CMR NWR Ranch, AVIS Project Number: F250044
ID: 140D0425Q0282Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)

Set Aside

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

    The U.S. Department of the Interior is seeking qualified contractors 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 bidders 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 adhering to federal regulations and standards, particularly the Uniform Appraisal Standards for Federal Land Acquisitions, while emphasizing small business participation. Interested parties should contact Morgan Schickler at morgan_schickler@ibc.doi.gov or call 703-964-3576 for further details, and must ensure compliance with submission deadlines as outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to solicitation number 140D0425Q0282 and outlines changes to the Request for Quotation (RFQ) related to appraiser qualifications. The amendment specifies that appraisers must possess a Certified General Appraiser license from the State of Montana or be able to obtain a temporary practice permit, correcting a previous reference to North Dakota. It reinforces the need for contractors to acknowledge the amendment through specific methods to ensure compliance with submission deadlines. Additionally, all existing terms and conditions remain unchanged except for the noted modifications. The document emphasizes regulatory adherence and proper administrative procedures in relation to government acquisitions, reflecting the structured and meticulous nature of federal procurement processes.
    The document outlines a Request for Quote (RFQ) by the U.S. Department of the Interior's Interior Business Center for market valuation and appraisal services for the CMR NWR Ranch, a two-tract property totaling 4,920 acres in Montana. This acquisition is part of the U.S. Fish and Wildlife Service's efforts to assess the value for just compensation related to property rights. The RFQ specifies the procurement method, market conditions, and technical qualifications required from bidders, emphasizing small business participation and compliance with federal regulations. Key considerations include the contractor's state certification as a general appraiser, technical qualifications, past performance in similar projects, and prompt delivery of the appraisal report within 90 days post-award. Various submission details are provided, including required qualifications documentation and references for past appraising work. The appraisal must align with Uniform Appraisal Standards for Federal Land Acquisitions and consider existing land conditions and legal access issues. Overall, this solicitation reflects the government's systematic approach to procure essential services while adhering to legislative and regulatory frameworks for federal property acquisition processes.
    Lifecycle
    Title
    Type
    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.
    Nationwide Recapture Appraisal Services
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Rural Development (RD) program, is seeking proposals for Nationwide Recapture Appraisal Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to assess the market, liquidation, or disposition values of single-family homes and vacant lots in rural areas, thereby supporting the USDA's mission to improve rural living through housing loans and community development. The contract will require appraisers to adhere to strict qualifications and reporting standards, ensuring compliance with federal regulations and the Uniform Standards of Professional Appraisal Practice (USPAP). Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Maria Calica at maria.calica@usda.gov.
    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.
    REQUEST FOR BIDS TO LEASE ONE STORAGE FACILITY AND NPS LANDS FOR FARMING/HAYING PURPOSES WITHIN HERBERT HOOVER NATIONAL HISTORICAL SITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the lease of one storage facility and adjacent lands for farming or haying purposes within the Herbert Hoover National Historical Site in West Branch, Iowa. The objective of this procurement is to identify a qualified contractor who can effectively manage the specified lands for agricultural use, contributing to the preservation and maintenance of the historical site. This opportunity is significant as it supports the dual goals of land management and historical site conservation, ensuring that the area remains both functional and historically relevant. Interested bidders can reach out to Shannon Calabro at shannoncalabro@nps.gov or by phone at 319-541-0286 for further details regarding the solicitation process.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, part of the U.S. Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a double vault toilet at Pompeys Pillar National Monument in Montana. The project involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of accompanying infrastructure, including sidewalks, with a focus on environmental compliance and minimizing disruption to visitors. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities while supporting small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their offers by 3:00 PM Mountain Time on March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    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.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    NCMD DISPATCH SECURITY SYSTEM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide a comprehensive upgrade to the security system at the Lewistown Interagency Dispatch Center in Montana. The project entails the removal of the existing security system and the installation of a new closed-circuit television (CCTV) setup, which includes a Network Video Recorder (NVR) and fourteen 5MP cameras, along with necessary cabling and compliance with safety standards. This procurement is critical for enhancing public safety and security infrastructure, ensuring effective monitoring of key areas within the facility. Interested vendors must submit their quotes by March 28, 2025, following a site visit on March 12, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.