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 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 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, with a budget estimated between $25,000 and $100,000, and is set aside for small businesses under NAICS code 238220. This procurement is crucial for enhancing operational efficiency while ensuring compliance with regulatory standards and safety protocols. Interested contractors must submit their quotations via email to Victor Nuno by April 18, 2025, and must be registered in the System for Award Management (SAM.gov) to be eligible for consideration.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 5:09 PM UTC
This document is an amendment to the solicitation 140G0325Q0076, containing answers to questions regarding specifications for a piping installation project. Key details include the requirement for 25mm aluminum piping, adherence to local and state codes, and the need for inspections and permitting by the contractor. The main piping should be 1" or 25mm, with branch drops at ½” or the nearest metric equivalent. Drip legs and isolation valves are required as necessary, and all work must be compliant with relevant regulations, including hot work permits and inspection standards. Access for equipment movement is permitted with prior notice, and testing of installed piping for leaks at 125% of the standing pressure for 12 hours is mandated. This document serves to clarify specifications and requirements for contractors involved in the solicitation process, emphasizing compliance, safety, and procedural adherence necessary for successful project execution.
Apr 11, 2025, 5:09 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 11, 2025, 5:09 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 11, 2025, 5:09 PM UTC
The document pertains to the amendment of a solicitation for a Federal Acquisition Regulation (FAR) project involving the installation of compressor air lines. The amendment extends the response due date for offers to April 18, 2025, at 12:00 PM PT, and includes a Question and Answer document. The project is set aside for small businesses in the NAICS code 238220, with a project budget between $25,000 and $100,000. Interested contractors must be registered in the System for Award Management (SAM.gov) and submit required documentation to demonstrate technical acceptability. The solicitation specifies that awards will be made based on the lowest price, technically acceptable proposals. Quotations must be submitted via email to the designated contracting officer, Victor Nuno, and the performance period is projected from April 21, 2025, to June 20, 2025. Additionally, the document notes compliance with prevailing wage laws. Overall, this amendment serves to clarify the submission process and conditions for eligible contractors in a federally funded construction contract.
Apr 11, 2025, 5:09 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
Z--UMESC WEST PARKING LOT REPAIR - MILLING
Buyer not available
The U.S. Geological Survey (USGS) is soliciting proposals from qualified small businesses for the milling, resurfacing, and re-striping of the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center in La Crosse, Wisconsin. The project involves approximately 37,000 square feet of work, including the removal and replacement of asphalt, surface milling, application of tack coats, and restriping, all to be completed within 60 days from the notice to proceed. This contract, with an estimated value between $100,000 and $250,000, emphasizes compliance with federal, state, and local codes, and requires work to be performed outside regular facility hours to minimize disruption. Interested contractors must submit their proposals via email and are encouraged to contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further information, with a project completion deadline set for September 30, 2025.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
41--NWHC CHILLER PURCHASE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the procurement and installation of two 170-ton chillers at its National Wildlife Health Center in Madison, WI. This project aims to enhance the cooling capabilities of the Tight Isolation Building (TIB) by providing redundant cooling systems, which are crucial for maintaining optimal environmental conditions for wildlife health research. Contractors will be responsible for all aspects of the project, including manufacturing, installation, site inspections, and thorough commissioning and testing of the chilled water system, ensuring compliance with project specifications and site conditions. The solicitation (140G0225R0012) is expected to be available around April 30, 2025, and interested parties can contact Philip Robinson at probinson@usgs.gov for further information.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing a failing irrigation system that has been in place for 15 to 30 years, which is crucial for maintaining the park's historic landscape, including ornamental trees, orchards, and gardens across nine acres. This procurement is set aside for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and proposals are due by 12:00 PM Pacific Standard Time on May 15, 2025. Interested contractors should direct inquiries to Brian Roppolo at brianroppolo@nps.gov, and all work must comply with federal regulations and environmental standards.
Forest Wide HVAC and Piping
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the "Forest Wide HVAC and Piping" project, which involves replacing existing galvanized steel piping with PEX piping and retrofitting several homes in Panguitch, Utah, with central cooling systems. The project aims to enhance the functionality and efficiency of residential facilities within the Dixie National Forest, ensuring compliance with current standards and improving living conditions for occupants. The contract value is estimated between $100,000 and $250,000, with a performance period of 120 calendar days starting from June 1, 2025. Interested contractors must attend a pre-proposal site visit on May 16, 2025, and direct inquiries to the contracting officer, Westley Bisson, at westley.bisson@usda.gov.
Conduit Placement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the installation and testing of approximately 1,700 feet of conduit at Dobbins Air Reserve Base in Georgia. This project requires adherence to Unified Facilities Criteria and current Telecommunications Industry Association standards, with the contractor responsible for providing all necessary equipment, materials, and labor to complete the work. The contract, which is set aside for small businesses with a size standard of $45 million, is expected to have a firm-fixed-price structure and a performance period of 45 calendar days, with an estimated value between $25,000 and $100,000. Interested contractors should register in the System for Award Management (SAM) and are encouraged to contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further details, with the solicitation anticipated to be available on or about April 28, 2025.
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
Piping installation in the Wind Tunnel Laboratory
Buyer not available
The Department of Defense, through the United States Army Contracting Command – New Jersey, is preparing to issue a firm fixed price solicitation for the installation of upgraded piping in the Wind Tunnel Laboratory at Picatinny Arsenal, NJ. This procurement is specifically directed to Comairco Equipment, Inc., the original equipment manufacturer, due to its unique qualifications and specialized knowledge essential for the successful installation, which is critical to maintaining warranties on the equipment involved. The project is classified as unclassified, and the applicable NAICS Code is 238220, with performance expected to occur on-site in New Jersey. Interested parties should direct inquiries to Howard Kane at howard.kane.civ@army.mil or by phone at 520-669-7062, as this synopsis serves as a notice and does not represent a Request for Quote (RFQ).
Barricade System Hydraulic Cylinder Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation and replacement of hydraulic cylinders and related components for the barricade system at Goodfellow Air Force Base in Texas. The project requires contractors to provide all necessary components, including 3" x 10" hydraulic cylinders, hydraulic filters, and hydraulic fluid, ensuring compliance with specified manufacturer standards and safety regulations. This procurement is critical for maintaining operational security and safety at the base, particularly in preventing unauthorized vehicle access. Interested small businesses must submit their quotes by April 30, 2025, and are encouraged to attend a site visit on April 22, 2025, with all inquiries directed to Contract Specialist SrA Larenz Hernandez at larenz.hernandez@us.af.mil or (325) 654-3800.