FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
ID: 140L3724Q0158Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.

    Point(s) of Contact
    Whetham, Audrey
    (000) 000-0000
    (208) 387-5414
    awhetham@blm.gov
    Files
    Title
    Posted
    The document outlines the terms and conditions governing contracts for commercial products and services under federal and state RFPs, emphasizing the roles and responsibilities of Contracting Officers and Contractors. Key points include the sole authority of the Contracting Officer in managing contracts, the designation of a Contracting Officer's Representative (COR) for performance monitoring, and the restrictions on the COR's authority regarding contract changes or decisions. It details electronic invoicing requirements via the U.S. Department of the Treasury’s Invoice Processing Platform, emphasizing that payments must comply with specified documentation. Additionally, references to numerous Federal Acquisition Regulation (FAR) clauses are included, illustrating compliance with legal and statutory mandates, including provisions regarding labor standards and subcontracting limits aimed at ensuring equal opportunities. The document contains specific clauses addressing small business participation, industry security measures, and ethical compliance, guiding contractors on expectation clarity in government procurements. Overall, this structured document serves as a comprehensive directive for ensuring lawful, ethical, and efficient contract execution within federal and state procurement processes.
    The provided document outlines the pricing schedule for equipment rental as part of a federal Request for Proposal (RFP). The schedule is divided into five sections: a base year and four option years, each listing various types of equipment available for rental, including mulcher heads, rubber-tracked skid steers, chippers, grapples, and grubbing attachments. For each piece of equipment, pricing is categorized by daily, weekly, and monthly rental durations. The government specifies that offers will only be considered if they encompass the entire pricing schedule, rather than partial submissions. The requirement for pricing is based on pickup and return from the same location, with the possibility of the government requesting multiple rentals at fixed prices. This structured pricing format allows for clear comparisons and facilitates budgeting for government projects in need of specialized equipment rental services.
    The Bureau of Land Management's Farmington District Office is seeking to rent skid steer attachments for vegetation management as part of a non-personnel services contract. The contractor is responsible for supplying all necessary personnel, tools, and materials, with work performed to specified standards. The rental period includes a 12-month base and four one-year option periods, commencing on October 1, 2024. Activities must occur within designated hours and locations, with contractor equipment capable of storage on BLM land at the contractor's risk. Compliance with safety and environmental regulations is mandatory, and only identified personnel may place rental requests. Offerors must submit a price quote, contact information, and a clear plan by the deadline of September 23, 2024. This RFP aims to ensure the effective management of fire and fuels, showcasing the government’s strategy for resource management while fostering contractor accountability and safety compliance during execution of the services outlined in the Statement of Work.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, aimed at treating approximately 330 acres of cheatgrass through the chemical application of the herbicide Plateau (Imazapic). The project requires contractors to conduct an on-site meeting with BLM personnel, apply herbicide while ensuring no ground disturbance, and comply with all relevant environmental regulations. This initiative is part of BLM's broader mission to restore native habitats and promote biodiversity, addressing the ecological impacts of non-native species. Quotes are due by September 19, 2024, at 4:00 p.m. MDT, and interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    Manti-LaSal National Forest, Ferron Ranger District Mini Excavator With Attachments Combined Synopsis_RFQ
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), Forest Service, is seeking quotes from qualified small businesses for the procurement of a mini excavator with specific attachments for the Manti-LaSal National Forest, Ferron Ranger District in Utah. The required mini excavator must include features such as a roll-over protection system, an enclosed cab, and attachments like a hydraulic rock breaker and auger, with delivery expected by March 1, 2025. This procurement is essential for enhancing operational efficiency in forest management and maintenance activities. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Whit Fausett at arlen.fausett@usda.gov.
    SAMA-SAIR: REPLACE UTILITY EQUIPMENT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the procurement of a Bobcat Toolcat UW56 utility vehicle, along with an optional 72" hydraulic mower deck, to replace an existing work utility vehicle at the Saugus Iron Works and Salem Maritime National Historic Sites. The vehicle must meet specific requirements, including a 2-seat cab, front-end hydraulic lift, dump bed, and various safety features, ensuring operational efficiency and safety standards within the park services. Interested vendors should note that quotes must be submitted electronically by September 20, 2024, with the contract period of performance running from October 25, 2024, to December 20, 2024. For further inquiries, contact Capreece Dunklin at capreecedunklin@contractor.nps.gov.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    MN SHERBURNE NWR - Mower with Snow Blower and 6 Tr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the acquisition of a mower with a snow blower attachment, along with the trade-in of six existing pieces of equipment, specifically for the Sherburne National Wildlife Refuge in Princeton, Minnesota. The procurement aims to enhance operational efficiency in wildlife management by replacing outdated equipment that requires maintenance and repairs, as indicated in the associated trade-in forms. This opportunity is particularly significant for small businesses, as it is set aside for total small business participation, and emphasizes the importance of compliance with federal regulations, including registration in the System for Award Management (SAM). Proposals must be submitted via email to Dana Arnold by September 23, 2024, with detailed requirements outlined in the solicitation documents.
    MOTOR GRADER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to procure a six-wheel drive Motor Grader for road maintenance operations in Ft. Duchesne, Utah. The procurement requires a Motor Grader with a 14-foot moldboard and specific operational features, including an antler rack hydraulic control system and severe-duty fuel filtration, along with comprehensive training on equipment operation. This acquisition is crucial for maintaining essential infrastructure and ensuring the functionality of road maintenance operations within the agency. Interested parties must submit their quotes in response to the Request for Quote (RFQ) by the specified deadline, with a firm-fixed-price purchase order expected to be awarded within 120 days post-award. For further inquiries, vendors can contact Renee Holly at Renee.Holly@bia.gov or by phone at 602-379-3822.