F--Horseshoe-Carefree Archaeological Study
ID: 140R8125Q0003Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
  1. 1
    Posted Oct 9, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 9, 2024, 12:00 AM UTC
  3. 3
    Due Nov 1, 2024, 6:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for a firm fixed-price contract to conduct an archaeological surveying and monitoring project as part of the Horseshoe-Carefree Seismic Hazard Study in Arizona. The project aims to ensure compliance with the National Historic Preservation Act (NHPA) and the National Environmental Protection Act (NEPA), focusing on monitoring along the Horseshoe fault and surveying two sites across the Carefree fault. This initiative underscores the federal government's commitment to protecting cultural resources during geotechnical investigations. Interested contractors must submit their quotations by November 8, 2024, with the contract period set from November 18, 2024, to November 17, 2025. For further inquiries, potential bidders can contact Savanna Manning at smanning@usbr.gov or call 303-445-2432.

Point(s) of Contact
Files
Title
Posted
Oct 31, 2024, 11:16 PM UTC
The document serves as an amendment to a previously issued solicitation for a fixed-price contract related to archaeological surveying and monitoring at the Horseshoe and Carefree fault in Arizona. The primary purpose of this amendment is to extend the closing date for request for quotations (RFQ) from November 1, 2024, to November 8, 2024, at 12:00 PM MST. Additionally, it outlines procedures for acknowledging receipt of the amendment, specifying that offers must be acknowledged prior to the specified timeframe to avoid rejection. The period of performance for the contract is set from November 18, 2024, to November 17, 2025. The amendment includes reminders for the contractor regarding potential modifications to existing offers and clarifies that all other terms and conditions remain unchanged. Overall, this document emphasizes procedural compliance and administrative adjustments within the contracting process, ensuring effective communication and adherence to timelines critical in government contracting contexts.
Oct 31, 2024, 11:16 PM UTC
The Bureau of Reclamation is soliciting proposals for a firm fixed-price contract to conduct archaeological surveying and monitoring as part of a seismic hazard study in Arizona, specifically along the Horseshoe and Carefree faults. The project requires compliance with the National Historic Preservation Act (NHPA) and the National Environmental Protection Act (NEPA). The work consists of two main tasks: monitoring along the Horseshoe fault and surveying two backhoe-excavated sites across the Carefree fault. The contractor must develop a monitoring plan informed by previous literature searches and submit it for Reclamation's review. Key details include the requirement for the contractor to possess valid permits for archaeological services on the Tonto National Forest, conduct fieldwork while adhering to specific guidelines, and report any significant archaeological findings. Timelines for submissions and consultations with relevant authorities, including the Arizona State Historic Preservation Office and Native American tribes, are outlined to ensure proper compliance and preservation measures. This RFP reflects the federal government's commitment to protecting cultural resources during geotechnical investigations.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Archeological Survey Services for the Indian Health Service, Nashville Area Office
Buyer not available
The Indian Health Service (IHS), Nashville Area Office, is seeking proposals for archaeological survey services on the Pamunkey Indian Reservation in King William, Virginia, as part of a project to establish a modular/mobile health clinic. The procurement, set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, requires a comprehensive archaeological survey to comply with the National Environmental Policy Act (NEPA), which will be conducted in two phases, including a field study to identify and evaluate archaeological resources. Interested vendors must submit their quotes by April 11, 2025, ensuring they are registered in the System for Award Management (SAM) and provide their Unique Entity ID (UEI), with the contract expected to be awarded based on the lowest price technically acceptable submission. For further inquiries, vendors can contact Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by April 16, 2025, at 5:00 PM EDT, and interested parties must contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further inquiries, while a mandatory site visit is scheduled for April 7, 2025, at 10:00 AM MST.
Arc Flash Study at Pinon Health Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to conduct an Arc Flash Study at the Pinon Health Center in Arizona. The primary objective of this procurement is to enhance employee safety by assessing the electrical system, determining appropriate Personal Protective Equipment (PPE) in compliance with NFPA 70E standards, and providing recommendations for mitigating arc flash hazards. This initiative is crucial for ensuring workplace safety in health facilities, as it involves a comprehensive analysis of electrical risks and the implementation of safety measures. Interested contractors must submit their quotes by April 9, 2025, at 5:00 PM MST, and can direct inquiries to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806.
Cultural Resources Multiple Award Services Contract (MASC)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFAC SW), is soliciting proposals for the Cultural Resources Multiple Award Services Contract (MASC), an Indefinite Delivery, Indefinite Quantity (IDIQ) contract valued at approximately $99.9 million. This contract aims to provide cultural resource services, including archaeological studies, documentation preparation, and compliance with the National Historic Preservation Act, across various locations in the Southwest region, including Arizona, California, Colorado, Nevada, New Mexico, and Utah. The procurement is significant for ensuring adherence to federal and state regulations regarding cultural resources, with the expectation that up to four contracts will be awarded, each with a minimum guarantee of $5,000 and task orders ranging from $5,000 to $1,000,000. Interested contractors must submit their proposals by April 7, 2025, and can direct inquiries to Eleanor Tarrant at eleanor.m.tarrant.civ@us.navy.mil or Christen Gonzales at christen.m.gonzales.civ@us.navy.mil.
Z--PETE 247478 Industry Feedback Day Introduction Ses
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking industry feedback for a project aimed at stabilizing approximately 1,900 linear feet of bluff at Grants Headquarters/City Point in Hopewell, Virginia. This initiative is critical for preserving the site's significant historical, cultural, archaeological, and natural resources, and includes improvements to recreational access and infrastructure. The NPS invites both large and small contractors to participate in a Virtual Industry Day on March 27, 2025, and an In-Person Site Visit on April 3, 2025, to provide insights that will inform the project's development and acquisition strategy. Interested parties must register by March 20, 2025, and submit their feedback by April 10, 2025, to Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
EMDD FUELS CULTURAL CLEARANCE
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to conduct a Class III cultural resources inventory as part of the EMDD Fuels Cultural Clearance project in Eastern Montana and North Dakota. The project aims to assess the impact of planned fuels reduction and prescribed fire projects on cultural resources across approximately 13,327 acres in designated units, ensuring compliance with the National Historic Preservation Act. This inventory is crucial for preserving cultural heritage while supporting BLM's objectives of reducing hazardous fuel buildup. Interested contractors must submit their quotes electronically to Contracting Officer Christopher Brailer by April 18, 2025, and are required to adhere to federal procurement standards, including wage determinations and past performance evaluations.
Y--Construction of Power Line
Buyer not available
The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line in Topock Marsh, Mohave County, Arizona, with a focus on installing around 150 utility power poles. This project, designated as a total small business set-aside under NAICS Code 237130, aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge, including powering pump motors and maintenance facilities. The estimated construction cost ranges from $1 million to $5 million, and contractors are required to comply with safety, environmental, and labor regulations, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals by the specified deadlines, with a site visit scheduled for March 27, 2025, and inquiries directed to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
Pinon Health Center Needs a Contractor to Provide Arc Flash Study
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to conduct an Arc Flash Study for the Pinon Health Center in Arizona. The primary objective of this procurement is to enhance employee safety by performing a detailed Arc Flash Hazard Analysis in accordance with NFPA 70E standards and IEEE Standard 1584, which includes data collection, electrical system modeling, and hazard analysis for various power distribution equipment. This study is crucial for ensuring electrical safety and operational reliability, as it will provide necessary recommendations for Personal Protective Equipment (PPE) and installation of compliant arc flash warning labels. Interested contractors must submit their offers by February 10, 2025, at 5:00 PM MST, and can direct inquiries to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806.
Tribal Monitoring During NW Malheur Project Implem
Buyer not available
The Bureau of Land Management (BLM) is seeking to procure Tribal Monitoring services for the Northwest Malheur Project, specifically in collaboration with the Burns Paiute Tribe for the year 2025. The primary objective of this contract is to ensure the protection of cultural and historical resources during ecosystem restoration activities aimed at benefiting the Greater Sage-Grouse, with the Tribe providing dedicated monitors for real-time observations, documentation, and reporting. This initiative underscores the importance of cultural preservation and ecological restoration, reflecting BLM's commitment to responsible land management in partnership with local tribes. Interested parties can contact Rachel Jones at rmjones@blm.gov or by phone at 503-808-6068 for further details, with the contract period running from April 15, 2025, to April 15, 2026.