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
    Site Stewardship IDIQ at Albeni Falls Dam
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking information from qualified firms regarding a forthcoming contract for professional cultural resource management services at the Albeni Falls Dam in Idaho. The primary objective of this Firm Fixed Price contract is to ensure compliance with the National Historic Preservation Act (NHPA) and the associated Systemwide Programmatic Agreement, focusing on the management of Historic Properties of Religious and Cultural Significance to Indian Tribes. This opportunity is particularly significant for the four tribes affiliated with the project, as it aims to facilitate their participation in preserving culturally important sites. Interested parties must submit a one-page capabilities statement by 12 PM PST on February 14, 2025, to Alfonso Nolasco at alfonso.nolasco@usace.army.mil, with the anticipated award date set for April 1, 2025.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    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.
    AK PFH 59(3), Snug Harbor Road Gulley Remediation and Erosion Control
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Snug Harbor Road Gulley Remediation and Erosion Control project in Cooper Landing, Alaska. The primary objective of this firm-fixed-price contract is to address erosion issues by remediating gullies and repairing existing erosion control measures without the use of construction equipment on the slope. This project is critical for maintaining infrastructure integrity and environmental stewardship, as it aims to prevent further erosion and enhance roadway conditions along Snug Harbor Road. Interested small businesses must submit their quotes electronically by February 16, 2025, and can direct inquiries to WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    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.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to RecAccess, LLC for the provision of a Software as a Service (SaaS) platform essential for managing permits and fees related to hunting activities across over 60 national wildlife refuges. This contract, which will be a firm fixed price with a base year and four option years, aims to ensure the continuity of a secure online platform that facilitates lotteries, reservations, permit issuance, and fee collection, critical for maintaining public access during the hunting season. The justification for this sole source award highlights RecAccess as the only vendor capable of supporting the complex lottery systems required for permit issuance, with a focus on avoiding service disruptions that could arise from transitioning to a new provider. Interested parties may submit capability statements to Lorenzo Aragon at lorenzoaragon@fws.gov, with the understanding that any costs incurred in response to this notice will not be reimbursed by the government.
    B--Environmental and Cultural Resource Services
    Buyer not available
    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.
    NAVIGABILITY HISTORIAN CONTRACT
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for a Navigability Historian Contract to conduct historical research on specified waterbodies in Alaska. The primary objective is to gather detailed insights into the historical usage of these waterbodies, particularly prior to Alaska's statehood in 1959, without making navigability determinations. This initiative is crucial for guiding administrative decisions related to waterways in Alaska and supports conservation and historical documentation efforts. Interested small businesses must submit their proposals electronically by January 30, 2025, with a planned delivery date for the project by February 27, 2026. For further inquiries, potential offerors can contact Laura Sherman at lsherman@blm.gov or by phone at 907-271-4440.
    S--Museum Maintenance Assistant Support IACB's MPI
    Buyer not available
    The Department of the Interior, specifically the Indian Arts and Crafts Board (IACB), is seeking a contractor to provide full-time Museum Assistant support at the Museum of the Plains Indian (MPI) located in Browning, Montana. The contractor will be responsible for various duties, including grounds upkeep, general facility repairs, landscaping, cleaning, and visitor assistance, from March 3, 2025, to September 30, 2025. This opportunity is set aside for small businesses, emphasizing the importance of compliance with federal labor standards and the utilization of small business resources in federal contracts. Interested parties should contact Catherine Mattocks at CATHERINEMATTOCKS@IBC.DOI.GOV or call 703-964-8409 for further details, and must acknowledge receipt of any amendments to the solicitation to ensure consideration.
    F--Phase 1 Environment Site Assessment, Ouzinkie, AK
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a Phase 1 Environmental Site Assessment in the Village of Ouzinkie, Alaska. The objective of this procurement is to conduct a comprehensive environmental assessment that includes historical document research, site reconnaissance, contamination identification, and risk evaluation, with the final report due by June 30, 2026. This assessment is crucial for understanding potential contamination issues and ensuring public health safety in the community, while also supporting the federal commitment to Indian Small Business Economic Enterprises (ISBEEs). Interested contractors must submit their proposals by February 5, 2025, and can direct inquiries to Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.
    F--Phase 1 ESA, New Stuyahok, AK
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a Phase 1 Environmental Site Assessment (ESA) in the Village of New Stuyahok, Alaska. The objective of this procurement is to identify potential contaminants and evaluate environmental risks associated with an old school site, requiring tasks such as historical document research, field inspections, and interviews with past and present property occupants. This assessment is crucial for managing environmental liabilities and ensuring public health in vulnerable regions, with the contract set aside for Indian Small Business Economic Enterprises (ISBEEs). Proposals are due by February 6, 2025, with the contract performance period running from March 1, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further information.