INSTALL- COMPRESSED AIR LINE
ID: 140G0325Q0076Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- PUMPS AND COMPRESSORS (N043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The U.S. Geological Survey (USGS) is seeking qualified contractors for the installation of compressed air lines at their West Sacramento facility. The project involves the installation of 650 feet of air piping and 24 air drops to improve operational efficiency, with a budget estimated between $25,000 and $100,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit their proposals by April 14, 2025, and can contact Victor Nuno at vnuno@usgs.gov or by phone at 916-278-9442 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 9:08 PM UTC
The document labeled "140G0325Q0076- MAP- Pictures" appears to consist of a series of image attachments, explicitly enumerated from 1 to 13, likely related to a specific project or proposal under a federal Request for Proposals (RFP). While the file does not provide any textual content or detailed descriptions, the inclusion of multiple photographs suggests a focus on visual documentation, possibly depicting relevant locations, materials, or aspects of a project that stakeholders need to evaluate. The primary purpose of such attachments could be to visually support a proposal by illustrating key points or serving as evidence for claims made within the RFP. This visual aid would be critical in conveying essential information effectively to decision-makers within the government or related agencies, emphasizing the importance of presentation in securing funding or approval for projects. Overall, the file serves as a visual component intended to enhance understanding and communication of the proposal’s objectives or requirements within the broader context of government grants and contracts.
Apr 2, 2025, 9:08 PM UTC
The Davis-Bacon Act Wage Determination file (CA20250007) outlines federal labor standards applicable to construction projects in various California counties, effective from March 21, 2025. The document specifies minimum wage rates for different construction trades, including building, heavy, dredging, and highway projects. Contractors must comply with Executive Orders 14026 and 13658, which dictate hourly pay based on contract award dates, with rates adjusted annually. The determination includes wage specifications for a range of occupations, such as asbestos workers, boilermakers, bricklayers, carpenters, electricians, ironworkers, and laborers, among others. Each trade is listed with the corresponding wage rate and fringe benefits, often varying by geographic area within California. Additional details encompass specialty pay rates for specific job functions and compliance requirements for contractors. This information is essential for ensuring fair compensation for labor under federal contracts and maintaining compliance with prevailing wage laws during project execution.
Apr 2, 2025, 9:08 PM UTC
The document is a Request for Quotations (RFQ) from the U.S. Geological Survey (USGS) for the installation of compressed air lines at their West Sacramento facility. It outlines specific requirements for potential contractors, including the installation of 650 feet of air piping and 24 air drops to enhance operational efficiency while ensuring compliance with regulatory standards. The project has a budget estimated between $25,000 and $100,000 and is designated as a small business set-aside under NAICS code 238220. The RFQ establishes a firm-fixed price contract, with a submission deadline of April 14, 2025. Offerors must submit documentation demonstrating qualifications, including recent experience and a work plan, via email by the specified date. The evaluation will be based on a lowest price technically acceptable method. Mandatory provisions include registration in the System for Award Management (SAM) and adherence to wage requirements. The RFQ emphasizes the need for licensed contractors to coordinate installation permits with local agencies, ensuring that all installations meet safety and industry standards. Additionally, technical details, such as airflow control mechanisms and the installation layout, are covered to guide potential contractors. Overall, this document exemplifies typical government procurement processes focused on transparency, compliance, and efficiency in public contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
hydraulic rams (qty 160)
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of 160 hydraulic rams to support its laboratory operations. The procurement requires vendors to meet specific technical specifications, including maximum operating pressure, stroke, and material compatibility with existing systems, ensuring the hydraulic rams are suitable for the intended applications. This acquisition is crucial for enhancing the USGS's research capabilities while adhering to federal regulations, including compliance with the Federal Acquisition Regulation (FAR) and registration in the System for Award Management (SAM). Interested contractors must submit firm, fixed-price quotes by the specified deadline and can contact Tracy Huot at thuot@usgs.gov or 916-278-9330 for further information.
C--CONSTRUCT STEEL STORAGE/WORKSHOP BUILDIN
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors to construct a 20' x 40' steel storage/workshop building at the Conte Anadromous Fish Lab Facility in Turners Falls, Massachusetts. The project involves site preparation, including excavation and grading for a concrete slab, followed by the erection of the steel structure, which will feature specific entryways and windows. This construction is critical for enhancing the operational capabilities of the facility and must adhere to federal and state regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes by April 8, 2025, with a site visit scheduled for March 26, 2025, and an anticipated contract award date of April 14, 2025. For further inquiries, contractors can contact Dayna Parkin at dparkin@usgs.gov or by phone at 703-648-7374.
Air Compressor Rebuild
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the rebuild of two Powerex air compressors at the Beltsville Agricultural Research Center in Maryland. This project requires contractors to provide all necessary labor, materials, and equipment to restore the compressors to factory standards, ensuring compliance with safety and environmental regulations. The total budget for this small business set-aside contract is estimated between $100,000 and $250,000, with a performance period of 60 days following the notice to proceed. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
F--Well Abandonment Easton MD
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for a well abandonment project in Easton, Maryland, as part of its Water Science Center operations. The objective is to select a licensed contractor to seal and fill a monitoring well in compliance with state and local regulations, ensuring the restoration of the land surface and adherence to relevant standards before the project deadline of June 30, 2025. This competitive Request for Quotations (RFQ) is set aside for small businesses under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. Interested parties must submit their quotations via email to Mindie Dixon at mdixon@usgs.gov by April 14, 2025, at 2:30 PM Mountain Time, and are required to attend a mandatory site visit on April 1, 2025, at 09:00 EDT, with prior registration needed by March 28, 2025.
R--PROFESSIONAL DIVE SERVICES
Buyer not available
The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking qualified contractors to provide professional dive services for maintaining, installing, and removing underwater oceanographic and water monitoring equipment in the Sacramento/San Joaquin Delta and San Francisco Bay areas of northern California. The primary objective of this procurement is to ensure the continuous operation of critical water monitoring stations, which are essential for collecting real-time data on California's rivers, particularly in the Delta region. This opportunity is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a firm, fixed price over a five-year period, and it is designated as a 100% small business opportunity. Interested parties must register in the System for Award Management (SAM) and submit inquiries to Contract Specialist Joahnne Ongjoco at jongjoco@usgs.gov, with all relevant documents expected to be available in mid-April 2025.
CHILLER REPLACEMENT
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the replacement of a 30-ton chiller at the Columbia Environmental Research Center (CERC) in Columbia, Missouri. The project involves dismantling the existing system and installing a new chiller with advanced features, including two circuits and modulating capability, to enhance the facility's HVAC system. This procurement is critical for maintaining operational efficiency and sustainability within government research facilities, aligning with federal requirements for environmental responsibility. Interested vendors must submit their quotations by April 23, 2025, and are required to register at https://sam.gov/ to be eligible for contract award. For further inquiries, contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375.
LEASE OF VESSEL
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the lease of a vessel to support marine geohazards missions, specifically for deploying geodetic stations and retrieving a wave glider in the southern Cascadia region. The procurement requires adherence to specific vessel specifications, operational safety measures, and qualifications for the vessel captain, with operations scheduled between July and September 2025. This opportunity is critical for scientific research and environmental monitoring, aligning with USGS's ongoing missions. Quotations must be submitted by April 17, 2025, and interested bidders should ensure they are registered in SAM.gov and comply with federal regulations, including insurance and safety equipment standards. For further inquiries, contact Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
Air Compressor Travis AFB
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for a Firm Fixed Price contract to supply and install a central air compressor for the KC-46 Maintenance Training Facility. The contractor will be responsible for providing a compressor that meets specific installation standards and operational requirements, including compliance with ASME standards and California Administrative Codes, to support Advanced Hardware Training Devices (AHTDs) operations. This procurement is crucial for ensuring efficient training operations at the facility, with a focus on delivering a system capable of optimal pressure and airflow for a projected lifespan of 50 years. Interested small businesses must attend a mandatory site visit on March 10, 2025, and submit their quotations by April 18, 2025. For further inquiries, contractors can contact Vanessa Siegel at vanessa.siegel.1@us.af.mil or Vitaliy Kim at vitaliy.kim.1@us.af.mil.
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.
B--ISOTOPE ANALYSIS FOR T, OTHER DISSOLVED GASES, AND Sr
Buyer not available
The U.S. Geological Survey (USGS) is seeking to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to the University of Utah for specialized analytical services related to tritium and dissolved gases, as well as strontium isotopes and trace elements in various samples. The contract aims to ensure high-quality measurements essential for characterizing groundwater systems, with specific requirements for turnaround times of 15 days for certain analyses and 60 days for strontium isotopes. This procurement is critical for maintaining data continuity across projects aimed at enhancing economic development in the arid western United States. Interested parties may submit capability statements via email to Joahnne Ongjoco at jongjoco@usgs.gov by April 14, 2025, at 0900 Hours Eastern, as no competitive solicitation will be issued.