99--SLVFO IRA YOUTH SIGN MATERIALS
ID: 140L1724Q0075Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Bureau of Land Management (BLM) Colorado State Office is soliciting quotations for signage materials to support a youth Inflation Recovery Act project in Monte Vista, Colorado. The procurement involves the supply of various signage end items, with a focus on compliance with specific material standards and dimensions as outlined in the solicitation documents. These materials are crucial for ensuring clear communication regarding travel management and restrictions on public lands, thereby enhancing visitor safety and experience. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their quotes by September 16, 2024, at 8:00 AM MDT, and can direct inquiries to Contracting Officer Scott Voigt at svoigt@blm.gov.

    Point(s) of Contact
    Voigt, Scott
    (303) 239-3637
    (303) 239-3699
    svoigt@blm.gov
    Files
    Title
    Posted
    The document outlines a procurement request from the Bureau of Land Management (BLM) for various signage and kiosk materials as part of their fiscal year 2024 initiatives. It details specific items including kiosk structures, sign panels, U-channel steel posts, post drivers, markers, and a variety of decals designed for trail and traffic signage. Each item is listed with estimated quantities and prices, although all unit prices are currently marked as $0.00, suggesting either preliminary estimates or pending finalization of costs. The total estimated amount for the entire order is also indicated as $0.00. The request reflects the BLM's commitment to maintaining trails and public access areas, ensuring proper guidance and safety for visitors. This document serves a critical role within federal procurement processes, aligning with broader goals of public land management and enhanced visitor experiences.
    The document outlines recommended road and trail signing guidelines for public lands in Colorado developed by the Colorado Natural Resources Group (CNRG) to promote consistency across various agencies. The guidelines, which align with the Manual of Uniform Traffic Control Devices (MUTCD), were revised from earlier recommendations established in 1998 and 2004. Key areas covered include portal signs for travel restricted areas, including three types of signs to inform travelers about restrictions and designated routes. The report details specifications for various signs, highlighting the importance of clear communication regarding allowed and prohibited travel modes. It emphasizes the placement of signage at trailheads and junctions to ensure visitors understand travel management details. Moreover, the guidelines suggest using international symbols to delineate allowed travel modes, with specific instructions on letter and symbol sizes for visibility. Overall, these guidelines aim to facilitate safe and informed use of public lands, enhancing visitors' understanding of travel restrictions while promoting responsible outdoor activities.
    The document outlines the standards and guidelines for implementing travel management signage on public lands in Colorado, following recommendations from a 1998 travel management conference. Four primary types of signs are established: Trail Sign, Travel Restricted Area Sign, Area Open Sign, and Road Use Sign, each designed to inform travelers about permitted and restricted travel modes in specific areas. The signs emphasize clarity and consistency, utilizing specific colors, symbols, and fonts to convey information effectively. Each sign has standardized layouts, including placement of agency logos and the use of international symbols to represent various travel modes (e.g., hiking, biking, and ATV use). The guidelines mandate the use of reflective materials and specific dimensions for symbols and lettering to ensure visibility and legibility. The document is aimed at facilitating safe and responsible travel within designated areas while protecting natural resources. The implementation of these standards is crucial for maintaining the integrity of Colorado’s public lands and ensuring compliance with federal and state regulations.
    The government document outlines a Request for Proposals (RFP) related to federal grants and local/state funding opportunities. Its primary goal is to solicit applications from organizations interested in addressing specific community needs, potentially in sectors like education, healthcare, or infrastructure. Key ideas include eligibility criteria for applicants, guidelines for proposal submissions, and evaluation metrics to assess proposals' effectiveness and feasibility. The document emphasizes the importance of alignment with federal objectives and local priorities, urging applicants to demonstrate measurable impact and community engagement in their initiatives. Supporting details elaborate on deadlines, funding limits, and compliance requirements with federal and state regulations. The structured format includes sections detailing objectives, applicant qualifications, and submission procedures, ensuring a comprehensive understanding of the expectations. This framework aims to foster competitive and innovative proposals that ultimately benefit the designated populations while adhering to government standards and practices.
    The document pertains to the amendment of a solicitation (140L1724Q0075) for government contracting, which aims to clarify inquiries received post-solicitation while extending the submission deadline. The new bid due date has been changed from September 13, 2024, to September 16, 2024, at 8:00 AM MDT. Key clarifications sought by bidders include specifications for sheeting type (requiring Engineering Grade materials), decal materials (not vinyl or metal but a specialized 3M substrate), and sizes for portal signs (defined dimensions for kiosk sign panels). This amendment stresses the importance of acknowledging receipt of the changes and adhering to the revised deadlines to ensure offers are considered. The structured communication details the necessary responses and mandates potential changes to previously submitted offers. The overall purpose of this document is to facilitate a smooth procurement process by providing clarifications and extending timelines for submissions, thereby supporting efficient government contracting.
    The document outlines Amendment 0002 for solicitation 140L1724Q0075, clarifying aspects of the contract regarding signage materials and specifications. It responds to vendor inquiries about materials, sizes, responsibilities for art files, and the nature of decals to ensure compliance with government standards. Key clarifications include the required sheeting type (Engineering Grade), the material specifications for decals (a specialized 3M Engineering Grade substrate), and the exact dimensions for kiosk sign panels. The amendment addresses the documentation needed for submitting any changes to existing offers and emphasizes the importance of acknowledging the amendment by the submission deadline to avoid rejection of offers. The responses to vendor questions are crucial for providing clear guidance on expectations, technical specifications, and responsibilities, facilitating an accurate and competitive bidding process. The amendment maintains compliance with federal acquisition regulations and aims to streamline the procurement phase for the specified signage project.
    The document outlines a Request for Proposal (RFP) for the acquisition of signage materials. It specifies that the offeror, a small business located in Monte Vista, Colorado, must submit a quote by September 5, 2024, including a price list. The solicitation number is 140L1724Q0075, and the awarded contract will be administered by the Bureau of Land Management (BLM) in Colorado. The delivery requirement is set at 120 days after the award date, with payment terms stipulated for proper invoice submission. The contract incorporates various Federal Acquisition Regulation (FAR) clauses, including those addressing small business classifications and compliance with employment laws. The RFP emphasizes adherence to minimum wage requirements under recent executive orders, mandating a minimum hourly wage of $15.00 and adjustments thereafter. Essentially, this RFP reflects the government's commitment to supporting small businesses and enforcing compliance with federal labor standards, ensuring transparency and accountability throughout the contracting process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    B--BLM-CO ESCALANTE RANCH INVENTORY
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties in compliance with the National Historic Preservation Act, ensuring that all findings are documented according to established standards. This procurement is critical for preserving cultural heritage and managing resources effectively within the BLM's jurisdiction. Proposals are due by September 16, 2024, and must be submitted to Patrick Frost at pfrost@blm.gov, with a focus on demonstrating managerial qualifications, technical expertise, and compliance with federal labor regulations, including adherence to wage determinations under the Service Contract Act.
    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.
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    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.
    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.
    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.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    B--This combined synopsis/solicitation-Request for Quotation (RFQ) 24Q0005- is to
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Land Management (BLM), is seeking qualified vendors to provide non-personal commercial data collection and reporting services for the Lotic Assessment, Inventory, and Monitoring (AIM) project in Wyoming under Request for Quote (RFQ) No. 24Q0005. The primary objective is to assess approximately 3,400 miles of streams through structured data collection at 96 sampling sites, adhering to BLM's established protocols over a five-year period starting in 2025. This initiative is crucial for ecological monitoring and management, ensuring the integrity of natural resources in the region. Interested vendors must submit their quotations by September 18, 2024, and are encouraged to notify the contracting officer of their intent to respond by September 6, 2024. For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, which involves the chemical application of the herbicide Plateau (Imazapic) over approximately 330 acres to control cheatgrass, a non-native species detrimental to local ecosystems. The contractor will be required to conduct an on-site meeting with BLM personnel, apply the herbicide without causing ground disturbance, and comply with all federal and state regulations regarding chemical applications. This project is part of BLM's broader mission to restore native habitats and promote sustainable land use practices, with a performance period from October 1 to October 31, 2024, and quotes due by September 18, 2024. Interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals, with the contract awarded based on the lowest price technically acceptable offer.
    SMMU Highway Signs, Shasta Trinity National Forest, California
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of two towable lighted highway signs for the Shasta Trinity National Forest in California. The signs, which are essential for public messaging in various scenarios such as roadwork and emergency response, must comply with specific technical specifications outlined in the solicitation documents. The procurement aims to enhance traffic management and public safety through the use of advanced LED display technology, ensuring robust weather resistance and energy efficiency. Interested vendors should submit their quotes by September 16, 2024, with delivery required to the McCloud Ranger Station within 120 days post-award. For further inquiries, contact Clement Bucher at clement.bucher@usda.gov.