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
FORT BOWIE NATIONAL HISTORICAL SITE (FOBO) REQUIRE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a construction project at the Fort Bowie National Historical Site in Bowie, Arizona. The project involves the repair of exterior finishes on administrative buildings, including work on siding, doors, and windows, as outlined in the attached scope of work. This initiative is crucial for maintaining the infrastructure of the historical site while ensuring compliance with federal safety and environmental regulations. Interested contractors must submit their quotes electronically by May 9, 2025, following a site visit scheduled for April 28, 2025, and are required to provide performance and payment bonds as part of their proposal. For further inquiries, contractors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
B--FY25 CCT CURATION SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is planning to enter into a sole source contract with the Colville Confederated Tribes for curation services of tribal artifacts found on the Colville Reservation. This procurement aims to establish a firm-fixed price contract for a base year with four additional option years, emphasizing the importance of preserving and managing cultural artifacts. The estimated period of performance spans from September 1, 2025, to August 31, 2030, and interested firms with the technical capability to fulfill this requirement are encouraged to submit a capability statement to Paula Gross at PGross@usbr.gov within five days of this notice. Quotations or proposals will not be accepted as this notice is not a request for quote or proposal.
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 park facilities, emphasizing the importance of engaging small businesses in federal contracting opportunities. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
BROWNS DRAW CULTURAL RESOURCES INVENTORY
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for a Class III Cultural Resources Inventory (CRI) covering approximately 1,578 acres of public land in Moffat County, Colorado. The primary objective of this procurement is to conduct an intensive field inventory to locate, evaluate, and protect cultural resources prior to fuel treatment activities, in compliance with Section 106 of the National Historic Preservation Act. This inventory is crucial for ensuring the preservation of historic properties while facilitating ongoing land management efforts in the area. Interested small businesses must submit their proposals by the specified deadlines, with the contract period set to commence on May 1, 2025, and conclude by February 27, 2026. For further inquiries, potential bidders can contact Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
GRAND CANYON: LTEMP/CRMP ARC RIVER 25-SRM020
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide river logistics support for archaeological monitoring activities at Grand Canyon National Park as part of the Long Term Experimental and Management Plan (LTEMP) and Colorado River Management Plan (CRMP). The procurement aims to facilitate a river mission scheduled from July 3 to July 14, 2025, requiring contractors to supply all necessary labor, materials, equipment, and supervision. This opportunity is significant for supporting environmental and historical preservation efforts within the park. Interested vendors must submit their quotations electronically by April 23, 2025, and ensure they are registered in the System for Award Management (SAM) under NAICS code 483212. For further inquiries, contact Lindsay McLaughlin at lindsaymclaughlin@nps.gov or call 719-470-8678.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
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.
Y--Construction of Power Line
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
F--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 habitat. The selected contractor will provide dedicated tribal monitors to conduct real-time observations, documentation, and reporting, ensuring compliance with environmental assessments and cultural preservation protocols. The solicitation closing date has been extended to April 24, 2025, with the performance period running from April 30, 2025, to April 15, 2026. Interested parties can contact Rachel Jones at rmjones@blm.gov or by phone at 503-808-6068 for further information.