R--ISDRA FEE COLLECTION SERVICES 2026-2027
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.
Quick Summary
The Bureau of Land Management (BLM), under the Department of the Interior, is conducting market research for ISDRA Fee Collection Services for the Imperial Sand Dunes Recreation Area (ISDRA) in California. This Sources Sought notice aims to identify qualified contractors capable of providing comprehensive fee collection and management services. Responses are due by close of business on March 18, 2026.
Scope of Work
The required services include furnishing all labor, materials, supplies, equipment, and transportation for the ISDRA fee program. Key tasks involve:
- Supplying weekly and seasonal permits for sale.
- Developing and maintaining a public-facing website for online permit sales and customer service.
- Distributing permits through third-party vendors along ISDRA travel routes.
- Providing personnel to staff two ranger stations (Cahuilla and Buttercup) for administrative tasks, customer service, and on-site permit sales, including extended hours during holidays.
- Attending the annual Sand Sports Super Show to sell permits.
- Developing and producing durable, fraud-secure prototype and production permits (decals for season, placards for weekly).
- Selling California non-resident OHV permits and issuing free "Towed-in Vehicle" permits.
- Providing 24/7 customer service via a dedicated phone number.
- Conducting electronic deposits of all collected fees to the Department of the Treasury.
- Submitting monthly permit sales reports and an annual accounting audit. Performance standards include ensuring off-site vendors are fully stocked, minimizing complaints, timely report submission, and frequent electronic deposits to keep funds below $1,000,000.00.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Fixed Price
- Duration: Base year plus four 12-month option periods. Performance typically June 1st to May 31st annually.
- Set-Aside: To be determined based on market research (may be small business or full and open competition).
- Response Due: March 18, 2026 (close of business)
- Published: March 12, 2026
Evaluation
Responses will be used for information and planning purposes to determine industry capabilities and potential set-aside opportunities. This notice does not constitute a request for quotes or a solicitation.
Additional Notes
A draft Performance Work Statement (PWS) is provided for reference and is subject to change. Interested parties must be registered in SAM.gov prior to award. Required submission includes business details (name, address, UEI, size, socioeconomic status), a capabilities statement, and a positive statement of intent to submit a quote.