previously gathered information, critical for analyzing population trends. The use of an alternative vendor would increase costs significantly and disrupt the continuity of data, thus justifying the decision to proceed with a sole-source contractor under FAR 13.106-1(b)(1). Overall, the project aligns with the strategic objectives of the BLM to protect and manage endangered species effectively.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order for Snowy Butte Fungi Surveys on the Rogue River-Siskiyou National Forest. This procurement is part of the Land Management Integrated Resources BPA, which encompasses a wide range of services including professional services, natural resources restoration, and project management, and is available for use by all federal agencies. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved under the LMIR BPA, with a total of 45 businesses set to receive the solicitation. Interested parties can reach out to the LMIR BPA Team at SM.FS.lmirbpa@usda.gov for further information, as this opportunity does not constitute a request for proposals and is part of a continuous pre-solicitation process.
    Red-cockaded woodpecker Monitoring
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide monitoring and inventory services for the Red-cockaded Woodpecker (RCW) on the Croatan National Forest in North Carolina. The contractor will be responsible for furnishing all necessary equipment, labor, transportation, and supervision to conduct RCW cluster and tree inventories, group checks, project-level inventories, and the painting and tagging of RCW trees, with the goal of monitoring 100% of known clusters annually. This initiative is crucial for the conservation of the RCW species, which is listed as endangered, and involves detailed data collection and adherence to specific protocols outlined in the contract. Quotes are due by December 18, 2025, at 2:00 PM ET, and interested parties should contact Marian Feist at marian.feist@usda.gov for further information.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.