IRA LAB BENCHES
ID: 140R8125Q0202Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Institutional Furniture Manufacturing (337127)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small business contractors to provide Kennedy Style workbenches as outlined in solicitation number 140R8125Q0138. The procurement requires various models of workbenches with specific dimensions, color (blue), material (phenolic black resin tops), and features such as adjustable leg sets and steel drawers, all designed for assembly using normal hand tools without the need for specialized equipment. These workbenches are essential for laboratory environments, supporting the Bureau's operational needs while promoting compliance with federal acquisition regulations. Interested contractors should contact Timothy Ott at tott@usbr.gov or call 303-445-3442, with delivery expected within 60 days of order placement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation (RFQ 140R8125Q0138) for the procurement of commercial workbenches, specifically Kennedy Style workbenches with specified dimensions and features. The government seeks qualified small business contractors to provide various models, including assembly capabilities without the need for specialized tools. The detailed requirements include color specifications (blue), material specifications (phenolic black resin tops), and specific features such as adjustable leg sets and steel drawers. The request emphasizes familiarity with relevant federal acquisition clauses and provides a timeline for delivery and installation. It mandates electronic invoicing via the U.S. Department of Treasury's Invoice Processing Platform, detailing necessary invoice requirements. Compliance with numerous regulations related to small businesses, labor standards, and procurement processes is essential for bidders. The purpose of this solicitation aligns with federal contracting efforts to support small businesses while ensuring compliance with federal standards and promoting efficient procurement practices. Overall, the document encapsulates an organized approach to acquiring high-quality workbench solutions tailored to government needs.
    This government document outlines a combined synopsis and solicitation for Kennedy Style workbenches under solicitation number 140R8125Q0138. It serves as a Request for Quotation (RFQ) inviting quotes from qualified contractors, specifically targeting small businesses due to its Small Business Set-Aside status. The requirements detail specifications for various types of workbenches including color, materials, and assembly conditions, with stipulated quantities and individual item descriptions. The solicitation mandates the use of normal hand tools for assembly without further modifications post-delivery. Additionally, it specifies delivery to the Bureau of Reclamation in Denver, CO, within 60 days of order, with inspection and acceptance by the government. The document incorporates essential clauses and provisions from the Federal Acquisition Regulation (FAR) addressing contract terms and conditions, payment procedures, and compliance with federal requirements on subcontracting and fair labor practices. Overall, the purpose is to establish a framework for procurement while ensuring compliance with federal acquisition laws and encouraging participation from small businesses in government contracting.
    Lifecycle
    Title
    Type
    IRA LAB BENCHES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    UNIVERSAL DAQ SYSTEM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    Work Platforms for Blasting, Painting, and Welding
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from interested parties for the construction or fabrication of semi-permanent work platforms intended for blasting, painting, and welding operations on vessels up to 154 feet in length at the Coast Guard Yard in Baltimore, Maryland. The platforms must facilitate maintenance tasks while being movable by industrial equipment, and they should adhere to specific design requirements outlined in the attached product specification sheet. Interested vendors are invited to submit their responses to a Request for Information (RFI) by December 8, 2025, and should direct their inquiries to Contract Specialist Linda B. Lassiter or Contracting Officer Representative Marie C. DeVisser via the provided email addresses. This opportunity is part of market research and does not constitute a solicitation for proposals at this time.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    N--MI DETROIT RIVER INTERNATIONAL WILDLIFE REFUGE - B
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the provision of bunkhouse furniture for the Michigan Detroit River International Wildlife Refuge. The procurement includes a variety of furniture items such as Twin XL storage beds, small dressers, and dining tables, which are essential for accommodating visitors and staff at the refuge. This contract is significant for enhancing the comfort and functionality of the refuge's facilities, thereby supporting its mission of wildlife conservation and public engagement. Interested vendors must submit their proposals by December 12, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Dana Arnold at danaarnold@fws.gov.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
    Wet Blast Cabinet
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Wet Blast Cabinet, which is essential for cleaning and preparing surfaces. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423510, which pertains to Metal Service Centers and Other Metal Merchant Wholesalers. The Wet Blast Cabinet is a critical piece of metal finishing equipment, classified under PSC code 3426, that plays a vital role in surface preparation processes. Interested vendors can reach out to Johnny Stewart at 571-588-0971 or via email at johnny.stewart2.civ@army.mil for further details regarding the solicitation.
    Sources Sought for Mobile Tool Cabinet; NSN: 5140-01-592-4360
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from businesses regarding their capabilities to produce Mobile Tool Cabinets, identified by NSN 5140-01-592-4360 and Part No. 1J0010. The procurement aims to acquire two units of these cabinets, which are essential for military operations and maintenance tasks. A Technical Data Package (TDP) is associated with this opportunity, and First Article Testing will be required for non-original equipment manufacturer (OEM) firms. Interested parties must submit their responses, including any proprietary information, by December 28, 2025, at 05:00 EST via email to Nikhil Patel and Diana Jones. Access to the TDP requires a DD 2345, Military Critical Technical Data Agreement.