Z--Lake Berryessa Automatic Doors Replacements
ID: 140R2025Q0057Type: Solicitation
AwardedSep 15, 2025
$46K$46,000
AwardeeJAKL INDUSTRY SERVICES LLC 7123 GRASSY TRL San Antonio TX 78244 USA
Award #:140R2025C0013
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for the replacement of automatic sliding doors at the Lake Berryessa Field Office in Napa, California. The project involves the removal of two existing doors and the installation of new ADA-compliant units, with an estimated budget ranging from $25,000 to $100,000. This procurement is set aside for Total Small Business concerns under Simplified Acquisition Procedures, emphasizing the government's commitment to engaging local businesses and ensuring compliance with safety and accessibility standards. Interested contractors must submit their bids by June 21, 2025, and can direct inquiries to Roxana Ahola at rahola@usbr.gov or by phone at 916-978-5549.

    Point(s) of Contact
    Ahola, Roxana
    (916) 978-5549
    (916) 978-5175
    rahola@usbr.gov
    Files
    Title
    Posted
    The document pertains to Solicitation No. 140R2025Q0057 for the replacement of automatic doors at Lake Berryessa, governed by the Central California Area Office. This amendment outlines critical instructions, conditions, and necessary compliance standards for potential offerors participating in the competitive bidding process. A firm-fixed price contract is anticipated, and all inquiries should be directed to the Contracting Officer, with a deadline for inquiries set for June 9, 2025. Key provisions include wage rate requirements for construction, emphasizing equal opportunity and affirmative action goals for minority and female participation in Napa County. Offerors must engage in a scheduled site visit on June 3, 2025, and are encouraged to inspect the work site to ensure understanding of project conditions. To submit quotes, offerors must adhere to specific instructions, which include providing completed forms and responsibility information along with their bids. The evaluation of offers will hinge solely on price, with the contract awarded to the lowest priced responsible offeror. Overall, the document serves an essential role in defining the scope of work, compliance expectations, and procedural requirements for contractors interested in the project.
    The document is an amendment to solicitation number 140R2025Q0057 concerning the Lake Berryessa Automatic Doors Replacement project. The amendment outlines essential instructions for the submission of offers, specifying that acknowledgment of the amendment is required to prevent rejection of offers. It incorporates certain modifications, including the replacement of Section L and outlines the process for submitting quotes via email to designated contacts. The deadline for submissions remains unchanged, set for June 21, 2025, at 1700 PD. Furthermore, the amendment ensures that all other terms and conditions from the original solicitation remain in effect, making this document crucial for potential contractors to remain compliant with submission requirements and timelines.
    The document outlines a solicitation for bids regarding the replacement of automatic doors at the Lake Berryessa Field Office in Napa, California. It specifies that the work includes replacing two automatic opening doors in the Administration and Visitor Center Building, with an estimated price range of $25,000 to $100,000. This procurement falls under the Simplified Acquisition Procedures and is set aside for Total Small Business concerns, making it eligible for small business participation. Bids must include performance and payment bonds, and offers are due by a specified date. The contractor is expected to begin work promptly once awarded, with a performance period to be completed within 45 days after the notice to proceed. Detailed instructions for submission, including site visit requirements and compliance with federal acquisition regulations, are provided. The document emphasizes the importance of adhering strictly to the solicitation's terms, underscoring the government's structured approach in managing construction and repair projects through competitive bidding. This solicitation highlights the government’s efforts to engage local businesses and ensure compliance with regulatory standards in public procurement processes.
    The solicitation numbered 140R2025Q0057 invites bids for the replacement of malfunctioning automatic doors at the Lake Berryessa Field Office in Napa, California. The project, budgeted between $25,000 and $100,000, seeks offers exclusively from small businesses under the Simplified Acquisition Procedures. The work involves removing two existing automatic sliding doors and installing new ADA-compliant units, including necessary labor and materials. The contractor must complete the installation within 45 days after receiving notice to proceed, with the added requirement of providing training and maintenance documentation for operational efficiency. Emphasis is placed on compliance with safety and security standards, particularly regarding contractor personnel and operations on government property. This request for services underscores the government’s commitment to improving facility accessibility and safety standards while ensuring a transparent bidding process.
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.