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
    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.
    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.
    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 are intended for public messaging in various scenarios, including roadwork and emergency response, and must meet specific technical specifications outlined in the solicitation. This procurement is crucial for enhancing traffic management and public safety in the area. Interested vendors should submit their quotes by September 16, 2024, with a delivery requirement of 120 days post-award to the McCloud Ranger Station. For further inquiries, potential bidders can contact Clement Bucher at clement.bucher@usda.gov or Kari Hughes at kari.hughes@usda.gov.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    Baker Draw Designated Shooting Area Shade Structure Installation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the installation of a shade structure at the Baker Draw Designated Shooting Area in Ault, Colorado. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to complete the project, which is budgeted between $25,000 and $100,000 and must be finished within 60 days of receiving the Notice to Proceed. This initiative aims to enhance public safety and recreational use of the shooting area, ensuring compliance with federal standards and regulations throughout the construction process. Interested small businesses must submit their proposals electronically by September 20, 2024, and direct any questions to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov by August 23, 2024.
    Purchase and Delivery of Terrestrial Laser Scanners and accessories updated
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the purchase and delivery of two Leica BLK360 Generation 2 Terrestrial Laser Scanners, along with necessary accessories and software licenses. This procurement aims to enhance the agency's capabilities in collecting field data related to burn severity and forest changes, which is crucial for restoration and carbon loss quantification efforts following wildfires. The initiative is part of the High-resolution Remote Sensing and UAS Program, emphasizing the importance of advanced technologies in effective land management and environmental stewardship. Interested vendors must submit their proposals, including technical capabilities and pricing, by September 24, 2024, and can direct inquiries to Tina Frankenbery at tina.frankenbery@usda.gov.
    Blue Lakes Trailhead Reconstruction
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Blue Lakes Trailhead located in the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project aims to enhance accessibility and safety by reconditioning the parking area, replacing old restroom facilities with new vault toilets, and implementing erosion and sediment control measures. This initiative is crucial for improving public infrastructure and promoting sustainable outdoor recreation while ensuring compliance with environmental standards. Interested contractors should contact Brenda Simmons at brenda.simmons@usda.gov, with a project budget estimated between $250,000 and $500,000, and a completion timeline of 210 days following the notice to proceed.
    San Juan Bridge Campground Road & Spur Deferred Maintenance (GAOA)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the San Juan Bridge Campground Road & Spur Deferred Maintenance project located in Pagosa Springs, Colorado. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete road resurfacing and campground maintenance, with a project budget estimated between $100,000 and $250,000. This initiative is part of the Great American Outdoors Act, aimed at enhancing public recreational spaces while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.