F--Tribal Monitoring During NW Malheur Project Implem
ID: 140L4325Q0021Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking to procure Tribal Monitoring services for the Northwest Malheur Project, specifically in collaboration with the Burns Paiute Tribe for the year 2025. The primary objective of this contract is to ensure the protection of cultural and historical resources during ecosystem restoration activities aimed at benefiting the Greater Sage-Grouse habitat. The selected contractor will provide dedicated tribal monitors to conduct real-time observations, documentation, and reporting, ensuring compliance with environmental assessments and cultural preservation protocols. The solicitation closing date has been extended to April 24, 2025, with the performance period running from April 30, 2025, to April 15, 2026. Interested parties can contact Rachel Jones at rmjones@blm.gov or by phone at 503-808-6068 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) intends to conduct a single source procurement for the 2025 Tribal Monitoring during the NW Malheur Project, specifically with the Burns Paiute Tribe. This decision is justified under FAR subpart 13.106-1, highlighting the unique qualifications of the Tribe in protecting cultural resources related to the Castle Rock Traditional Cultural Property (TCP). The contract requires the Tribe to perform cultural resource monitoring, documentation, and daily reporting to ensure compliance with environmental assessments. The Burns Paiute Tribe is recognized as the only available source with the specific cultural knowledge necessary for this project, supported by a Memorandum of Understanding with BLM. Previous market research acknowledges possible other contractors; however, the Tribe's expertise on the TCP’s significance leads to the conclusion that this single-sourcing represents the best value for the government. The estimated value of the acquisition aligns with comparable commercial pricing for similar services. There are no anticipated barriers to competition for future acquisitions.
    The government document is an amendment (0001) to a solicitation for the Tribal Monitoring project during the implementation of the Northwest Malheur Project, managed by the Bureau of Land Management in the Vale District. The amendment primarily serves to extend the closing date for submission of offers to April 14, 2025, with the performance period set from April 15, 2025, to April 15, 2026. Potential contractors must acknowledge receipt of this amendment to avoid rejection of their offers, either through submission of copies with an acknowledgment or via separate communication. The document outlines the procedural requirements for submitting modifications to previously submitted offers and specifies that terms and conditions remain unchanged except as noted. This amendment reflects regulatory practices for government requests for proposals (RFPs), ensuring transparency and adherence to federal contracting standards.
    The document is an amendment to solicitation 140L4325Q0021, specifically regarding the Tribal Monitoring During NW Malheur Project Implementation for 2025 within the Bureau of Land Management Vale District. Key changes include an extension of the solicitation closing date to April 24, 2025, and a modification of the performance start date from April 15, 2025, to April 30, 2025, with the period of performance now spanning from April 30, 2025, to April 15, 2026. The amendment outlines the necessary steps for offerors to acknowledge receipt of the amendment and specifies communication procedures for any changes to previously submitted offers. The document maintains importance in the context of federal procedures, ensuring compliance and proper notification within the contracting process. Overall, it serves to clarify the terms and timelines associated with the project, reinforcing the government's commitment to efficient and transparent procurement practices.
    The document outlines a Request for Proposal (RFP) issued by the Bureau of Land Management (BLM) for a commercial services contract focused on Tribal Monitoring during the Northwest Malheur Greater Sage-Grouse Habitat Restoration Project for the year 2025. The primary objective of this contract is to ensure the protection of cultural and historical resources relevant to the Burns Paiute Tribe while implementing ecosystem restoration activities aimed at restoring habitat for the Greater Sage-Grouse. The contractor will provide dedicated tribal monitors throughout the project, conducting real-time observations, documentation, and reporting to safeguard sensitive sites and cultural values. The contract spans from April 15, 2025, to April 15, 2026, with specified deliverables, including draft and final monitoring reports. Payment milestones are structured around the completion of key project phases, emphasizing timely submission and government inspection for successful completion. The RFP also emphasizes compliance with environmental laws, historic preservation protocols, and specific safety requirements related to fire hazards. Overall, this initiative underscores the BLM's commitment to ecological restoration, cultural preservation, and collaboration with local tribes to manage land resources responsibly.
    Similar Opportunities
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    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.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    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.
    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.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.