T--The Bureau of Land Management (BLM); National Wild
ID: 140L3725Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Other Motion Picture and Video Industries (512199)

PSC

PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODUCTION (T006)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting proposals for as-needed production studio services through Request for Quotation (RFQ) 140L3725Q0001, with a focus on small businesses. The contract, which is set to span from January 20, 2025, to January 19, 2026, aims to support the National Wildfire Coordinating Group (NWCG) by providing essential media production capabilities during ongoing renovations at government facilities in Boise, ID. Key requirements include a studio space with specific dimensions, acoustic treatments, lighting equipment, and secure facilities with high-speed internet, while preferences include additional media support and equipment. Interested contractors must submit their proposals by November 13, 2024, and can direct inquiries to Kelly Houghton at khoughton@blm.gov or by phone at 703-732-7121.

    Point(s) of Contact
    Houghton, Kelly
    (703) 732-7121
    (303) 236-9470
    khoughton@blm.gov
    Files
    Title
    Posted
    The document outlines the terms and conditions associated with contract proposals and invoicing under the Department of the Interior (DOI). It includes clauses related to electronic invoicing, compliance with federal regulations, and requirements for small businesses. Key clauses detail the electronic submission of payment requests through the DOI's Invoice Processing Platform (IPP), emphasizing that invoices must meet specific requirements to be accepted. Further sections identify mandatory clauses for contractors, such as prohibitions on using certain telecommunications equipment and ensuring equal opportunity in employment. The document highlights the importance of compliance with statutory provisions, including representations regarding business size and ownership categories like small disadvantaged or women-owned businesses. It emphasizes the contractor's obligation to verify accurate reporting in government systems and maintain records for audit purposes. Overall, the document serves as a guideline for contractors to understand their responsibilities and the legal framework within which they operate when engaged in government contracts.
    The document outlines the service requirements and preferences for a studio space to be used for media production, specifically detailing the attributes necessary to meet the needs of the National Interagency Fire Center (NIFC). Essential features of the studio include a minimum size, acoustic treatments to reduce noise interference, adjustable lighting equipment, and a single-color backdrop. The studio must be accessible during standard hours, located within a 20-mile radius of NIFC, and equipped for secure, overnight storage of equipment. Additional requirements include high-speed internet and sanitary working conditions. Preferences for service offerings include availability of cameras and microphones, on-site production support, and separate spaces for sound monitoring and collaboration. The document also includes a certification clause for the offeror to validate if their services are exempt. Overall, the document serves as part of a federal RFP, aimed at finding suitable vendors to provide media production facilities that are compliant with both logistical and safety standards.
    This document outlines a request for proposals (RFP) related to the provision of production studio services and equipment usage. The primary focus is on detailing the required and preferred services, including various service assistance options for full and half-day bookings. Additionally, it specifies daily charges for equipment use, such as cameras and microphones. The structure of the file lists services numerically, which presents clarity on the offerings and pricing ranges for different service durations in a production studio setting. The pricing model distinguishes between base unit costs and option periods, suggesting potential variations in total investment based on specific client needs. Overall, this RFP serves as a framework for engaging potential vendors to fulfill production-related requirements in compliance with federal, state, and local government standards. It emphasizes a transparent cost breakdown for various studio services, seeking to ensure that all parties involved have a clear understanding of expectations and value.
    The Bureau of Land Management (BLM), through the National Wildfire Coordinating Group (NWCG), is soliciting proposals for as-needed Production Studio Services in the Boise, ID area via Request for Quotation (RFQ) 140L3725Q0001. The acquisition follows the Federal Acquisition Regulation (FAR) guidelines, specifically Parts 12 and 13, applying simplified acquisition procedures for evaluation and award. The requirement is outlined in RFQ 140L3725Q0001 and accompanying documents, which include a Statement of Work (SOW), clauses and provisions, a template for evaluation factors, and a price workbook. The contract's performance period is set from January 20, 2025, to January 19, 2026. Additionally, the document specifies details related to remittance, contractor obligations, and delivery terms. Interested parties must adhere to the outlined terms to ensure compliance and successful bidding for the opportunity.
    The Bureau of Land Management (BLM) is seeking as-needed production studio services in Boise, ID, through RFQ 140L3725Q0001. This is a Firm Fixed Price contract set aside for small businesses, leveraging the Best Value Trade-Off selection process. The services are required due to ongoing renovations at government facilities and are estimated for up to two consecutive day shoots per month over a two-year period, contingent upon additional options. Key requirements include a studio space with specific dimensions, acoustic treatments, lighting equipment, and security features. The contractor must also provide accessibility, storage, and high-speed internet. Non-price preferences involve the provision of cameras, microphones, and onsite support services. The contractor's responsibilities include self-furnishing facilities and complying with security regulations. Submissions are due by November 13, 2024, and must include a technical capabilities response and pricing information. Evaluation will focus equally on technical capabilities and pricing to determine the best value for the government. The document emphasizes the importance of clear communication and timely availability of resources, adhering to federal regulations during the contracting process.
    The Bureau of Land Management (BLM), through the National Wildfire Coordinating Group, is seeking as-needed production studio services within Boise, ID, due to ongoing renovations at their facilities. This Request for Quote (RFQ) is set as a single firm fixed-price contract, with a preference for small businesses. The contract spans an estimated two years, aiming for up to two shoot days per month to support various production needs. Key service requirements include studio space with specific dimensions, acoustic treatments, lighting, and equipment, along with secure facilities providing essential amenities such as high-speed internet and parking. Preferences include the availability of additional equipment, media support specialists, and dedicated spaces for sound monitoring and collaboration. The evaluation process prioritizes technical capabilities and pricing, employing a best value trade-off method. Contractors must respond effectively to a range of service requirements while ensuring compliance with government regulations. Selected contractors must demonstrate the facility's operational readiness and maintain privacy in handling sensitive data. Responses are due by November 13, 2024, with inquiries accepted until November 1, 2024, emphasizing the project's structured approach within the framework of government contract procedures.
    This document addresses a Request for Quotation (RFQ) for a brand new government contract, detailing specific inquiries and responses related to the project’s scope and requirements. Key points include the absence of a previous award, no established dollar threshold, and specifics about items requiring storage such as audio-visual equipment and props. Clarification is provided regarding scheduling conflicts with existing bookings—canceling is not mandated if another client has prior reservations. Registration requirements are outlined, indicating only the primary contractor must be registered on SAM.GOV. The Service Contract Labor Standards statute applies exemptions due to routine services, and no actions are necessary regarding provisions and clauses unless updates in SAM.GOV are required. The document also references holiday stipulations and revisions to service preferences that may impact evaluation criteria. Overall, it serves as a comprehensive guidance document for prospective contractors engaging with federal RFP processes.
    The Bureau of Land Management (BLM) has issued an amendment to solicitation RFQ 140L3725Q0001 related to the requirement for on-demand Production Studio Services in the Boise, Idaho region. This amendment specifies that offers must acknowledge receipt by a prescribed date, either through submission copies or separate communication. It incorporates responses to questions received and revises the Statement of Work associated with the initial solicitation. The period of performance is established from January 20, 2025, to January 19, 2026. The amendment includes several key documents: the original RFQ detailing the Statement of Work, clauses and provisions, and a price workbook. This solicitation follows acquisition policies from the Federal Acquisition Regulation (FAR) Part 12 and Part 13, indicating that it aims to streamline the process for evaluations and awards. The document outlines necessary compliance requirements, locations, and deadlines for the potential contractors. Overall, this amendment reaffirms the BLM's commitment to securing the appropriate services while ensuring transparency and adherence to government procurement procedures.
    The document is a Request for Proposal (RFP) issued by the Bureau of Land Management (BLM), specifically the National Wildfire Coordinating Group (NWCG), for as-needed Production Studio Services in the Boise, ID area. The solicitation, identified as RFQ 140L3725Q0001, outlines the contractual requirements and terms, adhering to regulations under FAR Parts 12 and 13 for procurement. The contract is designated for small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. Proposed services aim to include film and video production for the agency from January 20, 2025, to January 19, 2026. Interested parties must submit their bids by the specified due date. The associated documents, including a Statement of Work and various attachments, provide further details on evaluation criteria and pricing. The overall goal is to enhance the BLM's operational capabilities through reliable production services for its wildfire program initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    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.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Friday Harbor, Washington - BLM Office Space Lease
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease office space in Friday Harbor, Washington, to support its San Juan Islands National Monument operations. The BLM requires between 900 to 1,200 square feet of flexible office space that can accommodate a small team of full-time and seasonal staff, along with necessary facilities for meetings, storage, and utilities. This office will play a crucial role in the conservation and outreach efforts for the unique ecological and cultural resources of the San Juan Islands. Interested parties should submit expressions of interest, including detailed information about the available space, to Airika Padia at apadia@blm.gov, referencing L23PG00002.
    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.
    Special Events and Conferences Support BPA - Request for Information (RFI)
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking responses for a Request for Information (RFI) to establish a multiple-award Blanket Purchase Agreement (BPA) for Special Events and Conferences Support. This procurement aims to acquire comprehensive turn-key event production services, including project management, audiovisual support, security, and communications for various events nationwide. The BPA is significant as it will facilitate the USDA's ability to effectively manage and execute special events, with an estimated purchase volume of up to $9.9 million annually, totaling $49.5 million over its lifetime. Interested businesses should submit their capabilities electronically by December 15, 2025, to Garrentt Baca at garrentt.baca@usda.gov or John Flannery at John.Flannery@usda.gov.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.