B--CULTURAL CONTRACT UMRBNMLMA
ID: 140L3625Q0020Type: Combined Synopsis/Solicitation
AwardedApr 15, 2025
$48.4K$48,385
AwardeePatrick Kuntz 229 ALDERSON AVE Billings MT 59101 USA
Award #:140L3625P0033
Overview

Buyer

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

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is seeking qualified small businesses to submit quotes for a cultural resource inventory contract related to the Upper Missouri River Breaks National Monument. The objective of this procurement is to conduct a Class II cultural resource inventory to identify and evaluate archeological and paleontological resources within the Two Calf fuels treatment project area in Petroleum County, Montana, ensuring compliance with the National Historic Preservation Act. This contract is crucial for preserving cultural heritage while facilitating land management practices, with a performance period from April 11, 2025, to January 15, 2026. Interested parties must submit their quotes by March 28, 2025, and direct any questions to Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.

    Point(s) of Contact
    Brailer, Christopher
    (406) 896-5196
    40689650200000
    cbrailer@blm.gov
    Files
    Title
    Posted
    The document addresses responses to requests for information (RFIs) regarding previously recorded sites within a specific inventory area. It outlines that there are a total of 11 sites within the direct Area of Potential Effects (APE). Among these, one site, the Nez Perce National Historic Trail, is deemed eligible for inclusion in the National Register of Historic Places (NRHP). Meanwhile, four sites remain unevaluated for eligibility, and six sites have been previously classified as ineligible. This information is crucial for understanding the historical significance of the sites in question and plays an essential role in planning for potential impacts on these locations during development projects or federal initiatives. The responses reflect ongoing compliance with federal guidelines for site evaluation and preservation within the context of government RFPs and grants.
    The Bureau of Land Management (BLM) is conducting a Class II cultural resource inventory for the Two Calf fuels treatment project in Petroleum County, Montana, as part of its compliance with the National Historic Preservation Act. The inventory aims to identify and evaluate cultural resources within the area potentially affected by prescribed burning activities. The project spans approximately 6,641 acres across two units, incorporating both public and private lands with the consent of owners. The contractor selected for this project will perform systematic surveys, utilizing specified methodologies to document surface indications of cultural resources, following guidelines from the Montana State Historic Preservation Office. The outcomes should include an inventory report detailing findings, eligibility assessments for the National Register of Historic Places, and management recommendations to mitigate adverse effects from the projected burns. Deliverables include a comprehensive cultural resource inventory report, site forms, thorough mapping of identified resources, and photography documentation. The project timeline begins with a literature review within 15 days of contract issuance and culminates in the final report due within six months post-fieldwork. The structured payment schedule emphasizes task completion and adherence to established timelines. This effort underscores BLM's commitment to preserving cultural heritage while facilitating land management practices.
    The document outlines the Past Performance Questionnaire (PPQ) for evaluating a company under Solicitation No: 140L3625Q0020 for the U.S. Department of the Interior, Bureau of Land Management's UMRBNM CRI 2025 project. It seeks assessments of the company's past performance through a structured rating system, addressing various aspects such as the client relationship, corporate management, quality control, schedule adherence, and overall satisfaction with the final product. Evaluators are prompted to rate on a scale from Outstanding to Unacceptable and provide detailed comments, especially for marginal or unacceptable ratings. Additional inquiries include whether the company received any formal reprimands and if the evaluator would award future contracts to the company. The form concludes with space for evaluator signatures and comments. The overall aim is to gather insights that inform decisions on future contracting, reflecting the importance of performance evaluations in federal procurement processes.
    This document outlines an amendment related to a federal solicitation, specifically amendment number 140L3625Q0020. It emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers by the specified deadline. The amendment modifies existing contracts/orders and details the procedure for making changes to submitted offers through letters or electronic communications. The primary purpose of this amendment is to address Requests for Information (RFIs) associated with the project. The specified period of performance for the contract is from April 11, 2025, to January 15, 2026. Contractors are required to understand that all terms and conditions from previous documents, except where amended, remain applicable. The document reiterates the administrative process involved in acknowledging the amendment and the necessary actions required of contractors. In summary, this document serves as a formal communication to update contractors on important changes and requirements related to a federal solicitation, ensuring clarity in the proposal submission process and compliance with federal regulations.
    The document is a Request for Quote (RFQ) issued by the Bureau of Land Management (BLM), Montana State Office, related to the Upper Missouri River Breaks National Monument Cultural Resource Inventory. This solicitation invites small business concerns to submit quotes for a contract that focuses on special studies in delineating archeological and paleontological resources within the designated area. The RFQ specifies procedures for submissions, emphasizing compliance with federal regulations and small business set-asides. Proposals must include a cover letter, technical plans, past performance information, and assurances of meeting all contractual obligations. The contract will be awarded based on factors including pricing, technical capability, and past performance. The deadline for submission of quotes is 03/28/2025, with questions due by 03/21/2025. The government seeks proposals that demonstrate a clear plan for project execution, including risk management and contingency strategies, sustainability practices, and compliance with established federal acquisition regulations. The tone of the document is formal and instructive, aligning with standard procedures for federal contracts while reinforcing the importance of securing contracts with responsibly managed small businesses as part of the broader economic strategy.
    The provided document outlines the Upper Missouri River Breaks National Monument (UMRBNM) in Montana, detailing its project area and land administration statuses through a series of maps. Key entities involved in the information collection and mapping include Montana State University, the Bureau of Land Management (BLM), and various federal and state agencies such as the National Park Service and the U.S. Fish and Wildlife Service. The maps indicate land utilization, property status, and road conditions, offering a geographical overview essential for planning and managing the monument. The document contains detailed land inventory classifications for specific units within the monument, intending to inform and facilitate ongoing and future governmental assessments, grants, or requests for proposals concerning conservation and land use. This resource highlights the importance of collaborative efforts among governmental and educational institutions in environmental management and planning within the designated federal area.
    The U.S. Department of Labor's Wage Determination No. 2015-5397 outlines the minimum wage requirements under the Service Contract Act for contracts in Montana. This document specifies that contracts initiated after January 30, 2022, must compensate covered workers no less than $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, that do not extend beyond the latter date must pay at least $13.30 per hour. Additionally, the document lists various job classifications and corresponding wage rates for different occupational categories, detailing minimum pay, including potential fringe benefits, which includes health and welfare provisions and vacation entitlements. Furthermore, it reinforces compliance requirements for contractors regarding employee protections and allowances for uniforms, sick leave, and applicable differentials for hazardous work. This wage determination aims to ensure fair compensation for service employees, thereby upholding labor standards in federal contracting, particularly in Montana's specified counties.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    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.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.