NCAO Confined Space Rescue Services BPA
ID: 140R2025Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation's Northern California Area Office (NCAO), is soliciting bids for a Blanket Purchase Agreement (BPA) for Confined Space Rescue Services under Solicitation Number 140R2025Q0016. The objective of this procurement is to establish agreements with qualified small businesses to provide trained rescue teams equipped for operations in permit-required confined spaces at various hydroelectric power plants, ensuring compliance with OSHA standards and timely responses to rescue situations during maintenance activities. The BPA, valued at up to $650,000 over five years, will award up to three fixed-price agreements based on best value, with detailed quotes due by February 26, 2025. Interested contractors can reach out to Taylor Radford at tradford@usbr.gov or by phone at 916-978-5149 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the federally mandated requirements for rescue services during confined space entries as specified by OSHA in 29CFR1910.146. It details the responsibilities of employers in evaluating and selecting rescue teams, ensuring their readiness to respond timely and effectively based on specific hazards. Employers must inform rescue teams about potential hazards and provide access to permit spaces to facilitate effective rescue planning. Additionally, the document emphasizes the necessary training and equipment for employees designated as rescuers, including personal protective equipment (PPE), first-aid, cardiopulmonary resuscitation (CPR) training, and regular practice drills. The requirement for retrieval systems during authorized entries and the necessity of prompt chemical exposure documentation for medical treatment is also highlighted. This comprehensive approach aims to safeguard employee health and ensure effective emergency preparedness in hazardous permit spaces, reflecting the government’s commitment to workplace safety and regulatory compliance.
    This document outlines various confined space locations associated with different power plants in California. The list includes the Shasta Power Plant located at 16349 Shasta Dam Boulevard, Shasta Lake; the Keswick Power Plant at 16515 Keswick Dam Road, Redding; the Spring Creek Power Plant situated on Iron Mountain Road, Keswick; the JF Carr Power Plant along CA HW 299 West; and the Trinity Power Plant located on Powerhouse Road, Lewiston. The main intention of this document appears to be to inform relevant stakeholders about specific confined spaces that may require safety evaluations or compliance checks as part of federal or state regulations related to workplace safety, especially in environments where hazardous conditions may be present. This information is likely part of broader government RFPs and grants aimed at ensuring safety and regulatory adherence in the management of power facilities.
    The document features images of confined space entrances from the Spring Creek Power Plant, specifically highlighting three areas: the Generator Air Housing, the Turbine Scroll Case Entry, and the Draft Tube Entry. These visuals serve as typical examples for defining confined space access in the context of safety and operational protocols. They are likely included in a government Request for Proposals (RFP) or grant related to facility safety inspections, maintenance, or improvements. The emphasis on specific locations within the power plant indicates a focus on ensuring safety standards and compliance when accessing confined spaces, which is critical for worker safety and regulatory adherence in industrial environments. Overall, the document aims to inform prospective contractors or grant applicants about typical confined space environments that require expert handling and attention in the relevant proposals.
    The Bureau of Reclamation's Northern California Area Office (NCAO) is soliciting bids for a Blanket Purchase Agreement (BPA) for Confined Space Rescue Services, under Solicitation Number 140R2025Q0016. The BPA will facilitate the provision of a trained rescue team equipped for operations in permit-required confined spaces at various hydroelectric power plants. The contract aims to ensure compliance with OSHA standards, providing timely and properly equipped responses to rescue situations occurring during maintenance activities. The solicitation is exclusively set aside for small businesses and is structured to award up to three fixed-price agreements based on best value. Potential contractors must submit detailed quotes by February 26, 2025, including technical proposals and a pricing schedule for a three-man rescue team, covering five years from March 17, 2025, to March 16, 2030. Invoicing and performance management will occur through a structured process to ensure compliance, including performance assessments conducted by the Contracting Officer's Representative. The total BPA value is capped at $650,000 for the duration, with specific guidelines for service delivery, payment processing, and safety compliance outlined in the performance work statement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BEJ Confined Space Rescue Team
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for Confined Space Rescue (CSR) Team services at the B. Everett Jordan Lake Project in Moncure, North Carolina. The procurement involves the provision of four CSR teams across two phases, focusing on gate and conduit inspections, with services required from May 2025 to March 2026. This initiative is critical for ensuring safety during inspections in confined spaces, adhering to OSHA regulations, and promoting small business participation under the NAICS Code 621910. Proposals are due by March 10, 2025, and interested parties should contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or 910-251-4785 for further details.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    Suisun Bay Reserve Fleet (SBRF) Tug Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is seeking qualified vendors to provide tug services under a Blanket Purchase Agreement (BPA) for the Suisun Bay Reserve Fleet (SBRF) in California. The BPA aims to secure towing services for intra-fleet ship movements, mooring maintenance, and barge operations, ensuring operational readiness for the National Defense Reserve Fleet. This procurement is critical for maintaining maritime logistics and support in the region, with anticipated call orders totaling up to $1,000,000 over five years, and individual orders not exceeding $85,000. Interested parties should contact Lynda Luo at lynda.luo@dot.gov for further details and to express their capabilities in response to the Sources Sought notice.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    B6 HATCHERY TANKS AND FILTERS
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of six 600-gallon fiberglass tanks designed for larval use, as outlined in RFQ No. 140R3025Q0021. The tanks must meet specific technical specifications and be delivered within 30 days of contract award, with a focus on compliance with federal regulations and the inclusion of small businesses, particularly those classified under NAICS Code 326199. This procurement is crucial for supporting commercial fishing operations and environmental conservation efforts. Interested vendors must submit their quotes electronically via SAM.gov by February 28, 2025, and direct any inquiries to Nicholas Clements at nclements@usbr.gov or by phone at 702-293-8156.
    VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 5 - Pacific Southwest Region ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide Potable & Gray Water Trucks and Handwashing Stations (Trailer Mounted) for use in fire suppression and all-hazard incidents within the Pacific Southwest Region (Region 5). This procurement is part of a re-opened solicitation process aimed at ensuring adequate resources are available for emergency response, allowing both current and new contractors to submit proposals through the VIPR system. The awarded agreements will be classified as Blanket Purchase Agreements (BPAs), with a total small business set-aside, emphasizing the importance of operational acceptability, price, and past performance in the evaluation process. Interested vendors must submit their responses by February 25, 2025, and can direct inquiries to RaShauna Workman at rashauna.workman@usda.gov or by phone at 208-296-8375.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    Solicitation from the Department of Agriculture, Forest Service is seeking a Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) for multiple forests in the R5 region. The BPA will cover federal and local agency lands within 150 miles of the boundaries of various national forests. The BPA will be the primary means for future Integrated Resource Service Contracts (IRSCs), Service-based IRSCs, and restoration-based service contracts. The types of call orders that may be issued include IRSCs with required timber product removal, service-based IRSCs with the option for timber subject to agreement products, and service contracts with no timber product removal. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an active email account and be registered in the System for Award Management (SAM) to be eligible for award under this solicitation. Questions and offers must be submitted in writing to the designated points of contact. The deadline for offers is 5:00 p.m. PT on Friday, July 15, 2022.