Albeni Falls - CSKT managing cultural resources, Historic Properties, and PRCSIT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Notice of Intent to Award a Sole Source contract to the Confederated Salish & Kootenai Tribes (CSKT) to provide miscellaneous services to the Federal Government for managing cultural resources, Historic Properties, and Properties of Religious and Cultural Significance to Indian Tribes (PRCSIT), on lands affected by the activities and operations of the Albani Falls Dam.
The U.S. Army Corps of Engineers (USACE), Northwestern Division (NWD), Seattle District (NWS), Contracting Division (CT, intends to award a service contract pursuant to the authority of FAR 13.501(a)(1) in accordance with 41 U.S.C 1901, sole source acquisition under simplified procedures for certain commercial services.
Services include:
- CLIN 0001 Quarterly Cooperating Group Assistance and Verbal Report
- CLIN 0002 Cooperating Group Document Review
- CLIN 0003 Historic Properties Management Plan Review
- CLIN 0004 Provide Written Cooperating Group Materials
- CLIN 0005 Provide Visual and Illustrative Cooperating Group Materials
- CLIN 0006 Virtual Technical Meetings
- CLIN 0007 In Person Technical Meetings
- CLIN 0008 FCRPS Cultural Resource Systemwide Meetings
- CLIN 0009– Field Visits with Government Staff to Assess Site Eligibility or Adverse Effects
- CLIN 0010 – Field Visits with Tribal Staff to Assess Site Eligibility or Adverse Effects
- CLIN 0011 – Traditional Cultural Property (TCP) and HPRCSIT Inventory and Management
- CLIN 0012 – Oral History Collection and Documentation
- CLIN 0013 – Existing and New Material Organization and Digitization
- CLIN 0014 – Mitigation for Adverse Effects to Historic Properties
- CLIN 0015 – Annual Progress Report
- CLIN 0016 –Technical Report
Service location is lands affected by maintenance activities and operations of the Albeni Falls Dam Project (the Project).
Period of Performance: 28 Feb 2026 to 27 Feb 2030
The proposed action will be a Commercial, Firm Fixed-Price, Purchase Order, Service type contract.
The North American Industrial Classification System (NAICS Code) for this project is: 712120- Archeological Sites. The size standard is $13M.
This notice is posted for informational purposes only and is not a request for competitive quotes. There is no expectation of increasing competition for these requirements due to the sensitive and integral nature of the tasks to the people of the CSKT. Interested firms must identify their interest and provide documentation demonstrating their capability (include detailed historical information) demonstrating the ability to meet the above requirements by e-mailing Contract Specialist Alfonso Nolasco at alfonso.nolasco@usace.army.mil no later than 8:00 a.m. (Pacific Time) 1/23/2026.
A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Any information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. If potential offerors choose to submit information, past performance and references regarding capability to perform these services must be provided along with the statement of capability. The Government will not award a contract based on the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. The Government reserves the right not to compete the proposed purchase order based on responses received to this notice. This requirement may be awarded without further notice.