CULTURAL CONTRACT UMRBNMLMA
ID: 140L3625Q0020Type: Combined Synopsis/Solicitation
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 quotes from small business concerns for a cultural resource inventory contract related to the Upper Missouri River Breaks National Monument. The primary objective of this procurement is to conduct special studies that delineate archeological and paleontological resources within the Two Calf Creek area in Petroleum County, Montana, as part of compliance with the National Historic Preservation Act. This project is crucial for identifying and evaluating cultural resources potentially affected by prescribed burning activities, ensuring the preservation of cultural heritage while facilitating land management practices. Interested parties must submit their proposals by March 28, 2025, with questions due by March 21, 2025. For further inquiries, contact 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 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.
    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
    Combined Synopsis/Solicitation
    Similar Opportunities
    R-- BIG HOLE NB CULTURAL RESOURCES SURVEY
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to conduct a Class I and Class III cultural resources survey at Big Hole National Battlefield in Wisdom, Montana. This survey is essential prior to the replacement of the aging sewer system and the installation of new utility lines within the park, covering approximately 20 acres and adhering to the National Historic Preservation Act's Section 106 compliance. The project involves various tasks, including site visits, documentation review, and both pedestrian and subsurface investigations, all while navigating the site's remote location and varied terrain. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov. The contract period is set from April 1, 2025, to August 29, 2025, with a total small business set-aside designation.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project, funded under the Great American Outdoors Act, involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of associated infrastructure, including sidewalks, with a budget estimated between $100,000 and $250,000. This initiative aims to enhance visitor facilities while ensuring compliance with safety and environmental regulations. Interested contractors must submit their offers by March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.
    S--MALTA JANITORIAL
    Buyer not available
    The Bureau of Land Management (BLM) in Montana is seeking qualified small businesses to provide janitorial and grounds services for its Malta Field Office under solicitation number 140L3625Q0012. The contractor will be responsible for maintaining cleanliness and hygiene in a 5,000 square foot office building and surrounding areas, utilizing environmentally safe products and adhering to detailed cleaning protocols, with operations primarily occurring outside of normal business hours. This opportunity is a 100% Total Small Business Set-Aside, with the contract period anticipated from April 1, 2025, to March 31, 2026, and options for extension through 2030. Interested parties must submit their quotes by March 13, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    R--CMR NWR Ranch, AVIS Project Number: F250044
    Buyer not available
    The U.S. Department of the Interior is seeking qualified small businesses to provide market valuation and appraisal services for the CMR NWR Ranch, a two-tract property totaling 4,920 acres in Montana. The procurement aims to assess the property's value for just compensation related to property rights, requiring contractors to possess a Certified General Appraiser license from the State of Montana or the ability to obtain a temporary practice permit. This solicitation underscores the importance of compliance with federal regulations and the Uniform Appraisal Standards for Federal Land Acquisitions, with a focus on timely delivery of the appraisal report within 90 days post-award. Interested parties must submit their proposals by March 10, 2025, and can direct inquiries to Morgan Schickler at morganschickler@ibc.doi.gov or call 703-964-3576.
    MCFO FUELS BOBCAT TRAILER
    Buyer not available
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for the procurement of a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. The trailer must meet specific requirements, including a Gross Vehicle Weight Rating (GVWR) between 18,000 to 24,000 pounds, dimensions of 18 to 24 feet in length, and various safety features such as electric drum brakes and a hydraulic dampening cylinder. This acquisition is crucial for government operations, ensuring the efficient transport of equipment while adhering to federal procurement regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically to Contracting Officer Christopher Brailer by March 21, 2025, at 1400 MDT, and comply with all solicitation requirements to be eligible for award consideration.
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    BLM MESA MASTICATION
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Mesa Mastication project, aimed at reducing wildfire risks through vegetation management in northwestern Colorado. This initiative involves cutting and shredding pinyon and juniper trees across approximately 765 acres, with work scheduled between April 2, 2025, and November 30, 2025, while adhering to environmental regulations and ensuring equipment cleanliness to prevent the spread of noxious weeds. The project reflects the federal commitment to effective land management and resource conservation, emphasizing sustainable recreational use of public lands. Interested vendors must submit their quotes via email by 10:00 AM MDT on March 20, 2025, and can contact Daniel Rosales at drosales@blm.gov for further information.
    F--BLM PINTO MESA HAND THINNING AND PILE
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Pinto Mesa Hand Thinning and Piling project, aimed at managing vegetation to mitigate wildfire risks across approximately 313 acres near Meeker, Colorado. The project involves cutting and piling pinyon and juniper trees, with contractors responsible for providing all necessary equipment and ensuring compliance with environmental and safety standards. This initiative is crucial for enhancing forest health and reducing fire hazards, aligning with broader government efforts in resource management and ecosystem preservation. Interested contractors must submit their quotes by email to Contracting Specialist Daniel Rosales by 10:00 AM MDT on March 20, 2025, with the contract period set from April 2, 2025, to December 31, 2025.
    F--PASS CREEK HANDTHINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Pass Creek Hand Thinning project, aimed at enhancing wildlife habitat and tree vigor across an 80-acre riparian zone in Poncha Springs, Colorado. Contractors will be responsible for cutting and piling conifer tree species, adhering to specific piling dimensions, and ensuring compliance with safety and environmental regulations throughout the project duration. This initiative reflects the government's commitment to natural resource management and ecological conservation. Interested contractors must submit their quotes by March 12, 2025, to Daniel Rosales at drosales@blm.gov, with the contract performance period scheduled from March 21, 2025, to December 15, 2025.
    BLM WILLOW CREEK CUT AND PILE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for the "Willow Creek Cut and Pile" project, which involves vegetation management services aimed at reducing wildfire risks across 118 acres within the Northwest District Fire's White River Field Office in Colorado. The project, scheduled for execution in 2024, focuses on implementing fuels treatments to enhance land safety and ecological stability, aligning with federal goals of responsible land management and fire risk reduction. Interested contractors must adhere to specific cutting and piling specifications, provide all necessary equipment and personnel, and comply with environmental protocols and safety measures. Proposals are due by March 21, 2025, with questions accepted until March 13, 2025; for further inquiries, contact Daniel Rosales at drosales@blm.gov.