B--NHT GEOPHYSICAL INVESTIGATIONS
ID: 140L6225Q0021Type: Combined Synopsis/Solicitation
AwardedMay 15, 2025
$10K$9,952
AwardeeCANNON HERITAGE CONSULTANTS INC. 1015 E 100 N Logan UT 84321 USA
Award #:140L6225P0024
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Environmental Consulting Services (541620)

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's Wyoming State Office, is seeking proposals for the "B--NHT Geophysical Investigations" project, which involves conducting archaeological and geophysical investigations related to potential unmarked gravesites along the Oregon California Mormon Pony Express National Historic Trail. The contractor will perform background file searches, geophysical investigations using techniques such as ground penetrating radar and magnetometry, and adhere to strict reporting standards set by the Wyoming State Historic Preservation Office. This initiative is crucial for the preservation of cultural resources and compliance with federal laws, ensuring the protection of significant historical sites. Interested small businesses must submit their proposals by the specified deadline, with the contract period running from June 1, 2025, to December 31, 2025. For inquiries, contact Crystal Martinez at crystalm@blm.gov or call 307-775-6336.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) Kemmerer Field Office has released a Statement of Work (SOW) to procure archaeological and geophysical services. This project addresses BLM's obligations under various federal laws to assess and protect cultural resources on public lands, specifically targeting a potential gravesite of Finetta White Garrett along the Oregon California Mormon Pony Express National Historic Trail. The contractor will conduct geophysical investigations using ground penetrating radar (GPR), soil resistivity, and magnetometer techniques to locate and document unmarked graves and evaluate their eligibility for the National Register of Historic Places. Responsibilities include stakeholder communication, a literature search, fieldwork, and reporting in compliance with Wyoming Historic Preservation Office guidelines. The timeline extends until December 31, 2025, focusing on enhancing heritage site management and public education through interpretive displays. The contractor must maintain strict confidentiality about site information and adhere to relevant BLM and federal guidelines during the project's execution. Overall, this initiative aims to ensure the protection of significant historical resources while fulfilling the BLM’s resource management goals.
    The document outlines the bid schedule for a government-requested project focused on specific services, including background literature searches, fieldwork notification, and report preparation. It delineates the required services: conducting preliminary literature searches, notifying of fieldwork, and preparing both draft and final reports. The schedule also specifies the expected duration of each service, represented in months or years, with associated cost estimations highlighted as "Estimated Amount." This structured bid format serves to guide potential contractors in understanding the scope of work, timelines, and financial expectations, essential for responding to government RFPs and ensuring informed bidding practices. The emphasis on service components and their duration demonstrates the government's intent to obtain comprehensive, well-prepared reports that could influence future policy or program development.
    The document pertains to a solicitation (140L6225Q0021) for geophysical investigations in the vicinity of Granger, Wyoming. It responds to inquiries about project details and contractor requirements. The project site is described as a relatively even area with sagebrush and can be accessed via an unmaintained road; detailed location maps will be provided post-contract award. This contract is a new opportunity, with no current incumbent, although a cultural resources firm had previously conducted similar work on a different project. Importantly, a valid Wyoming Cultural Resource Use Permit (CRUP) must be obtained and presented at the time of quote submission. This requirement emphasizes compliance with state regulations for the project's initiation, ensuring that all necessary permits are in place to support efficient and lawful operations.
    The document is an amendment to a solicitation regarding the National Historic Trails Geophysical Investigations for the Kemmerer Field Office. The amendment outlines important procedural changes and requirements for respondents regarding acknowledgment of the amendment, submission of offers, and updating contract details. The performance period is established from June 1, 2025, to December 31, 2025, with specific contracting requirements, including active registration at SAM.gov and adherence to prompt payment rules. It also highlights the project being a total small business set-aside under NAICS 541620, indicating a firm-fixed price type of contract and an award basis based on trade-offs. Key requirements for responsive quotes are detailed, including the necessity for a completed and signed Standard Form 1449. The purpose of the amendment is to address submitted questions related to the solicitation, ensuring clarity and guiding potential contractors in their submissions. Overall, the amendment serves as a critical update for contractors interested in bidding for the project while reinforcing the government's commitment to transparency and compliance in the procurement process.
    The provided document outlines a Request for Proposal (RFP) regarding the National Historic Trails Geophysical Investigations at the Kemmerer Field Office, with a performance period set from June 1, 2025, to December 31, 2025. This acquisition is open to small businesses and emphasizes a total small business set-aside under NAICS 541620. Key requirements for bidders include active registration with the System for Award Management (SAM) and prompt payment terms as dictated by the Invoicing and Payment system. The RFP specifies evaluation criteria focusing on past performance, a quality control plan, and technical experience related to archaeological work. Key contact for inquiries is Crystal Martinez, and respondents must submit completed forms by the specified due date. The contract will abide by relevant FAR clauses, ensuring compliance with government regulations on labor, ethics, and equality. This document represents a strategic initiative by the government aimed at engaging small businesses to conduct specialized studies and analyses for historical preservation, underpinning the government's commitment to heritage conservation while fostering economic opportunities for local enterprises.
    The government document outlines the wage determination under the Service Contract Act, specifically Wage Determination No. 2015-5409, Revision No. 24, which establishes minimum wage rates and required fringe benefits for various occupations in Wyoming. Effective January 30, 2022, contracts must comply with Executive Order 14026, setting a minimum wage of at least $17.75 per hour for covered workers. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour unless specified otherwise. The document includes a detailed occupational listing with corresponding wage rates for various job titles, spanning administrative, automotive, health, and technical fields, along with related benefits such as health and welfare compensation, vacation time, and paid sick leave. It also outlines requirements for unlisted classifications and conformance procedures. Additionally, it addresses safety and uniform allowances for workers, demonstrating the government’s commitment to safeguarding employee rights and ensuring fair compensation. This document plays a vital role in federal contracting by ensuring compliance with labor standards applicable to federal contracts and promoting fair labor practices across diverse occupations.
    Lifecycle
    Title
    Type
    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.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    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.
    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.
    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.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    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.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.