Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 7 PM
Special Notice
Lapwai Idaho

FCRPS Nez Perce Tribe Technical Services

Details

Solicitation ID PAN25004341
Posted Date 25 Jun 2025 at 7 PM
Response Date 11 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W071 Endist Portland
Agency Department Of Defense
Location Lapwai Idaho United states 83540

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

THIS IS A SPECIAL NOTICE PREPARED IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) SUBPART 5.2 “SYNOPSES OF PROPOSED CONTRACT ACTIONS”

The U.S. Army Corps of Engineers (USACE), Portland District (NWP) intends to negotiate/award a firm-fixed price (FFP) service, single source procurement, pursuant to 10 U.S.C. §2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b) only one responsible source and no other vendor will satisfy agency requirements, to the Nez Perce Tribe for technical services to support the Federal Columbia River Power System Cultural Resources Program, Wana Pa Koot Koot.

The following actions provide background and context in which the Corps makes decisions:

This acquisition is for the contribution of traditional knowledge and input from the Nez Perce Tribe as part of assisting the Corps with National Historic Preservation Act Section 106 and110 compliance. These services are for contribution of traditional knowledge in support of Wana Pa Koot Koot (WPKK) Cooperating Group meetings and site visits under the authority of the NHPA, 54 U.S.C. 300101.

Background:  The U.S. Army Corps of Engineers (USCE) and the Bonneville Power Administration (BPA) (Agencies) are jointly responsible for compliance with Section 106 of the National Historic Preservation Act (NHPA) under the terms of the 2009 Systemwide Programmatic Agreement (SWPA) for management of historic properties affected by operations of the Federal Columbia River Power System (FCRPS). The USACE, Northwestern Portland District manages The Bonneville, The Dalles, and John Day Projects, which are part of the FCRPS. The FCRPS Cultural Resource Program works closely with interested and affected tribes, State Historic Preservation Offices (SHPOs), and other agencies for cultural resource management in compliance with Section 106 of the NHPA.

Justification:  The Nez Perce Tribe possesses unique knowledge of its ancestral artifacts, village sites, prehistoric burial areas, and areas of traditional cultural properties and resources that exist within and overlap the project area.

​​​​​​​Impact:  Failure to utilize the Nez Perce Tribe’s knowledge of its archeological sites and resources would delay the USACE in being able to make required long term management strategies for the area and impact compliance with NHPA Section 106 under the terms of the 2009 Systemwide Programmatic Agreement for management of historic properties affected by operation and maintenance of the FCRPS. Furthermore, the Government relations with the Nez Perce Tribe would be negatively impacted.

Alternatives: There are no known alternatives for these services that possess the knowledge of the Nez Perce Tribal
history or could speak on the Nez Perce Tribe’s behalf.

A SOLICITATION WILL NOT BE POSTED. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS.


All responsible sources may submit a capability statement to the contracting officer before the notice end date. If no affirmative written responses are received by 09:00 AM Pacific Daylight Time on 11 July 2025, the Contracting Officer will proceed with the sole source action. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Electronic responses and questions shall be submitted via email to BOTH POCs listed, below. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice.

Send all responses and capability statements to the Contract Specialist Mr. David M. Cook at [email protected] and to the Contracting Officer Mr. Justin F. Figueredo at [email protected].

CAPABILITY STATEMENT SUBMISSION REQUIREMENTS (PLEASE REVIEW ALL REQUIREMENTS) Point of Contact name, email address and phone number and CAGE code; In the event that the organization is a small business, please state the category of small business, such as 8(a), HUBZone, SDVOSB/VOSB, Women-Owned Small Business.

Similar Opportunities

Houston Texas 08 Jan 2026 at 5 AM (estimated)
Aberdeen proving ground Maryland 07 Jul 2025 at 9 PM
Aberdeen proving ground Maryland 07 Jul 2025 at 9 PM
Aberdeen proving ground Maryland 07 Jul 2025 at 9 PM

Similar Awards

Location Unknown 01 Sep 2019 at 11 PM
Location Unknown 01 Mar 2006 at 5 AM
Location Unknown 12 May 2016 at 8 PM
Location Unknown 23 Sep 2016 at 9 PM