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
    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.
    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.
    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.
    J--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    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.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    62--Nathaniel Washington Powerplant - Luminaire Replacement
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation seeks offers for a construction contract valued between $1 million and $5 million to overhaul lighting, T-beam joints, and general cleaning at the Nathaniel Washington Powerplant, Grand Coulee Dam. The procurement aims to enhance lighting efficiency and maintain structural integrity for specialized construction projects, with a mandatory requirement for bidders to be registered in the System for Acquisition Management (SAM). The solicitation is expected by the end of August 2024.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    7B--Facility Management System Motion Control Engineer
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.