Repair Motion Light Sensors for OAS Anchorage
ID: 140D0425Q0180Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior is soliciting proposals for the repair of motion sensor lights at the Office of Aviation Services (OAS) Secondary Hangar in Anchorage, Alaska. The primary objective of this procurement is to ensure the functionality of motion sensor lights, which are critical for maintaining safety and security in the hangar environment. This opportunity is set aside for small businesses, particularly those owned by disabled veterans and women, and follows the FAR Part 13 Simplified Acquisition Procedures. Interested vendors must submit their quotes by February 19, 2025, following a site visit scheduled for February 5, 2025, and can direct inquiries to Nicole Johnson at nicole_johnson@ibc.doi.gov or by phone at 571-560-6810.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents important information related to federal and state/local Requests for Proposals (RFPs) and grants. It underscores the significance of compliance with government standards during grant applications and project implementations, specifically focusing on criteria set by oversight agencies. The monitoring of various program implementations is critical to ensure that funds are utilized effectively and achieving desired outcomes. Key elements include the procedural framework that applicants must adhere to when submitting proposals, the evaluation processes used to assess these proposals, and the overall objectives of funding initiatives aimed at fostering development and public good. Furthermore, the document outlines the need for transparency and accountability, emphasizing that recipients must report progress and financial data accurately. Ultimately, this file serves as a foundational guideline for entities looking to engage with government funding opportunities, detailing essential steps and requirements necessary to secure grants and adhere to regulatory expectations. Its aim is to promote effective program management and ensure that funding supports valuable community improvements.
    The document outlines a Request for Quotation (RFQ) from the Department of the Interior's Office of Aviation Services for the repair of motion sensor lights at the Secondary Hangar in Anchorage, Alaska. The solicitation follows FAR Part 13 Simplified Acquisition Procedures, with a performance period of 45 days after award. Quotes are to be submitted by February 19, 2025, with a site visit scheduled for February 5, 2025. The RFQ is designated as a Total Small Business Set-Aside under the NAICS Code 238210. Vendors are required to provide a technical summary, pricing schedule, and adhere to wage determination details specifically for Electronics Technician Maintenance III, with a rate of $42.69. The evaluation focuses on technical competence and price, with selection based on the lowest price meeting technical specifications. Compliance with SAM registration is mandatory for contractors. Overall, the RFQ aims to address safety concerns related to malfunctioning lighting, emphasizing immediate activation upon entry to secure a safer environment for personnel entering the hangar.
    The document is a Request for Proposal (RFP) regarding maintenance and repair services needed at the Office of Aviation Services (OAS) in Anchorage, Alaska. The primary requirement is the repair of motion sensor lights located in the secondary hangar. This solicitation is open to all businesses, and it indicates a preference for small businesses, particularly those owned by disabled veterans and women. The solicitation includes essential details such as the solicitation number (140D0425Q0180), the submission deadline (January 29, 2025), and the contract management by the Interior Business Center, Acquisition Services Directorate in Herndon, Virginia. The period of performance for the contract is set to be 45 days from the date of award, allowing sufficient time for troubleshooting and procurement of necessary materials. Additionally, the document stresses the need for the contractor to submit invoices to the specified address and confirms compliance with federal acquisition regulations. This RFP is part of the federal government's ongoing efforts to procure necessary services following established procurement procedures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Gate Power Electrical Repair OAS Anchorage
    Buyer not available
    The Department of the Interior is soliciting proposals for electrical repair work at the Office of Aviation Services in Anchorage, Alaska, specifically to relocate power supplies for a gate. The project involves moving the power from the main building to a transformer located approximately 50 feet from the gate motor, which includes trenching and replacing an electric meter while ensuring compliance with all relevant electrical codes. This work is crucial for maintaining infrastructure safety standards and efficient resource management. Interested contractors must attend a site visit on February 10, 2025, and submit their proposals by February 28, 2025, with a fixed performance period of two months starting June 2, 2025. For further inquiries, contractors can contact Heather Armstrong at heatherarmstrong@ibc.doi.gov or by phone at 703-964-8416.
    PURCHASE LIGHT LNDG VIS/IR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of Light Landing Visual/Infrared (VIS/IR) equipment for the HC-144 aircraft. This procurement aims to acquire two units of the specified equipment, which is crucial for enhancing the operational capabilities of the aircraft. The solicitation is classified under NAICS code 336413 and is an unrestricted requirement, inviting all responsible sources to submit their offers. Interested vendors must respond by February 10, 2025, and can direct inquiries to Debra Heath at debra.w.heath@uscg.mil. The contract award amount is to be determined, and all submissions must comply with federal procurement regulations, including traceability to the Original Equipment Manufacturer.
    Searchlight Control Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to provide repair services for Searchlight Control units used in MH-60T aircraft. The procurement involves a firm-fixed price purchase order for the repair of these components, which must be performed by the Original Equipment Manufacturer (OEM), Grimes Aerospace Company, or an authorized repair facility, ensuring compliance with stringent quality and safety standards. This opportunity is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a response deadline set for February 11, 2025, at 2:00 PM EST. Interested parties should submit their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing solicitation number 70Z03825QJ0000132.
    FTQW 23-5100 Repair Hangar Doors (Building 1340 & 1362)
    Buyer not available
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of hangar doors at Buildings 1340 and 1362 at Eielson Air Force Base in Alaska. The project involves assessing the inoperable hangar door in Building 1340, conducting hazardous material surveys, and developing comprehensive design documents for the replacement of the hangar doors, with a focus on addressing high maintenance costs associated with existing vertical fabric doors in Building 1362. This procurement is critical for ensuring the operational safety and efficiency of the Air Force's facilities, with a contract timeline requiring the delivery of 100% designed documents within 203 calendar days. Interested firms must submit their qualifications, including the SF-330 form and a Past Performance Questionnaire, by February 19, 2025, and can contact Kimberly Graham at kimberly.graham.3@us.af.mil or Tara Richmond at tara.richmond@us.af.mil for further information.
    62--SEARCHLIGHT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of five searchlights, specifically NSN 6220016995049. The solicitation is a Request for Quotation (RFQ) and is set aside for SBA Certified Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in government contracting. These searchlights are critical for various military applications, ensuring operational readiness and safety in diverse environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    V--EXCLUSIVE USE (EU) HELICOPTER (HELO) Type III NON-FIRE RESOURCES (ARCTIC DISTRI
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit a contract for exclusive use helicopter services in Fairbanks, Alaska, under Solicitation 140D0425Q0213. The contract requires a contractor-operated light helicopter that can seat five passengers and meet specific performance criteria, including a payload capacity of 600 pounds, turbine engine specifications, and compliance with FAA regulations, to support various missions such as remote maintenance and resource activities. This five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated to commence in April 2025, following the termination of the previous contract, and is open to small businesses registered in the System for Award Management (SAM). Interested parties can direct inquiries to Heather Sizick at heathersizick@ibc.doi.gov.
    Light Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a long-term contract for the procurement of electric vehicular lights and fixtures, specifically NSN 6220-01-476-5119. This opportunity is set aside for small businesses and includes a five-year base period with an estimated annual demand of 10 units, requiring a guaranteed minimum quantity of 6 units for the base period. The goods are critical for military applications, and the contract stipulates that production delivery must occur within 90 days after receipt of order, with inspection and acceptance at the origin. Interested parties should note that the solicitation will be issued on or about January 27, 2025, and can be accessed via DLA DIBBS; inquiries can be directed to Cassandra Cooper at 804-279-3052 or via email at CASSANDRA.COOPER@DLA.MIL.
    Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative is crucial for maintaining the functionality and environmental safety of recreational facilities, ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals electronically by March 7, 2025, and are encouraged to attend a site visit on February 14, 2025; for further inquiries, they can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    Z--HUTR REPLACE 8 RESIDENTIAL GARAGE DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of eight residential garage doors at the Hubbell Trading Post National Historic Site in Ganado, Arizona. The project requires contractors to provide all necessary materials and labor, ensuring compliance with specifications for energy efficiency, insulation, and wind resistance, with a focus on motorized doors featuring remote access. This procurement is significant for maintaining the historic site's facilities and is set aside exclusively for small businesses, with a budget between $25,000 and $100,000 and a completion timeline from April 1 to December 31, 2025. Interested contractors must submit their quotes electronically by January 27, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
    AK-KODIAK NWR-VC HEATING OIL TANK
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the removal of an existing 1,100-gallon double-walled heating oil tank and the installation of a new double-walled tank at the Kodiak National Wildlife Refuge in Alaska. The procurement emphasizes compliance with safety and environmental regulations, requiring contractors to provide detailed quotes that include all associated costs for materials, labor, and delivery, as well as shop drawings to confirm adherence to specified standards. This project is crucial for maintaining operational efficiency and environmental integrity at the refuge, reflecting the government's commitment to its environmental assets. Interested small businesses must submit their quotes by February 12, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.