Skip to main content

An official website of the United States government

You have 2 new alerts

F--SLFO Upper Bear Stream Structures/Wet Meadow Structures

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Nov 08, 2024 02:12 pm MST
  • Original Published Date: Nov 08, 2024 01:57 pm MST
  • Updated Response Date: Nov 15, 2024 05:00 pm MST
  • Original Response Date: Dec 20, 2024 05:00 pm MST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 30, 2024
  • Original Inactive Date: Jan 04, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:

Description

Purpose: This RFI is issued solely for information, market research, and planning purposes and does not constitute a solicitation. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. All information received in response to this RFI is considered proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the Bureau of Land Management (BLM). In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for forming a binding contract.
The government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economic small business set-aside for the solicitation. Quality of responses received will be considered when making any small business set-aside determinations for this requirement.

Additional Information: Specification and drawings have been included with this notice. All documentation is considered to be in a DRAFT format and has been provided for comment. The BLM encourages submission of any suggested changes, questions, conflict, or ambiguities of DRAFT documents. Comments received may be used to make corrections, revisions, and/or other requirement changes depending on the nature and type of information received. Any comments provided shall be considered public information and the government reserves the right to use the information provided without restriction.

Cost Reimbursement: Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.

North American Industry Classification System (NAICS) codes: 541620 / Environmental Consulting Services

Small Business Size Standard: $19.0M

Solicitation: The BLM anticipates issuing a request for proposal end of November 2024.

Bonding: N/A

Anticipated Period of Performance: All Periods of Performance for this requirement are detailed in the SOWs

Requirement Description: The Salt Lake Field Office is requesting bids for a contractor to implement a demonstration project that will engage and instruct stakeholders and partners in how to utilize Zeedyke techniques to reduce erosion and sedimentation, improve riparian vegetation, water quality, and improve overall watershed function on BLM administered lands in Rich County, Utah. The contractor must work with the BLM to identify the site for the demonstration project within the Upper Bear River area that will showcase implementation of Zeedyke structures.

Also, to implement a demonstration project that will engage and instruct stakeholders and partners in how to utilize Low-Tech Process Based Restoration (LTPBR) to reduce erosion and sedimentation, improve riparian vegetation, water quality and in-stream aquatic habitat along approximately 2 miles of BLM administered streams in Rich County, Utah. The contractor must work with the BLM to identify the site for the demonstration project within the Upper Bear River area that will showcase LTPBR.


Submission / Response Contents: Interested small businesses should submit the following information:
(1) Company name, DUNS number, SAM UEI number, address, point of contact, telephone number, and email address
(2) Business classification type: Please indicate whether your company is classified small business under the NAICS code listed above. The size of a small business firm includes all parents, subsidiaries, affiliates, etc.¿see 13 CFR 121.108. Misrepresentation of size status can result in penalties. Please indicate all relevant small business socioeconomic classifications as follows:
A) SBA certified Historically Underutilized Business Zone (HUBZone) business
B) Service-Disabled Veteran-Owned Small (SDVOSB) business
C) SBA certified Woman Owned Small (WOSB) business
D) Economically Disadvantaged Woman Owned Small (EDWOSB) business
E) 8(a) business (include program entry and expiration)
F) Socio-economically disadvantaged business
G) Indian-owned small business economic enterprise
(3) Information demonstrating experience and capabilities on projects of the same or larger size, scope, and magnitude of the above requirement.
(4) Interested companies may also submit existing marketing materials such as capability statements and brochures.
(5) In accordance with 52.219-14 Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of the contract, excluding the cost of materials with its own employees and employees of a similarly situated subcontractor The contractor is responsible for ensuring compliance with the Limitations on Subcontracting clause. Can you meet these requirements.
(6) Feasibility of completing work during proposed period of performance described.
(7) Rough estimate of cost to complete requirements described in the attached DRAFT Statements of Work.
(8) Submission of any suggested changes, questions, conflict, or ambiguities of DRAFT documents.



Submittal Due Date/Time: November 18, 2024 1:00 PM Mountain Time

Submit To: Mark Renforth / Contract Specialist / mrenforth@blm.gov or
Tori Blunt Mayes / Contracting Officer / tbluntmayes@blm.gov

Contact Information

Contracting Office Address

  • 440 WEST 200 SOUTH SUITE 500
  • SALT LAKE CITY , UT 84101
  • USA

Primary Point of Contact

Secondary Point of Contact





History