B--Wyoming Statewide Riparian and Wetland Data AIM Collection/Surveys - Combined S
ID: 140L6224Q0013Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- NATURAL RESOURCE (B525)
Timeline
    Description

    The Bureau of Land Management (BLM) within the Department of the Interior is seeking qualified vendors to provide environmental consulting services for the collection of Riparian Wetland Assessment, Inventory, and Monitoring (AIM) data across Wyoming. The procurement aims to gather critical habitat data using established AIM protocols, with the contract set to commence in the 2025 field season and potentially extend through 2029, involving data collection at designated points across various Field Offices. This initiative is vital for enhancing land health understanding and resource management, ensuring compliance with environmental monitoring standards. Interested parties must submit their quotes by September 18, 2024, and notify the BLM of their intent to participate by September 6, 2024; for further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.

    Point(s) of Contact
    Eastburn, Carrie
    (402) 326-2383
    (303) 236-9470
    ceastburn@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) in Wyoming is issuing a Request for Proposals (RFP) for a comprehensive assessment of riparian and wetland health via the Assessment, Inventory, and Monitoring (AIM) strategy. The contract is set to commence in fiscal year 2025, covering data collection at 83 designated points, with the possibility of adding up to 56 additional points in each of the subsequent four years (2026-2029). The contractor will be responsible for coordinating with BLM, conducting field training, and ensuring compliance with established data collection protocols including water quality assessments. Data must be collected between May and August each year, and all findings shall be submitted in a timely manner, following QA/QC guidelines. Additionally, the contractor must possess specific qualifications for key personnel and ensure appropriate equipment is available for rugged field conditions. The BLM aims to enhance land health understanding and resource management through this initiative, reflecting government efforts to gather critical environmental data for future policy and land-use decisions.
    The Bureau of Land Management (BLM) is initiating a Riparian and Wetland Assessment for federal lands in Wyoming, focusing on the collection of habitat data through the Assessment, Inventory, and Monitoring (AIM) strategy. The base contract spans the 2025 field season, with optional extensions for subsequent years, involving data collection at designated points across various Field Offices. The project emphasizes the importance of environmental monitoring, requiring trained field crews to collect data on water quality and vegetation. Key tasks include coordination meetings, field preparation, data collection following established protocols, quality control, and timely reporting. Equipment and logistical requirements necessitate off-road access, with safety considerations for remote locations. The contractor is expected to provide technical expertise, ensuring all data is accurately captured and submitted electronically. Optional tasks could expand the scope of work, reflecting the adaptable nature of the project. The document serves as a detailed workspace for contractors, outlining roles, responsibilities, and compliance requirements, emphasizing the importance of efficient and effective data collection for managing federal land health in Wyoming.
    The Wyoming Riparian/Wetland AIM project outlines a multi-year plan for field seasons 2025 to 2029, detailing budgets for various tasks aimed at ecological monitoring and management. The document segregates costs into labor, travel, and materials across a base period and four optional periods. Each task's estimated costs are documented with placeholders for data entry, indicating that financial evaluations will occur once specific hours, units, and rates are determined. The main goal of this RFP is to facilitate detailed and structured environmental monitoring, emphasizing compliance with federal regulations (FAR 31.205-46) regarding travel costs. A comprehensive breakdown of expenditures for labor, travel, and materials is provided but currently shows no financial allocations (all are marked as $0.00). This request indicates the project's focus on ensuring environmental accountability through methodical data collection, potentially signaling government priorities in sustainability and ecological protection. The completed document will provide critical financial insights necessary for decision-making and resource allocation, underscoring the importance of the Wyoming Riparian/Wetland AIM initiative in addressing local ecological challenges over the outlined five-year period.
    The government file outlines a Request for Proposal (RFP) for the Wyoming Riparian/Wetland AIM project, scheduled for field seasons 2025 to 2029. It details various tasks (Tasks 1-4) required for each year of the contract, including labor, travel, and materials, each section marked with blank areas for costs, as no pricing has been provided (indicated by $0.00). The document is structured into clearly defined sections for each year, with options for additional tasks (Optional Task 5) highlighted alongside the main tasks. This comprehensive proposal emphasizes labor requirements, travel costs in compliance with FAR guidelines, and materials necessary to execute the project's objectives. The total quoted price is summarized at the end, consolidating costs over five years. Overall, this document serves as a framework for summarizing essential obligations and estimating costs associated with environmental monitoring and management efforts within riparian and wetland ecosystems in Wyoming. The blank pricing emphasizes the proposal's preliminary status, indicating further development and completion is needed for budgetary allocations.
    This document outlines the provisions and clauses related to a government Request for Quotation (RFQ) for commercial products and services. It provides links to the relevant Federal Acquisition Regulations (FAR) and its specific requirements for offerors. Key elements include guidance on submitting a quotation package, which consists of sections on past performance, technical approach plans, subcontract plans (if applicable), pricing, and general administrative information. The importance of recent and relevant past performance references is emphasized, along with the evaluation criteria for quotes, where technical capabilities and past performance weigh heavily against price. Specific requirements for subcontract planning emphasize participation by small and socio-economic businesses, aligning with government goals. The document also outlines representations, certifications, and compliance stipulations, particularly regarding telecommunications, environmental sustainability, and federal tax liabilities. These provisions ensure that only qualified and compliant applicants engage in government contracting, aiming to streamline the procurement process while adhering to established laws and best practices. Overall, the document serves as a comprehensive guide for potential contractors aiming to participate in federal procurement opportunities.
    The document outlines provisions and clauses related to a federal Request for Quotation (RFQ) for commercial products and services, emphasizing the requirements for prospective quoters. It includes essential regulations from the Federal Acquisition Regulation (FAR) and the Department of the Interior Acquisition Regulation. Key topics include the submission components, evaluation criteria, and general conditions of compliance. Quotations must contain sections on past performance, technical approach, subcontracting (if applicable), pricing, and general information. Specific attention is given to detailing relevant previous contracts, quality control strategies, and compliance with federal regulations regarding small business participation and fair pricing. The addendum highlights that past performance and technical approach are more critical to the evaluation than just pricing. Additionally, it stresses the importance of conforming to requested formats, deadlines, and regulations. Overall, this document serves as a comprehensive guide for bidders to ensure their proposals align with federal acquisition policies while facilitating effective contract execution.
    The document pertains to a request for proposals (RFPs) and grants relevant to federal, state, and local governments, emphasizing the need for systematic project implementation and compliance with regulations. It outlines a structured approach to managing projects, focusing on elements that facilitate proposal submissions, adherence to federal grant requirements, and necessary evaluations for funding eligibility. Key components include the identification of project objectives, performance metrics, budget allocation, and resource management. The document stresses the importance of properly addressing the criteria laid out in RFPs to ensure a competitive proposal. It also highlights the significance of collaboration among stakeholders to enhance project outcomes. Furthermore, this framework encompasses guidance for both applicants and evaluators, detailing expected documentation, timelines for submission, assessment protocols, and adherence to funding guidelines. Overall, it serves as a comprehensive reference for government-related projects, aimed at guiding applicants through the nuances of securing funding while ensuring alignment with governmental standards and expectations in the RFP process.
    The document outlines federal and state local RFPs (Requests for Proposals) and grants that focus on improving government services through strategic funding and project execution. It emphasizes the need for robust proposals addressing specific government initiatives. Key topics include project guidelines, expectations for technological incorporation, adherence to regulatory compliance, and community impact assessments. The structure includes an introduction explaining funding objectives, detailed sections on eligibility and evaluation criteria, and a conclusion urging stakeholders to submit thorough applications. The document serves as a motivational tool for potential applicants, highlighting the importance of meticulous planning, sustainable practices, and collaboration with local governments to enhance service delivery and accountability in public programs. It ultimately aims to foster innovative solutions outside government agencies that substantially benefit communities.
    The document serves as a Response for Quote (RFQ) submission from a company, detailing critical contact information, including a Point of Contact (POC) and a unique entity identifier (UEI). It addresses specific inquiries related to the Performance Work Statement (PWS) and pertinent sections of the addendum under Federal Acquisition Regulation (FAR) guidelines. Key highlights include the submission date and quote number, indicating compliance with established timelines for government RFPs. The RFQ is structured to facilitate clear communication of questions and comments on specific paragraphs and pages, highlighting the company's engagement in the bidding process. This filing exemplifies standards and requirements associated with federal grants and state/local RFPs, emphasizing transparency and clarity in government contracting. Overall, the document underscores the importance of adhering to regulatory expectations while providing the necessary details for successful bid evaluation and response.
    The document outlines a request for proposals (RFP) related to a specific project, providing essential details such as the company's name, point of contact information, a quote number, and submission date. It includes references to the Performance Work Statement (PWS) and an addendum relevant to the Federal Acquisition Regulation (FAR) 52.212-2. Questions or comments regarding these sections indicate engagement in the bidding process, with specific inquiries about the PWS and the FAR guidelines detailed on specified pages and paragraphs of the document. The structured approach reflects standard procedures in federal and state/local RFPs, ensuring that potential vendors clearly understand submission requirements and can address any ambiguities in the procurement process. This document serves as a foundation for potential bidders to seek clarifications and foster transparent communication between the government agency and soliciting companies.
    The United States Department of the Interior's Bureau of Land Management (BLM) has issued a Request for Quote (RFQ) No. 24Q0013 for non-personal commercial services to collect data on Riparian Wetland Assessment, Inventory, and Monitoring (AIM) throughout Wyoming. This solicitation aims to secure environmental consulting services under NAICS code 541620. Interested vendors are encouraged to express their intent to respond by September 6, 2024, with final quotations due by September 18, 2024, via email. Questions regarding the solicitation must also be submitted by September 6, 2024, using a specified template. Contractors should be registered in the System for Award Management (SAM) at the time of submission and are required to adhere strictly to all terms, conditions, and performance obligations outlined in the Performance Work Statement (PWS) and accompanying documents. Quotes submitted must include a fixed-price bid covering all necessary resources for task execution. The RFQ incorporates specific evaluation criteria and provisions as detailed in the accompanying attachments, ensuring adherence to federal procurement requirements. This initiative underlines BLM’s commitment to environmental stewardship through systematic data collection in Wyoming's wetland ecosystems.
    The United States Department of the Interior, Bureau of Land Management (BLM), is soliciting quotes for environmental consulting services to collect Riparian Wetland Assessment, Inventory, and Monitoring (AIM) data throughout Wyoming, as detailed in Request for Quote No. 24Q0013. This solicitation follows the guidelines outlined in Federal Acquisition Regulation and is open to all qualified vendors under NAICS code 541620. Interested parties are encouraged to notify the BLM of their intent to submit a quote by September 6, 2024, with the final responses due by September 18, 2024. Vendors must be registered in the System for Award Management (SAM) and must adhere to all requirements to qualify for consideration. Key documents include the Performance Work Statement, a Price Worksheet for firm fixed-price quotations, and additional provisions and clauses available through the provided links. This solicitation aims to facilitate the collection and management of vital environmental data necessary for BLM’s conservation and monitoring efforts in Wyoming’s riparian wetland areas.
    The Bureau of Land Management (BLM) seeks contractors for the Riparian and Wetland Assessment, Inventory, and Monitoring Surveys in Wyoming, covering a five-year plan starting in 2025. The contract entails gathering data across various Field Offices, with 83 sampling points in the first year and 79 points in subsequent years, potentially increasing by up to 56 points as needed. Data collection will occur from May 15 to August 30, adhering to strict protocols. Contractors must ensure high-quality data collection while managing field crews trained in specific methodologies including vegetation and soil assessments. Coordination with BLM officials is crucial for compliance and logistics, including obtaining permissions for accessing private land. The contractor is responsible for required equipment, data management practices, and timely submission of findings, culminating in a project implementation report by September 30 of each operational year. Overall, this initiative underscores the BLM’s commitment to effective land health monitoring and resource management, essential for environmental sustainability and regulatory adherence in Wyoming's diverse ecosystems.
    The document outlines provisions and clauses related to a federal Request for Quotation (RFQ) aimed at acquiring commercial products and services, emphasizing compliance with various acquisition regulations. It specifies requirements for submitting quotation packages, including sections on Past Performance, Technical Approach Plan (TAP), Subcontract Plan (if applicable), Pricing, and General administrative information. Quotations must include recent and relevant past performance, demonstrating the offeror's capabilities and understanding of project requirements. The TAP should delineate strategies for service delivery and quality control. Additionally, small business participation is encouraged, with specified goals from the Department of the Interior. Price evaluations will consider both direct costs and options, ensuring competitive pricing. The document also includes numerous clauses relevant to government contracts, addressing compliance matters. Overall, it stresses the importance of thorough and accurate submission for potential award consideration, highlighting the emphasis on value and risk assessment beyond just pricing.
    The document outlines Amendment 0001 for the Wyoming Statewide Riparian Wetland Data Collection Services Request for Qualification (RFQ), addressing various inquiries from potential respondents. Notable amendments include the allowance for subcontractor experience as part of a proposal submission, specifying that a maximum of two references from subcontractors can be included. Clarifications on water quality monitoring methodologies indicate that equipment must conform to certain protocols outlined in the provided documents. The amendment also includes information about the expected qualifications for the Field Botanist and Field Soil Scientist roles, emphasizing required training. Additionally, it addresses a concern about the duplicative uploading of documents on SAM.gov, confirming that all files are identical. Overall, the amendment serves to refine the RFQ process and ensure clarity for applicants, facilitating a well-informed response to the state's data collection needs while adhering to federal guidelines.
    The United States Department of the Interior's Bureau of Land Management (BLM) issued RFQ No. 24Q0013 for the collection of Riparian Wetland Assessment, Inventory, and Monitoring (AIM) data in Wyoming. This combined solicitation is structured under Federal Acquisition Regulation (FAR) guidelines and aims to secure non-personal commercial services. The deadline for quotations is September 18, 2024, with a request for participation responses by September 6, 2024. Vendors must submit questions using a provided template, also by September 6, 2024. The procurement is unrestricted and classified under NAICS Code 541620 for Environmental Consulting Services, highlighting the BLM's requirement for firm-fixed pricing that includes all necessary resources for the project. Key documents include the Performance Work Statement (PWS), a Price Worksheet, and Provisions and Clauses, which dictate submission guidelines and evaluation criteria. Quoters must be registered in the System for Award Management (SAM) and clearly indicate any assumptions or exceptions concerning the solicitation terms. This RFQ reflects the government’s commitment to environmental monitoring and collaboration with qualified vendors, ensuring compliance with established performance standards and acquisition protocols.
    The document outlines the proposal for the Wyoming Riparian/Wetland Aquatic Invasive Management (AIM) project spanning from the 2025 to the 2029 field seasons. It includes detailed cost estimations for labor, travel, and materials associated with specific tasks, designated as Tasks 1-4, and additional optional Task 5. Each section specifies the units, costs, and subtotals, though all values currently indicate $0.00, implying that this is a draft requiring completion by the proposal submitting company. The contract follows the guidelines set forth by FAR 31.205-46, which governs travel expenses, ensuring compliance in budgeting for this federal project. The structure encompasses a base period and four optional periods, allowing the contracting company flexibility in pricing as tasks evolve over the five-year span. Overall, this document serves as a cost framework for potential bidders responding to this government RFP, emphasizing detailed budgeting and compliance to regulations necessary for the management of riparian and wetland ecosystems in Wyoming.
    The government document outlines the provisions and clauses applicable to a solicitation for commercial products and services under federal regulations. It specifies essential requirements for offerors, including adherence to the Federal Acquisition Regulation (FAR) and the Department of the Interior Acquisition Regulation (DIAR). Key evaluation factors for bids include past performance, technical approach plans, subcontracting plans (for larger businesses), pricing volume, and general information. The document stipulates that past performance references must be relevant and recent, while technical plans should demonstrate a comprehensive understanding of project requirements. The evaluation process emphasizes that technical and past performance factors are weighted more heavily than price. Further, it details compliance with multiple regulations regarding subcontracting, especially concerning small and socio-economic businesses, aiming to meet specific targets set by the Department of the Interior. Additionally, the document outlines representations and certifications required from offerors, including certifications related to tax status, criminal records, and business operations concerning sensitive technologies. This framework ensures that all bidders align with federal requirements, fostering fair competition while promoting socio-economic equity in federal contracting.
    The document discusses federal and state-level RFPs (Request for Proposals) and grants related to various projects, focusing on the allocation and distribution of funds for different services. It outlines the procedures for submitting proposals, eligibility requirements for applicants, and the type of support available. The key areas highlighted include the need for compliance with federal regulations, guidelines for grant applications, and expectations for project oversight and accountability. Emphasis is placed on community impact and the necessity for proposals to demonstrate sustainability, innovation, and administrative capacity. Additionally, the document details the importance of collaboration among stakeholders, including government agencies, non-profits, and the private sector. Overall, it serves as a guide for potential applicants looking to secure funding for projects that align with governmental objectives and community needs, reinforcing the strategic role of these grants in fostering development and improvement in public service delivery.
    The Bureau of Land Management (BLM) outlines a Performance Work Statement for the assessment, inventory, and monitoring of riparian and wetland areas in Wyoming, slated for the 2025 field season, with options for extension through 2029. The BLM manages 17.5 million acres in Wyoming and emphasizes the necessity of land health monitoring in accordance with Resource Management Plans. The project involves data collection at 83 points in 2025, with the possibility to add up to 56 additional points per year during the optional periods. Data collection will follow specific protocols from May to August, focusing on water quality and vegetation health. The contractor is responsible for coordinating logistics, managing field crews, training personnel, and ensuring data quality through established QA/QC protocols. Key deliverables include timely data submission and a comprehensive project report by September 30 annually. Detailed requirements for contractor qualifications, equipment, and travel regulations are stipulated, emphasizing adherence to safety and environmental standards while working in remote locations. This document serves to inform potential contractors about the specific expectations and requirements associated with BLM's riparian and wetland monitoring initiative.
    The Bureau of Land Management (BLM) is issuing a presolicitation draft for the collection of Riparian Wetland Data in Wyoming under Request for Quotation (RFQ) #24Q0013. This solicitation, compliant with Federal Acquisition Regulation (FAR) guidelines, invites non-personal commercial services for environmental consulting. The project complies with NAICS code 541620 and aims to gather data on Riparian Wetland Assessment, Inventory, and Monitoring (AIM) throughout Wyoming as detailed in the attached draft Performance Work Statement (PWS). The procurement process will use simplified procedures under FAR 13.5. Quoters can submit queries and are encouraged to notify BLM via email if they plan to respond, although this is not mandatory. Registered vendors in the System for Awards Management (SAM) are eligible, and any exceptions to the solicitation terms must be clearly stated. Proposals must include a firm fixed-price quotation encompassing all necessary resources for project completion. Supporting documents, including the PWS, Price Worksheet, and relevant provisions and clauses, are referenced and available for review online. The purpose of this presolicitation notice is to inform potential contractors of the upcoming procurement opportunity and outline the requirements necessary for collaboration.
    Similar Opportunities
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    B--This combined synopsis/solicitation-Request for Quotation (RFQ) 24Q0005- is to
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Land Management (BLM), is seeking qualified vendors to provide non-personal commercial data collection and reporting services for the Lotic Assessment, Inventory, and Monitoring (AIM) project in Wyoming under Request for Quote (RFQ) No. 24Q0005. The primary objective is to assess approximately 3,400 miles of streams through structured data collection at 96 sampling sites, adhering to BLM's established protocols over a five-year period starting in 2025. This initiative is crucial for ecological monitoring and management, ensuring the integrity of natural resources in the region. Interested vendors must submit their quotations by September 18, 2024, and are encouraged to notify the contracting officer of their intent to respond by September 6, 2024. For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    WATER QUALITY MONITORING EQUIPMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) under the Department of the Interior is seeking proposals for the acquisition of water quality monitoring equipment, specifically chemical analysis instruments, to be utilized in Alaska. The procurement includes a brand-name requirement for various EXO sensors, with a total of 21 units needed, and all products must comply with the Buy American Act. This equipment is crucial for monitoring environmental conditions and ensuring compliance with federal regulations. Interested small businesses must submit their proposals by August 28, 2024, with a delivery deadline set for April 1, 2025. For further inquiries, potential bidders can contact Laura Sherman at lsherman@blm.gov or by phone at 907-271-4440.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    B--BLM-CO ESCALANTE RANCH INVENTORY
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties in compliance with the National Historic Preservation Act, ensuring that all findings are documented according to established standards. This procurement is critical for preserving cultural heritage and managing resources effectively within the BLM's jurisdiction. Proposals are due by September 16, 2024, and must be submitted to Patrick Frost at pfrost@blm.gov, with a focus on demonstrating managerial qualifications, technical expertise, and compliance with federal labor regulations, including adherence to wage determinations under the Service Contract Act.
    F--ENVIRONMENTAL ASSESSMENT FOR 4 AGENCIES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Navajo Region, is soliciting proposals for a Programmatic Environmental Assessment (PEA) across four agencies: Chinle, Shiprock, Fort Defiance, and Western Navajo. The primary objective is to assess the environmental impacts of livestock grazing and agricultural land use permits while ensuring compliance with relevant laws, including the National Environmental Policy Act. This initiative is crucial for sustainable land management practices within the Navajo Nation, as it aims to streamline environmental assessments and facilitate informed decision-making regarding grazing operations. Proposals are due by September 17, 2024, with the contract performance period extending from September 16, 2024, to December 31, 2025. Interested parties should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    F--SNDO ARROW CANYON ETHNOGRAPHIC ASSESSMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is soliciting proposals for an Ethnographic Assessment of Arrow Canyon, aimed at identifying cultural and spiritual sites significant to Native American tribes. The project will involve collaboration with various tribes to gather insights on traditional practices, assess the impacts of sediment accumulation from Arrow Canyon Dam, and support the recognition of historic sites for potential listing on the National Register of Historic Places. This initiative underscores the importance of integrating Traditional Ecological Knowledge into land management decisions, reflecting the BLM's commitment to honoring Indigenous heritage. Proposals are due by September 16, 2024, with a project performance period from September 20, 2024, to September 19, 2026. Interested parties should direct inquiries to Amanda Cline-Rispress at aclinerispress@blm.gov.
    F--BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Berland Lake Silvicultural Prescription project within the Navajo Region, focusing on environmental services aimed at hazardous fuel reduction. The project, scheduled to take place from September 16, 2024, to September 16, 2025, requires contractors to implement a silvicultural prescription that includes extensive stand examinations and the reduction of fuel loads by 70% to mitigate wildfire risks. This initiative is crucial for restoring ecological balance and enhancing community safety, with a preference for service-disabled veteran-owned and women-owned small businesses. Interested contractors must submit their proposals by September 18, 2024, at 3:00 p.m. MDT, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.