R--BOATMAN OPERATIONS LOGISTICAL SERVICES
ID: 140G0324Q0172Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

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

    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research in the Colorado River canyons. This contract, set aside for small businesses, has a maximum value of $8 million, with an initial task order estimated at $600,000, and proposals must be submitted electronically by September 30, 2024. Interested parties can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Grand Canyon Monitoring and Research Center (GCMRC) seeks professional and technical services through a Performance-Based Contract to support scientific monitoring and research on the Colorado River in the Glen and Grand Canyons. This contract aims to secure qualified boat operators and field technicians who can provide logistical support for approximately 20 to 30 annual river trips, which are essential for ongoing environmental studies initiated in 1983. Contractor responsibilities include trip scheduling, equipment provision, transportation, and the maintenance of research boats. Specific requirements for boat operators encompass various roles: Logistical Boat Operators for general support, Technical Boat Operators for precise scientific tasks, and Night Operations Boat Operators for nighttime navigation. Field Technicians are also needed to assist in scientific tasks aligned with environmental monitoring. The document outlines detailed operational requirements, ensuring all personnel meet National Park Service regulations. An insurance certificate from the contractor is mandated, along with a systematic evaluation process conducted after initial trips to monitor performance. This RFP underscores the need for rigorous compliance with safety and operational guidelines to facilitate effective ecological research and monitoring activities in these significant national resources.
    The document outlines the specifications for a government Request for Proposal (RFP) 140G0324Q0172 issued by the U.S. Geological Survey (USGS). It details the solicitation provisions, including the incorporation of clauses by reference, which must be adhered to by prospective contractors. Key evaluation factors for awarding the contract consist of experience, past performance, project management capabilities, and price, with non-price factors being equally significant as price in the overall evaluation. The submission must include appropriate documentation and be sent to the contracting officer via email by the specified deadline; late submissions are not accepted. The document also includes various certifications required from offerors, including those related to small business status and compliance with federal regulations, such as prohibiting contracting with entities partaking in certain business operations or activities. Additionally, it emphasizes that the government’s contractual obligations are contingent upon the availability of funds. This RFP involves meticulous compliance requirements reflecting the government’s commitment to transparency, safety, and fostering small business participation in federal contracting opportunities.
    The government document outlines a five-year plan for staffing various marine operations from December 2024 to December 2029. The plan specifies the quantity of personnel required for different roles each year, including Night Tech Operators, Tech Operators, Logistical Operators, Boat Operator Assistants, and three levels of Field Technicians. For instance, during the first year, 322 night operators and 634 logistical operators are needed, with increases planned for subsequent years. The total personnel requirement over five years includes 1,670 Night Tech Operators, 2,061 Tech Operators, and 6,858 Field Technicians. The document also lists specific trips associated with each role, indicating operational needs for various projects. The structured breakdown provides insight into the labor demands for each year, reflecting an organized approach to fulfilling marine operational requirements. This planning demonstrates the government's commitment to resource allocation in the context of federal grants and local service provisions.
    The Grand Canyon Monitoring and Research Center (GCMRC) has established Backcountry Safety Protocols (BCSP) to ensure safe travel during fieldwork in remote areas. All personnel involved in backcountry trips must have proper training and equipment, adhere to communication protocols, and file check-out forms prior to embarking on their journey. Key measures include obtaining project approval for hikes, having past trail experience or a knowledgeable guide, using satellite communication devices, and following pre-trip check-out procedures that document essential trip information. The policies emphasize personal responsibility for safety, requiring a “buddy check” before departure, and prioritizing the health and safety of all group members. Training on heat stress awareness is mandated for personnel working in the harsh environment of the Grand Canyon. Solo hiking is discouraged unless approved, and guidelines for emergency communication and overdue hiker procedures are in place. These protocols reflect GCMRC's commitment to maintaining the safety of its field personnel while adhering to governmental standards regarding public land use and environmental research.
    The U.S. Geological Survey's Grand Canyon Monitoring and Research Center (GCMRC) has established a Policy Consent Form for activities on the Colorado River in the Grand Canyon for the year 2024. This document outlines rules to be followed by GCMRC staff, contractors, volunteers, and guests during river trips, emphasizing the importance of maintaining professionalism and good conduct due to the visibility of these activities. Key rules include a strict prohibition on alcohol consumption during work hours and on designated alcohol-free tribal trips, and a zero-tolerance policy for illegal drugs. Safety and professionalism are critical, as any violations could impact future work agreements and the center's reputation. Participants are responsible for ensuring responsible behavior, particularly in front of the public and minors. The document also stresses the necessity of reporting policy violations and adhering to health and safety guidelines in remote wilderness settings. The consent form must be signed annually by all participants, underpinning the need for accountability and a commitment to a safe and respectful environment during GCMRC-supported activities.
    The document outlines provisions regarding telecommunications and video surveillance services or equipment in federal contracts, specifically focusing on the representations that offerors must make concerning the use of covered telecommunications equipment or services. It emphasizes the prohibitions established by Section 889 of the John S. McCain National Defense Authorization Act, which forbids the procurement of equipment or services that incorporate covered components essential for federal systems. Offerors are required to conduct a reasonable inquiry and disclose their relationship with covered telecommunications products, including the entities that manufacture such equipment and the purpose of their use. There are stipulations to ensure that offerors confirm whether they do or do not utilize such equipment and list any necessary disclosures if the answer is affirmative. The purpose of these regulations is to safeguard federal procurement by ensuring that entities engaging in government contracts do not use equipment or services that compromise security or reliability, reflecting the government's commitment to maintaining a secure operational environment.
    The document outlines the Wage Determination No. 2015-5465, revision No. 23 from the U.S. Department of Labor's Wage and Hour Division, which establishes minimum wage and fringe benefits for workers under the Service Contract Act (SCA) in Coconino County, Arizona. It specifies that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, requiring a minimum wage of $17.20 per hour for covered workers, while contracts awarded prior to this date must adhere to Executive Order 13658, mandating $12.90 per hour. The document provides a comprehensive list of occupations, their corresponding wage rates, and fringe benefits, including a health and welfare benefit of $4.98 per hour. It also details requirements for paid sick leave and vacation entitlements under Executive Orders. Additionally, it outlines guidelines for classifying workers not already included in the wage determination and the conformance process for establishing wage rates for new job classifications. This document is crucial for contractors and subcontractors to ensure compliance with wage regulations when bidding on federal contracts. Its primary purpose is to maintain fair labor standards and protect worker rights in federally contracted services.
    The document outlines staffing requirements and operational details for a five-year project from December 2024 to December 2029, primarily involving watercraft operations and technical support for various trips. Each year specifies the quantity and roles of personnel such as Night Tech Operators, Tech Operators, Logistical Operators, Boat Operator Assistants, and Field Technicians across three experience levels. Over the five years, totals for each position accumulate, indicating the necessity for a diverse skill set in managing maritime operations. Trip plans are detailed yearly, encompassing multiple ongoing projects (e.g., TVM, JCM) with operational support delineated for each role, alongside daily commitments and the number of trips scheduled per year. Each year's structured format consistently outlines personnel types, their quantities, and estimated days dedicated to various activities. The document serves to facilitate federal and state funding bids by emphasizing the need for comprehensive operational staffing in aquatic contexts, ensuring the responsible and effective execution of environmental monitoring or service delivery tasks involving watercraft, highlighting the interconnectedness of workforce planning and funding opportunities in achieving organizational goals.
    The document outlines a year-long field trip schedule for various monitoring projects associated with aquatic life and cultural research in the Grand Canyon region. It details project timelines, including equipment specifications, launch dates, and monitoring objectives, primarily focusing on fish population, water quality, and terrestrial vegetation assessments. Key activities include juvenile Humpback Chub monitoring, aquatic foodbase studies, and cultural monitoring for various Native American tribes. The trips involve a range of watercraft, with specific roles assigned for boatmen and participants to ensure safety, food management, and effective data collection during extended fieldwork. The overarching purpose of these initiatives is to gather vital ecological and cultural data to inform biological studies and conservation efforts, showcasing the Government's commitment to environmental monitoring and the inclusion of Indigenous perspectives in research efforts.
    The government document outlines a five-year plan for operational management and technical staffing for various boating activities set to occur between December 2024 and December 2029. It categorizes required personnel, including Night Tech Operators, Tech Operators, Logistical Operators, Boat Operator Assistants, and various levels of Field Technicians. Each year specifies the types and quantities of personnel needed, presenting specific trips and operations planned for each. The document emphasizes the importance of properly staffed operations for successful execution of boating tasks across different environments. The estimated workloads per personnel type are consistent throughout the five years, indicating a stable requirement for operational management while highlighting the necessity for schedules accommodating 14-hour shifts for boat operators and 12-hour shifts for field technicians. This file serves as a structured proposal for federal grants or RFPs, aiming to assure the availability of skilled labor to support diverse boating operations while aligning with expected governmental standards for project execution and funding justification. In summary, the primary focus of this document is to detail the staffing requirements and operational plans necessary to successfully conduct boating activities as outlined in the RFP or grant proposals within a specified timeframe.
    This government file details staffing and operational requirements for a project spanning five years, from December 2024 to December 2030. It includes positions such as Night Tech Operators, Logistical Operators, Technicians, and Field Technicians at various skill levels, with explicit quantities and hours allocated for both regular and overtime work. Across the five-year period, a significant volume of labor hours—over 67,000—will be dedicated to executing approximately 200 river trips. Each year reflects a similar structure regarding roles and operational management fees. The document outlines budgetary considerations essential for planning and executing this initiative effectively. The primary purpose is to assess staffing needs, establish costs, and ensure compliance with federal and state grant provisions, emphasizing the significance of logistical support in executing river operations. The information is pertinent for stakeholders involved in government RFP processes, aiding in resource allocation and project management strategies.
    The document outlines responses to questions regarding a federal contract related to GCMRC's operations, including specifics on management roles, trip schedules, bidding formats, and labor pricing. The Operations Manager's role may be held by different individuals, provided they are consistent for each trip. The document clarifies that upcoming trips will be evaluated during a workplan review, with details on trip locations, including Marble Canyon, becoming available afterward. Bidders can submit proposals in a flexible format and must include staff pricing for varying technician levels. Logistics support and equipment needs for contractors are addressed, affirming the government's responsiveness in procuring necessary resources. Site visits to the GCMRC warehouse are scheduled for prospective offerors to facilitate insight into operations. This response clarifies requirements and aids bidders in preparing their proposals for the contract.
    The document addresses guidelines concerning a government contract related to boat operations for the Grand Canyon Monitoring and Research Center (GCMRC). It clarifies that the contractor must adhere to a single fully burdened wage for employees, allowing flexibility in how they manage wages based on experience. Training for boat operators is not provided; instead, experienced subcontractors are expected, although the government will supply specialized equipment for employee familiarization. It notes the contract's maximum amount is $8 million, with an initial task order estimated at $600,000. Contractor presence on-site is required when subcontracted employees are present, but they do not need to remain if the operators are experienced. An internal committee will evaluate proposals with an emphasis on professionalism and compliance with regulations among subcontractors. The document underscores the government's commitment to effectively managing the contract while ensuring adherence to operational standards.
    The document is an amendment related to a federal solicitation identified by the number 140G0324Q0172. It outlines procedural requirements for acknowledging receipt of the amendment, which must be received by the designated location before the specified deadline to avoid rejection of offers. The amendment specifically introduces a new pricing sheet titled “Line Item Pricing_V2” for proposals, instructing respondents to disregard the original pricing document mentioned as "Line Item Pricing." It includes details on submission methods for changes to previously submitted offers and ensures that all other terms of the original solicitation remain unchanged. The amendment is signed by a Contracting Officer, indicating its official status. This document illustrates the structured process involved in federal procurement and the importance of compliance with solicitation amendments to maintain proposals' validity.
    The document serves as an amendment to the solicitation numbered 140G0324Q0172, addressing questions from contractors related to the offer. Key details include the process for acknowledging receipt of the amendment, which must be done before the specified hour and date to avoid rejection of offers. The amendment introduces several documents such as a "Questions and Answers" section, a schedule for 2024, and logistical information including site visits for contractors. Additionally, the deadline for proposal submissions remains unchanged, scheduled for August 30, 2024. This amendment reflects the government's commitment to transparency and effective communication during the procurement process, ensuring that contractors are well-informed and can adequately prepare their submissions.
    This document is an amendment to a solicitation or contract, identified as 140G0324Q0172. The primary purpose of the amendment is to address and provide responses to questions raised by contractors related to the procurement process. It specifies that the deadline for proposals remains unchanged, set for August 30, 2024. Offerors must acknowledge receipt of the amendment to prevent rejection of their offers, which can be done through specified methods including electronic communication. The document also clarifies that the existing terms and conditions remain in effect except for the amendments detailing responses to contractor inquiries. It is signed by Tracy Huot, the contracting officer, confirming the amendment's validity and necessity. This amendment is part of the broader oversight of fairness and transparency in federal procurement processes, ensuring contractors receive necessary information to prepare their submissions accurately.
    The document is an amendment (140G0324Q0172) related to a government solicitation, which outlines important updates for potential contractors. The primary purpose is to extend the deadline for submitting proposals to September 30, 2024, at 1700 PD. It also stipulates that an updated rate sheet, titled "Hourly estimation by year," must be completed and submitted with proposals for them to be considered valid. Additionally, queries regarding the solicitation are permitted until September 13, 2024, at 1700 PD. The amendment emphasizes the necessity for acknowledgement of receipt of the amendment from bidders, which can be done either by returning copies of the amendment, acknowledgment on submitted offers, or through a separate correspondence referencing the solicitation. It is crucial for contractors to abide by these compliance guidelines to avoid rejection of their bids. The continuation of original terms is noted, affirming that all previous conditions remain unchanged except for those outlined in the amendment.
    The U.S. Geological Survey is soliciting proposals for Boatman Operation Services and logistics support for the Grand Canyon Monitoring Research Center, with the request structured under Federal Acquisition Regulation guidelines. This procurement is exclusively set aside for small businesses, associated with the North American Industry Classification System code 561990, which covers all other support services, and has a size standard of $16.5 million. The contract will span five years, from December 1, 2024, to November 30, 2029, involving river trip research and monitoring in the Colorado River canyons. Proposals must be submitted electronically by August 30, 2024, and include a technical description, signed SF-1449, and compliance certifications. Interested parties must be registered in the System for Award Management (SAM) and may need to follow specific wage determinations linked to the federal service contract standards. The document includes provisions for inquiry and proposal submission, along with a list of required attachments essential for the bidding process. This solicitation ensures operational support for vital environmental research while providing opportunities for small businesses in the federal contracting space.
    The document outlines a task order related to an upcoming trip designated as TRGD 25-I, with dates and contractor details yet to be determined (TBD). It itemizes required personnel, including an Operational Manager, Logistical Boat Operators, Technical Operators, Field Data Collection Technicians across various experience levels, and Swampers, with quantities established by day of service. Each role has a designated quantity, with 9 Logistical Boat Operators and 28 Advanced Field Data Collection Technicians noted. Specific unit prices and total amounts remain TBD, reflecting the preliminary nature of the project planning. The context of this document likely aligns with federal RFPs or state/local funding opportunities, emphasizing a structured approach to staffing for a data collection trip. The careful detail regarding roles and quantities indicates a planned coordination for operational efficiency and successful data gathering efforts during the endeavor. The document reflects the government’s systematic approach to addressing staffing needs while exploring logistical support for potential field operations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--HAULOUT, INSPECTION, MAINTENANCE AND REPAIR OF RES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the haulout, inspection, maintenance, and repair of the Research Vessel ARCTICUS, with a contract period from November 1, 2024, to April 1, 2025. The procurement requires comprehensive services including hull inspections, machinery repairs, and adherence to safety and environmental regulations, ensuring the vessel's operational readiness for scientific research in aquatic environments. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of compliance with federal standards and ethical procurement practices. Interested parties must submit their proposals by September 10, 2024, and can contact Jason Harris at jharris@usgs.gov or 303-236-9316 for further information.
    NV - BOAT, MOTOR, TRAILER - FALKE
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for the procurement of a 17-foot boat, motor, and trailer, specifically a brand name or equivalent to the 2024 Tracker 1754sc, as part of a Request for Quotation (RFQ) issued on September 5, 2024. This equipment is crucial for the Nevada Cooperative Fish and Wildlife Research Unit to conduct biological sampling in wetlands and lakes and to provide boating safety training for students and employees. Interested small businesses are invited to submit firm-fixed-price quotations by September 12, 2024, with delivery expected 120 days after receipt of the order. For inquiries, vendors may contact Tricia Rampersad at trampersad@usgs.gov or by phone at 703-648-7382.
    B--Geoscientist Base + 2 Option Years
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS), under the Department of the Interior, is seeking a qualified contractor to provide geoscientist services through a Request for Quotation (RFQ 140G0324Q0204) aimed at supporting earthquake hazard research in northern California. The contractor will conduct various geological research activities, including fault trenching, sediment coring, and geophysical surveys, to advance understanding of active faulting and crustal deformation, with a focus on collaboration with the Northern California Earthquake Geology Project. This procurement is critical for addressing staffing shortages and enhancing scientific knowledge related to seismic hazards, with a contract period starting from October 1, 2024, to September 30, 2025, and options for two additional years based on funding availability. Interested vendors must submit their quotations by September 10, 2024, and can direct inquiries to Charlan Fejarang at cjfejarang@usgs.gov or by phone at 916-278-9329.
    19--Uncrewed Surface Vehicle Survey Amendment 0001
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking contractors to provide uncrewed surface vehicle (USV) survey services for ecological monitoring and fisheries assessments in offshore wind areas, specifically in the mid-Atlantic and Gulf of Maine regions. The primary objective is to procure USV services for 10 to 20 days, with the potential for extension, to collect fisheries-independent data while adhering to stringent technical specifications, including operational speeds of 6-10 knots and advanced autonomy functions. This initiative is crucial for mitigating the impact of offshore wind development on NOAA's data collection efforts and ensuring the accuracy of ecological monitoring. Interested vendors must submit their proposals by September 9, 2024, and can contact Amanda Rossiter at AMANDA.ROSSITER@NOAA.GOV for further information. The estimated contract value is up to $5 million.
    7G--SC CRU- GLUE ON GPS DATA LOGGERS
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking to procure twelve W510 Wildlink GPS Logger 2AA units from Advanced Telemetry Systems for research on gopher tortoise movement in various forest habitats. These GPS loggers are crucial for maintaining consistent data collection methods, thereby enhancing the accuracy and comparability of research data related to tortoise movement ecology. The contract is expected to run from the date of award until September 20, 2024, with the selected equipment being essential for effective wildlife management and resource conservation efforts. Interested vendors may propose alternatives and should contact Tricia Rampersad at trampersad@usgs.gov or 703-648-7382 for further details.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    GAOA BEEHIVE BEND BOAT TAKEOUT & WALKWAY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Beehive Bend Boat Takeout and Walkway project in Horseshoe Bend, Idaho. This project involves the construction of a takeout ramp and walkway, along with necessary concrete repairs and erosion control measures, all aimed at enhancing recreational access while ensuring compliance with safety and environmental regulations. The estimated project magnitude ranges between $500,000 and $1,000,000, and it is set aside for small businesses, with proposals due by September 11, 2024, at 10:00 am MDT. Interested contractors can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further details.
    R--HYDROGRAPHIC DATA COLLECTION IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation seeks professional services for hydrographic data collection, offering a $48 million IDIQ contract. The primary goal is to obtain accurate hydrographic information, including surveys, samples, and analysis, amidst challenging field conditions in the Upper Colorado region. Firms are invited to submit their qualifications for this small business set-aside opportunity, with interviews determining the most competent candidates for award.
    V--Periodic Ferrying of Vehicle - Loma to Westwater
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the periodic ferrying of government vehicles between Loma, Colorado, and Westwater, Utah. The contract requires the provision of qualified drivers to ensure safe transportation of vehicles, with an estimated 100 trips annually, while adhering to federal safety regulations and maintaining a damage-free record. This service is crucial for supporting the BLM's recreational programs in the McInnis Canyons National Conservation Area, enhancing the management of natural resources and visitor experiences. Interested parties must submit their bids by September 10, 2024, at 5:00 PM, and can contact Scott Voigt at svoigt@blm.gov or 303-239-3637 for further information.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, including upgrades to wastewater collection, treatment systems, and the SCADA control network, while ensuring compliance with environmental regulations and sustainability standards. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted utility services for public use. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or call 303-969-2488.