LIGHTING PANEL REPLACEMENT
ID: 140L3924Q0146Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- LIGHTING FIXTURES AND LAMPS (N062)

Set Aside

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

    The Bureau of Land Management (BLM) Nevada State Office is seeking qualified small businesses to replace and program the lighting panel RP1 at the California Trail Interpretive Center in Elko, Nevada. The project involves the installation of a Greengate CKT48 ControlKeeper TouchScreen panel, ensuring compliance with the National Electrical Code and NECA standards, while minimizing disruption to visitors during the installation process. This initiative is crucial for enhancing the lighting infrastructure at the center, thereby improving operational efficiency and visitor experience. Proposals are due by September 9, 2024, with a budget range of $0 to $25,000, and interested contractors can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 for further details.

    Point(s) of Contact
    Merritt, Matthew
    (775) 861-6742
    (775) 861-6710
    mbmerritt@blm.gov
    Files
    Title
    Posted
    The project involves the replacement and programming of the lighting panel RP1 at the California Trail Interpretive Center in Elko, Nevada. The contractor is required to install a Greengate CKT48 ControlKeeper TouchScreen panel, ensuring it operates similarly to the existing system while adhering to the National Electrical Code and NECA standards. The proposal includes preparation, performance testing, and coordination with the Contracting Officer to minimize disruption to visitors. The contractor must provide necessary permits, submit shop drawings for review, and ensure compliance with both safety regulations and installation guidelines. Successful operational performance testing is required for final acceptance and payment. The contract stipulates a one-year warranty for labor, and the contractor is responsible for maintaining a neat appearance throughout the project. Overall, this document outlines specific requirements and procedures for a critical electrical update to enhance the functionality of the interpretive center while ensuring visitor safety and regulatory compliance.
    The document outlines the specifications and schedules for the replacement and management of relay panels (RP1 and RP2) in a facility's lighting system. It includes circuit schedules, control power requirements, and detailed descriptions of lighting configurations for various areas such as exhibition rooms, multipurpose spaces, and outdoors. The use of specific relay circuit components and the electrical parameters (voltage, amperage, circuit lengths) of various loads are detailed to ensure proper energy management. Furthermore, it provides a comprehensive power loading summary illustrating the demand from different types of lighting, receptacles, and motors, ensuring compliance with electrical demand standards. The document serves as a technical guide for contractors and engineers involved in electrical upgrades, particularly as part of government RFPs and grants aimed at infrastructural improvements. It emphasizes the project’s objective: to modernize electrical systems and safely integrate them into existing frameworks while adhering to regulatory requirements.
    The document outlines the existing components of a control panel and relay system that are slated for replacement. Key elements include the current make and model information for the panel and control board, as well as the specific components that will be removed and upgraded. This initiative likely pertains to a governmental request for proposals (RFP) aimed at modernizing outdated control systems, ensuring they meet current operational standards and regulatory compliance. The document lacks extensive detail but underscores an essential upgrade process aimed at improving functionality and reliability of the control boards and relay panels in government operations. This replacement project reflects an effort to maintain operational integrity and enhance management of related systems within a governmental framework.
    The California Trail Interpretive Center is soliciting bids for the replacement of its lighting panel at the Elko District Office in Elko, Nevada. The bid sheet outlines three main components: mobilization efforts to begin the project, the removal of the existing lighting panel, and the installation and commissioning of a new lighting panel. Contractors are required to provide a total bid amount for these services. This project emphasizes the need for improved lighting infrastructure at the center, aligning with government efforts to enhance facility operations and visitor experiences. The request for proposals (RFP) serves as a formal invitation for qualified contractors to submit their bids, ensuring compliance and transparency in the procurement process while supporting local economic engagement.
    The Bureau of Land Management (BLM) Nevada State Office has issued a Request for Quotation (RFQ) for the replacement and programming of lighting panel RP1 at the California Trail Center, located in Elko County. The contract will be a firm-fixed price and is set aside for small businesses. The project budget ranges between $0 and $25,000, categorized under NAICS 238210, illustrating a preference for domestic construction materials. Proposals are due by September 9, 2024, and the award will follow a best-value, trade-off process, prioritizing both technical proposals and pricing. Although a site visit is not scheduled, offerors are required to inspect the worksite at their discretion to ensure full comprehension of project conditions. The successful contractor must comply with various requirements, including environmental, historical data preservation, and green procurement standards, ensuring all federal regulations are followed. The contract expects work to be conducted during specified hours, with provisions made for fire danger seasons. The contractor is also required to provide performance and payment bonds and adhere to specific invoicing procedures. This RFQ emphasizes the government’s commitment to leveraging small business capabilities while maintaining comprehensive oversight of environmental and compliance issues throughout the project.
    The document outlines a Request for Quotation (RFQ) from the Bureau of Land Management (BLM) Nevada State Office for the replacement of a lighting panel at the California Trail Center in Elko County, Nevada. The project, classified under electrical contracting (NAICS Code 238210), falls within a budget range of $0 to $25,000. The RFQ invites small businesses to submit quotes by September 9, 2024, with a contract performance period from October 14, 2024, to November 30, 2024. Key components include the installation of specific lighting equipment as per the Statement of Work, adherence to various clauses relating to federal contracts, and maintaining compliance with safety and environmental regulations. The RFQ emphasizes that this is a best-value trade-off evaluation process, where technical credentials and past performance influence the award decision alongside pricing. The document specifies necessary submissions, including a cover letter, the completed Standard Form 18, and demonstrated experience through past projects. Moreover, it stresses the importance of a responsible approach to cultural resource preservation and environmental impacts throughout the contract execution. Overall, the RFQ serves to procure specialized lighting installation services while ensuring compliance with federal contracting standards and promoting small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    B--MT IRISH CULTURAL - INTERPRETIVE MATERIALS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the development of interpretive materials related to the Mt. Irish Cultural Resource Protection project. The primary objective is to create educational content, including two large kiosk panels, six smaller interpretive panels, and a high-resolution printed map, to enhance visitor understanding of the cultural significance and recreational opportunities at the Mt. Irish Petroglyph Site. This initiative underscores the importance of cultural resource protection and visitor education, while also engaging local tribal nations in the interpretive process. Interested small businesses must submit their proposals by 2:00 PM PST on September 17, 2024, with the contract performance period running from September 23, 2024, to January 31, 2025. For further inquiries, potential bidders can contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    56--FENCE MATERIALS - BLM ELKO DISTRICT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for various fence materials for the Elko District Office in Nevada, under Solicitation Number 140L3924Q0147. The procurement includes items such as barbed wire, galvanized steel pipes, and steel fence posts, all of which must comply with specific ASTM standards and the Buy American Act. These materials are crucial for effective land management operations, ensuring the maintenance and security of public lands. Interested small businesses must submit their proposals by September 18, 2024, at 2:00 PM PST, and can direct inquiries to Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    HTNF GAOA Galena Visitor Center Weather Info Board
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Humboldt-Toiyabe National Forest, is seeking proposals for the procurement and installation of a Weather Information Board at the Galena Visitor Center in Washoe County, Nevada. The objective is to replace the existing weather display system with a new LED sign that is compatible with the Columbia Pulsar 600 weather station, including the removal and disposal of the outdated system. This project is significant for enhancing visitor information systems and ensuring compliance with federal acquisition regulations, while also promoting participation from small businesses, including those owned by veterans, women, and HUBZone residents. Proposals are due by September 16, 2024, with an expected delivery timeframe of 90 days post-award. Interested contractors can contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791 for further details.
    PIPELINE MATERIALS - BLM ELKO, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is issuing a Request for Quote (RFQ) for the procurement of various pipeline materials to be delivered to the Elko District Office in Nevada. The required materials include curb stop valves, stop and waste valves, black HDPE pipe, and plastic telescoping curb boxes, all of which must adhere to stringent specifications and the Buy American Act. These materials are essential for maintaining and improving pipeline infrastructure, ensuring compliance with federal standards. Proposals must be submitted electronically, with a focus on low price and technical acceptability, and delivery is expected within 90 days post-award. Interested vendors can contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441 for further details.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    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.
    F--SNDO ARROW CANYON ETHNOGRAPHIC ASSESSMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is soliciting proposals for an Ethnographic Assessment of Arrow Canyon, aimed at identifying cultural and spiritual sites significant to Native American tribes. The project will involve collaboration with various tribes to gather insights on traditional practices, assess the impacts of sediment accumulation from Arrow Canyon Dam, and support the recognition of historic sites for potential listing on the National Register of Historic Places. This initiative underscores the importance of integrating Traditional Ecological Knowledge into land management decisions, reflecting the BLM's commitment to honoring Indigenous heritage. Proposals are due by September 16, 2024, with a project performance period from September 20, 2024, to September 19, 2026. Interested parties should direct inquiries to Amanda Cline-Rispress at aclinerispress@blm.gov.
    NV FLAP 400(1), Logandale Trails Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NV FLAP 400(1) Logandale Trails Access Road project in Clark County, Nevada. This project involves the construction of approximately 3 miles of roadway, including grading, widening, asphalt paving, and drainage improvements, aimed at enhancing access to the Logandale Trails trailhead. The initiative is part of federal efforts to improve infrastructure and accessibility to recreational areas while ensuring compliance with safety and environmental standards. Bids are due by September 19, 2024, at 2:00 p.m. local time, with an estimated project cost ranging from $10 million to $20 million. Interested contractors can contact cflacquisitions@dot.gov for further information.
    Y--2024 PECOS DISTRICT FENCE CONSTRUCTION
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the construction, maintenance, and removal of approximately 17.7 miles of fencing in the Pecos District, specifically across Chaves and Eddy Counties in New Mexico. The project, identified as solicitation number 140L4024R0004, requires contractors to provide all necessary labor, equipment, and materials while adhering to strict specifications and environmental regulations. This initiative is part of the federal government's commitment to maintaining and enhancing public lands, ensuring safety and operational integrity within the designated areas. Proposals are due by September 12, 2024, with an estimated contract value between $200,000 and $500,000, and interested parties should direct inquiries to the contracting officer, Ronald Shumate, at rshumate@blm.gov.
    Blackbird Fence Project
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Blackbird Fence Project, which involves the removal and replacement of approximately 1.42 miles of boundary fencing in Austin, Nevada. Contractors are required to provide all necessary materials, labor, and equipment to successfully complete the project, which is estimated to cost between $25,000 and $100,000 and is set aside for small businesses under FAR 19.5. This project is crucial for effective land management and environmental stewardship within the Humboldt-Toiyabe National Forest, ensuring public safety and compliance with federal construction standards. Interested contractors must submit their proposals via email by September 20, 2024, and can direct any questions to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov by August 30, 2024.