PUMPKIN CREEK RESTORATION MAINTENANCE
COMBINED SYNOPSIS/SOLICITATION
INFORMATION TO PROSPECTIVE OFFERORS
The Bureau of Land Management (BLM), Montana/Dakotas State Office, has a need for maintenance on an existing Low-Tech Process Based Restoration (LTPBR) project. This project exists along eight (8) miles of Pumpkin Creek administered by the BLM. The project area is subdivided into three (3) reaches based on current conditions of the channel. The goal of the restoration project is to mimic and promote the processes (wood accumulations & beaver dam building activity) that historically created and maintained hydraulic, hydrologic, geomorphic, and vegetative attributes associated with the potential of the system, over time. See attached Request for Quotation (RFQ) 140L3625Q0074 and attachments.
(i) This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart
12.6 and 13.5 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number 140L3625Q0074.
(ii) Solicitation Number 140L3625Q0074 is being issued as a Request for Quote (RFQ). This solicitation will utilize the policies contained in FAR Part 12, Acquisition of Commercial Items in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 effective 11 June 2025.
(iv) This solicitation is being issued as a competitive small business set-aside. The North American Industry Classification System (NAICS) code associated with this solicitation is 541620, Environmental Consulting Services, with a size standard of $19 Million.
(v) See the attached Performance Work Statement (PWS) for detailed requirements. The Wage Determinations 2015-5395 for the area, Revision 25, dated 20 May 2025, is hereby incorporated into this combined synopsis/solicitation.
(vi) The services to be acquired through this combined synopsis/solicitation are for Pumpkin Creek Restoration Maintenance for BLM Montana/Dakotas State Office in accordance with the PWS and corresponding attachments.
(vii) Performance location and period of performance (POP) is detailed in the attached PWS for the requirement, starting the 7 August 2025 and ending 30 November 2026.
(viii) FAR Provision 52.212-1, Instructions to Offerors ¿ Commercial, applies to this acquisition. Potential offerors shall read and comply with all terms and conditions, see Addendum FAR 52.212-1 ¿ Instructions to Offerors ¿ Commercial Items for additional instructions.
(ix) FAR 52.212-2, Evaluation ¿ Commercial Items, applies to this acquisition, see Provisions for detailed evaluation criteria. The basis of award will be based on one technical factor, past performance, and price.
(x) Offerors shall ensure that their Representations and Certifications are up to date in the System for Award Management (SAM) which can be accessed through https://www.sam.gov. Offerors shall ensure that this acquisition¿s NAICS Code of 541620 is listed in FAR 52.212-3, Offeror Representations and Certifications ¿ Commercial Items.
Even if offeror has an active SAM registration all offerors must 1) print, complete required entries and submit with their quote FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; and 2) Ensure FAR provision 52.204-26 Covered Telecommunications Equipment or Services-Representation is incorporated into their SAM Registration and if not, they must print, complete required entries, and submit with their quote.
If the offeror does not have an active SAM registration, offeror must print, complete the required entries, and submit with their quote FAR Provisions 52.212-3, 52.204-24 and 52.204-26.
(xi) FAR Clause 52.212-4, Contract Terms and Conditions ¿ Commercial Items applies to this acquisition.
(xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿Commercial Items, applies to this acquisition. See this clause for additional FAR Clauses marked with ¿X¿ showing they are applicable to this acquisition.
(xiii) Additional FAR clauses that apply to this acquisition are below. All FAR clauses will be incorporated into the successful offerors¿ contract award. Additional provisions that apply to this acquisition are provided below. These provisions are incorporated into this solicitation but will not be incorporated into the successful offerors¿ contract award.
(xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition
(xv) Quotes are due no later than 28 July 2025 at 1:00 p.m. Mountain Time. Quotes shall be submitted via electronic mail to the point of contact listed below.
(xvi) Interested parties may submit questions relating to this solicitation via electronic mail to the point of contacts listed below and are due no later than 1:00 p.m. Mountain Time, 5 days before combined synopsis/solicitation closes. Questions received after the due date may not be answered.
An organized Site Visit has been scheduled for ¿
Date: 22 July 2025
Time: 1:00 PM Mountain Time
Meeting Place: Cenex Zip Trip Gas Station south of I94, 1815 S Haynes Ave, Miles City, MT.
Special Instructions: Meet in front of gas station near air pump, coordinates: 46.391537 -105.822995. During site visit, contractors will travel in their own vehicles.
The following individual is the points of contact for this combined synopsis/solicitation:
Jorge Alvarez
Contracting Officer
Bureau of Land Management
Montana/Dakotas State Office
jalvarez@blm.gov
(854) 500-1840