BRS CHECK VALVE INSTALLATION
ID: 140L3925Q0075Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (N042)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking contractors for the installation of a backflow preventer device on the fire sprinkler system at the Black Rock Administrative Center in Nevada. This project includes the installation of a double check valve, compliance with Nevada Administrative Code, and a five-year NFPA 25 inspection of the fire sprinkler system, ensuring adherence to safety and regulatory standards. The initiative is crucial for maintaining fire safety systems within federal properties, thereby safeguarding personnel and property. Quotes must be submitted by August 11, 2025, and interested parties can contact Carey Grund at cgrund@blm.gov or by phone at 775-861-6481 for further details.

    Point(s) of Contact
    Grund, Carey
    (775) 861-6481
    (775) 861-6710
    cgrund@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) in the Winnemucca District Office requires the installation of a double check valve on the existing fire sprinkler system at the Black Rock Administrative Center near Gerlach, Nevada. This project is aimed at enhancing fire protection and requires compliance with Nevada Administrative Code and State Fire Marshal certifications. Notable tasks include a five-year NFPA 25 inspection, installation of new check valves, and necessary modifications to the existing fire riser and piping. Contractors must hold appropriate licenses, ensure all materials are U.L. listed or F.M. approved, and follow specific installation guidelines. The project includes submittal requirements, such as NSF 61 certification and shop drawings for approval. The contractor will also be responsible for testing, logging results, and providing a one-year warranty on workmanship and materials. The estimated period for completion is set from September 30, 2025, to January 30, 2026, with payment covering all associated costs of labor, materials, and taxes. This initiative underscores the BLM's commitment to maintaining safety and regulatory compliance in its facilities.
    The Bureau of Land Management (BLM) conducted an inspection and testing of the fire sprinkler system at the BLM Black Rock Station in Gerlach, Nevada, on January 5, 2022. The report indicates a thorough examination of various fire safety systems, including wet sprinklers, butterfly valves, water flow alarms, and booster pumps. Notably, the booster pump was deemed non-operational, with pressure readings falling below required standards. The report confirmed that 100% of the equipment was tested, with the entire building subjected to evaluation. NFPA regulations guided this inspection, ensuring compliance with necessary safety standards. Among the supporting documents are building permit files related to fire alarm and sprinkler system installations. This inspection underscores the importance of maintaining fire safety systems within federal properties and aligns with federal compliance objectives, ensuring proper functionality and safety for personnel and property.
    The document outlines a Request for Quote (RFQ) issued by the Bureau of Land Management (BLM) for the installation of a backflow preventer device on the fire sprinkler system at the Black Rock Administrative Center in Nevada. The project requires compliance with various safety standards, including a five-year NFPA 25 inspection of the fire sprinkler system. The contractor will be responsible for ensuring adherence to both local and federal regulations, while a single firm fixed price contract is anticipated. Quotes must be submitted by August 11, 2025, including Technical, Past Performance, Licensing, and Price information, through specified email contacts. Additional clauses regarding compliance, labor standards, and government procurement policies such as green procurement are included. The RFQ emphasizes the utilization of small businesses, particularly those owned by service-disabled veterans and women. Notably, the contract stipulates a minimum wage per Executive Order, reflecting a commitment to fair labor standards. Overall, the document serves as a comprehensive solicitation for contractors to provide services that ensure safety and regulatory compliance within the designated fire protection system while promoting small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USACE SPK DBB Construction - DDJC Tracy W28 Fire Life & Safety Repairs – Tracy, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice for potential contractors to modify the exterior fire sprinkler systems at Warehouse 28, DDJC Tracy, California. The project aims to convert the existing water-based fire sprinkler system, which is prone to freezing, to a system that remains operational in cold weather conditions. This modification is crucial for maintaining safety standards and operational readiness in the facility. Interested contractors are invited to submit capability statements by December 12, 2025, with an estimated project value between $1 million and $5 million, and a potential solicitation anticipated around March 2026. For further inquiries, contact Erik Quiralte at Erik.Quiralte@usace.army.mil or call 916-557-5157.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    B491 Fire Alarm Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Replace Fire Sprinkler Dry Piping, B-232
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with NFPA 13 and UFC 3-600-01. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025. Interested contractors can contact Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further information.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    4210--FIRE EXTINGUISHER- REPLACEMENT AND INSTALLATION
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement and installation of fire extinguishers at the Hampton VA Medical Center in Virginia. The project aims to ensure that the facility is equipped with properly installed fire extinguishers that comply with all applicable safety regulations and standards, including the installation of various types of extinguishers such as 10 ABC, 5 ABC, and 2.5 non-magnetic de-ionized water extinguishers. This procurement is particularly important for maintaining safety and compliance within the medical facility, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Quotes are due by December 10, 2025, at 11 AM EST, and interested vendors should submit their proposals via email to Contract Specialist Yanique WilliamsChin at yanique.williamschin@va.gov.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Federal Emergency Management Agency (FEMA) Region 10Federal Regional Center (FRC) Urinal Draining Pipe Repair
    Buyer not available
    The Federal Emergency Management Agency (FEMA) Region 10 is seeking proposals for the repair of urinal draining pipes at its Federal Regional Center located in Bothell, Washington. The project involves replacing existing copper waste lines, which have multiple leaks, with ABS or equivalent code-compliant piping, ensuring that all affected plumbing is fully operational. This procurement is critical for maintaining the functionality and safety of the facility's plumbing systems. Interested contractors must submit their quotes by the specified deadline and are required to attend a mandatory onsite visit on December 10, 2025, at 11 AM PST, with arrangements needing to be made 24 hours in advance. For further inquiries, contact Richard Albidress at Richard.Albidress@fema.dhs.gov or by phone at 425-686-4821.
    Notifiers
    Buyer not available
    The U.S. Department of State (DOS), specifically the Bureau of Overseas Buildings Operations (OBO), is seeking services to procure Notifier brand fire alarm equipment for its overseas posts. The primary objective of this procurement is to maintain, repair, and support fire protection systems, ensuring compliance with fire and life safety codes, Department policy, and Federal laws. These fire alarm systems are critical for ensuring safety at U.S. facilities abroad and are installed by contractors in both new and existing constructions. Interested vendors should submit their statements of interest and capability by December 19, 2025, at 10 AM (EST) to Theresa Hunt at huntt@state.gov, as this opportunity is part of a planned Blanket Purchase Agreement (BPA) under NAICS code 561621.