J--Gas Heater Repair Palomino Valley Fire Station
ID: 140L3926Q0002Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

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 contractors to repair a gas heater at the Palomino Valley Fire Station in Reno, NV. The project involves replacing the motor assembly and fan motor of a REZNOR UDAP60 unit, which is critical for maintaining operational temperatures for fire engines during winter months. This Small Business set-aside contract has an estimated value of less than $25,000, with a performance period from January 20, 2026, to February 27, 2026. Interested contractors must submit their offers by January 13, 2026, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.

    Point(s) of Contact
    Files
    Title
    Posted
    The Palomino Valley Fire Station requires repair of a ceiling-mounted heater in its engine bay, approximately 16 feet above the floor. The project involves replacing the existing motor assembly and fan motor of a REZNOR, UDAP60 unit, which are crucial for heating and protecting fire engines from freezing during winter. The contractor will be responsible for providing necessary lifting equipment, disconnecting and removing the faulty components, properly disposing of them, and then furnishing and installing new induced draft and fan motors. The work includes start-up, testing, and troubleshooting of the new equipment. All work must comply with OSHA and applicable mechanical codes. The performance period is from January 9, 2025, to February 27, 2026, to be completed as soon as possible.
    This government file outlines various contracts and agreements, primarily focusing on labor standards and employee protections. It details requirements for contractors regarding paid sick leave, minimum wage rates, and other worker benefits, often referencing specific federal acts and orders like the Davis-Bacon Act. The document specifies conditions for applying these regulations, including contract award dates and renewal stipulations. It also addresses the handling of unlisted job classifications and the process for incorporating them into contracts. Furthermore, the file includes sections on environmental compliance, historical preservation, and general administrative provisions. The overarching theme is ensuring fair labor practices and adherence to established government guidelines across different contract types.
    Amendment 0001 for RFP 140L3926Q0002 addresses the Gas Heater Repair at Palomino Valley Fire Station. Key updates include a site visit scheduled for January 6, 2026, at 9:00 AM PST, with Grant Moss as the contact. Questions must be submitted via email to MBernard@blm.gov by 11:59 PM PST on January 6, 2026. The solicitation's closing date is extended to 11:59 PM PST on January 13, 2026, and the period of performance is from January 20, 2026, to February 27, 2026. The amendment also provides answers to contractor questions, clarifying that the electrical disconnect switch is accessible on the ceiling, wiring appears in good condition, and the floor area will be clear for access to the 16-foot high unit in the fire engine garage. The building can remain operational during repairs, with power outages coordinated through COR. The REZNOR UDAP60 unit is believed to have a 110V system, which contractors must verify.
    This amendment (140L3926Q0002/0001) modifies a solicitation, addressing questions and updating key dates for offers related to the Bureau of Land Management (BLM) Nevada State Office. The main purpose of the amendment is to clarify the solicitation, provide contact information for the Contract Specialist and Contracting Officer, and announce important schedule changes. Questions regarding the solicitation are due by January 6, 2025, with responses to be issued via a subsequent amendment. A site visit is scheduled for January 6, 2026, and the deadline for submitting offers has been extended to January 13, 2026, at 11:59 pm PST. The period of performance for the contract is from January 20, 2026, to February 27, 2026. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offer is considered. All other terms and conditions of the original solicitation remain unchanged.
    This government solicitation (140L3926Q0002) from the Bureau of Land Management (BLM) Nevada State Office is a Request for Proposal (RFP) for the repair of a Reznor UDAP60 gas heater at the Palomino Valley Fire Station in Reno, NV. This is a Small Business set-aside, firm fixed-price construction contract with an estimated value of less than $25,000. Key dates include a question deadline of December 30, 2025, and a quote due date of January 2, 2026, at 13:00 PDT. The performance period is from January 9, 2026, to February 27, 2026. The award will be based on a best-value, trade-off process, considering technical merit, past performance, and price. Offerors must submit a cover letter, a signed SF 1442 with the total price, and acknowledge any amendments. Special contract requirements include adherence to work hours, fire danger season regulations, preservation of historical data, and environmental impact rules. Payments will be made electronically through the Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--REPLACE FURNACE/PROPANE SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to replace an existing fuel oil furnace with a propane heating system at BIA Building 308 in Owyhee, NV. The project aims to enhance efficiency and safety by decommissioning the old fuel oil system and installing a new propane furnace, along with necessary piping and a propane tank, while ensuring compliance with local regulations and environmental considerations. Interested ISBEEs must submit a capability statement, including a completed Indian Economic Enterprise Representation Form, by January 5, 2025, at 5:00 PM MST, to Danielle Bitsilly at danielle.bitsilly@bia.gov. This opportunity is set aside under the Buy Indian Act, with a NAICS code of 238220 and a project value estimated at $19 million.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    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.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    J--CALIBRATION: THUNDER SCIENTIFIC HUMIDITY CHAMBERS
    Interior, Department Of The
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with Thunder Scientific Corp. for on-site calibration services of three Thunder Scientific brand Temperature/Relative Humidity Chambers. This procurement is critical as it ensures the proper functioning and accuracy of equipment used in various environmental monitoring and research applications. The estimated value of this acquisition is less than $27,300, and interested parties must submit their qualifications by January 7, 2026, to the Contracting Officer, Miranda Schindel, at 208-387-5431 or via email at mjschindel@blm.gov.
    F--BLM RABBIT VALLEY FIRE AERIAL RESEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Rabbit Valley Fire Aerial Reseeding project, which aims to reseed approximately 1,260 acres affected by the Rabbit Valley Fire in Mesa County, Colorado. Contractors are required to provide aircraft, equipment, and labor to aerially seed the designated area using 13,900 lbs of government-furnished native plant seed, adhering to specific environmental regulations and operational conditions, including the use of GPS-compatible navigation systems and weather constraints. This project is crucial for restoring the affected ecosystem and ensuring sustainable land management practices. Interested parties must submit their quotes by January 6, 2026, with questions due by January 2, 2026; for further inquiries, contact Daniel Rosales at drosales@blm.gov.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.