AK-KODIAK NATL WR-ALUTIIQ MUSEUM
ID: 140FS124Q0001Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA
Timeline
    Description

    Sources Sought INTERIOR, DEPARTMENT OF THE US FISH AND WILDLIFE SERVICE is seeking archeological services for the Kodiak Island National Wildlife Reserve in South Kiliuda Bay. The Alutiiq Museum and Archaeological Repository, located in Kodiak, Alaska, is the intended sole source for this firm fixed price contract. The services provided by the Alutiiq Museum will include conducting oral histories, creating interpretive signs, and completing transcription work. The museum's previous work in 2019, including an archeological survey and historical building evaluations, has made them uniquely qualified for this project. Interested parties may submit a statement of capabilities, but competition for this requirement is not expected to be advantageous to the Government.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    R--Appraisal Services for SWK (33) ALASKA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for appraisal services related to the Selawik National Wildlife Refuge in Alaska under solicitation number 140F1S25Q0014. The contract, which is a total small business set-aside, requires qualified firms to provide market valuation and appraisal services for a specific 40-acre parcel, with a performance period of 160 days from award acceptance. This procurement is significant as it aims to ensure accurate property assessments, which are crucial for effective land management and conservation efforts. Bids are due by January 14, 2025, at 5:00 PM ET, and interested contractors must be registered in the System for Award Management (SAM) and submit their proposals to SolmazSalih@fws.gov, including the solicitation number in the subject line.
    AK PFH 59(3), Snug Harbor Road Gulley Remediation and Erosion Control
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified firms for the AK PFH 59(3) project, which involves remediation and erosion control along Snug Harbor Road in Cooper Landing, Alaska. The primary objectives include the procurement of services to address gullies formed without the use of construction equipment and to repair existing erosion control measures, which may involve the installation of topsoil, straw fiber rolls, erosion control blankets, and turf establishment. This project is crucial for maintaining the integrity of the roadway and preventing further erosion, with the contract anticipated to be advertised in Spring 2025 and work scheduled for Summer 2025. Interested parties must respond to this sources sought notice by January 14, 2025, at 1400 PT, and can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738 for further information.
    AK Kodiak-Land lease
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking offers for a temporary land lease in Kodiak, Alaska, to support operations at the Paradigm Marine Operations facility. The required site should ideally encompass up to two acres of land, located within a five-minute walk from the marine operations facility, to accommodate equipment laydown/storage and parking for five Coast Guard cutters. This lease is critical for the Coast Guard's operational needs in the region, with an initial term of nine months starting February 1, 2025, and three potential one-year renewal options. Interested parties should direct their inquiries and expressions of interest to Realty Specialist David Brumley at David.E.Brumley@uscg.mil or by phone at (571) 607-1065.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    REQUEST FOR INFORMATION - LODGING - KING SALMON, ALASKA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified lodging providers to accommodate 10-12 personnel in King Salmon, Alaska, from approximately June 8 to June 21, 2025. This Request for Information (RFI) aims to identify potential vendors capable of providing suitable temporary lodging for personnel engaged in fieldwork in remote areas, ensuring their safety and mission readiness. Interested parties are required to submit detailed information regarding their lodging capabilities, including availability, facilities, pricing, and compliance with federal requirements, by January 15, 2025. For inquiries, respondents may contact Johnathan Maro at Johnathan.l.maro@uscg.mil.
    B - - NOAA Fisheries Alaska Facilities Maintenance
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide facilities maintenance services for the Auke Bay Laboratory and the Little Port Walter Research Station in Alaska. The procurement includes general maintenance, repairs, and groundskeeping tasks structured over a base period of six months, with the possibility of three additional option periods, each lasting six months. This opportunity is crucial for maintaining operational efficiency at federal research facilities, with a total funding limit of $9 million as per the NAICS code 561790. Interested parties must submit their quotes by January 20, 2025, and direct any inquiries to Christie Lang at christie.lang@noaa.gov.
    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.
    IX527 Barge Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, is seeking contractors to provide Preservation, Inspection, Repair, and Maintenance (PIRM) support services for the IX527 Barge located in Ketchikan, Alaska. The procurement involves a firm-fixed price contract that requires detailed compliance with safety, environmental, and operational standards throughout the project, which is scheduled from May 26 to July 6, 2025. This contract is critical for maintaining the operational integrity of the barge, ensuring adherence to government regulations and quality assurance protocols. Interested parties must submit their quotes and capabilities statements by 12:00 PM on November 18, 2024, and can direct inquiries to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-469-6784.
    St. Louis District 2025 Cultural Resources Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking information from qualified firms regarding the provision of cultural resources services for the St. Louis District, specifically for the year 2025. This Sources Sought notice aims to gather insights to inform the acquisition strategy, contract type, and competition feasibility for a potential Indefinite Delivery Indefinite Quantity (IDIQ) Small Business Set-aside contract focused on cultural resources support. The services are critical for the curation and management of archaeological collections, ensuring compliance with federal regulations and preservation of cultural heritage. Interested parties are encouraged to reach out to Jessica Nies at jessica.l.nies@usace.army.mil or call 314-331-8482 for further details and to contribute their information by the specified deadlines.
    7G--Special Notice of Intent to Sole Source Award
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Talos Engineering, Inc. for the replacement of the outdated alarm paging system at the Lyons Ferry Fish Hatchery. This procurement aims to secure LYFH radios and software installation to mitigate the risk of mass fish kills due to system failures, as the hatchery is responsible for rearing over 500,000 endangered salmon and steelhead. The total estimated funding for this project is approximately $250,000, which includes $25,050 allocated for necessary repairs to the communication system. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities via email to carterduke@fws.gov, as no telephone requests will be honored.