81--RED ROCK STORAGE CONTAINERS
ID: 140L3925Q0004Type: Solicitation
Overview

Buyer

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

NAICS

Other Metal Container Manufacturing (332439)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 13, 2025, 12:00 AM UTC
  3. 3
    Due Feb 20, 2025, 9:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking proposals from small businesses for the procurement of six shipping/storage containers intended for the Red Rock Canyon National Conservation Area. The primary objective is to replace deteriorating storage sheds with durable containers that will provide effective storage solutions for equipment, tools, and materials during the remodeling of the Admin Building. These containers, approximately 40’ x 8’ x 8.5’, must meet specific conditions, including cleanliness and pest resistance, and should blend with the natural landscape through preferred earth-tone colors. Interested parties must submit their quotes by February 20, 2025, at 1 PM PT, with a performance period scheduled from April 14, 2025, to May 19, 2025. For further inquiries, potential bidders can contact Amanda Cline-Rispress at aclinerispress@blm.gov.

Point(s) of Contact
Cline-Rispress, Amanda
(000) 000-0000
(775) 861-6710
aclinerispress@blm.gov
Files
Title
Posted
The Bureau of Land Management's Southern Nevada District Office seeks proposals for the "Red Rock Storage Solution – Shipping Containers" project, aimed at providing durable storage solutions for Red Rock Canyon National Conservation Area. The project involves delivering and placing six shipping containers, sized approximately 40’ x 8’ x 8.5’, at two designated areas within the Red Rock Campground. The containers will replace deteriorating storage sheds, offering a cost-effective option for housing equipment, tools, building materials, and office supplies during the remodeling of the Admin Building. They must meet specific conditions, including cleanliness, operable doors, and pest resistance, with a preferred earth-tone color to blend with the landscape. The period of performance is anticipated to start as early as February 3, 2025. This initiative addresses current storage inadequacies and enhances organizational efficiency within the Red Rock facilities.
Feb 13, 2025, 11:12 PM UTC
The document addresses a solicitation (140L3925Q0004) for the purchase of Red Rock storage containers, detailing responses to several contractor inquiries. Key points include the contractor’s responsibility for offloading delivery containers, the acceptance of both new and used containers, and guidelines for the condition of used units. The desired specifications include dimensions, door configurations, and acceptable colors that blend with the landscape. The delivery must occur on flat, accessible ground, although there are limitations on space post-drop-off and route conditions. It confirms a Buy American Act compliance requirement, disallowing containers manufactured in China. The timeline specifies a start date for performance on April 14, 2025, with a delivery deadline of May 19, 2025. Contractor coordination for delivery is required with a 48-hour notice and a preferred virtual pre-work conference. Overall, this document outlines essential logistics, compliance, and expectations regarding the procurement process for storage containers.
Feb 13, 2025, 11:12 PM UTC
This government document is an amendment to solicitation number 140L3925Q0004, specifically regarding a contract for Red Rock storage containers. The primary purpose of the amendment is to extend the submission deadline for offers due to the need for the Bureau of Land Management (BLM) to address received questions. The new closing date is set for February 20, 2025, with submissions required by 1 PM PT/4 PM ET. Additionally, a second amendment is anticipated to be released by February 13, 2025, to provide responses to the questions posed. Key procedural details include the requirement for contractors to acknowledge the receipt of the amendment and submit documentation via specified email addresses. The amendment also clarifies that all terms and conditions from the original solicitation remain unchanged except for the modifications detailed in this document. The period of performance for the awarded contract is scheduled from February 18, 2025, to March 31, 2025. This amendment ensures that potential contractors are given adequate time to prepare their offers while maintaining compliance with federal solicitation protocols. It is administered by specific BLM staff who are points of contact for further inquiries regarding the solicitation.
Feb 13, 2025, 11:12 PM UTC
This document pertains to a modification (Amendment 002) of a federal solicitation (140L3925Q0004) for the purchase of shipping/storage containers designated for the Red Rock Canyon National Conservation Area. The amendment specifies that responses to inquiries received have been provided, and the performance period for the contract has changed to April 14, 2025, through May 19, 2025. Importantly, the submission deadline for quotes remains February 20, 2025, at 1 PM PT, and no extensions will be granted. The amendment also emphasizes that all required documentation must accompany the bids, as the government will not request any missing information after the deadline. Furthermore, it details the specification for purchasing six shipping/storage containers to be delivered and placed on site, categorizing them under Product/Service Code 8150. Interested parties are directed to submit their proposals via email to specific government contacts provided in the document. Overall, the amendment clarifies critical aspects of the solicitation process and maintains standard protocols as outlined in federal contracting procedures.
Feb 13, 2025, 11:12 PM UTC
The document pertains to a government Request for Quote (RFQ) issued by the Bureau of Land Management (BLM) for the procurement of six shipping/storage containers for the Red Rock Canyon National Conservation Area. The main aim is to solicit bids from small businesses, specifically under the NAICS code 332439 for Other Metal Container Manufacturing. The containers will be used as storage solutions at specific dimensions and delivered directly to the site. The solicitation contains essential details, including submission deadlines (February 7, 2025), technical specifications, and required certifications. Quotes must be submitted in two separate parts: a technical proposal excluding price information and a completed Standard Form 1449 with pricing details. The evaluation will focus on selecting the lowest price technically acceptable offer. Key requirements and contract clauses, such as provisions regarding small business set-asides, inspections, electronic invoicing, and specific federal acquisition regulations, are emphasized throughout. The document underscores the government’s commitment to enhancing operational efficiency at federal sites while ensuring compliance with relevant regulations and promoting small business participation in federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--Red Rock Canyon NCA Admin Building Repairs
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the repair and maintenance of the Administration Building at the Red Rock Canyon National Conservation Area in Clark County, Nevada. This project, designated under solicitation number 140L0625R0004, includes essential repairs, rodent remediation, and upgrades to the HVAC system, with a total budget estimated between $500,000 and $1 million. The procurement is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested contractors must submit their proposals by April 21, 2025, following a mandatory site visit on April 2, 2025. For further inquiries, potential bidders can contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
Trailer Asphalt Shingle Roof Replacement - Battle
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of the asphalt shingle roof on a trailer located at the Air Tanker Base in Battle Mountain, Nevada. The project involves the complete removal of the existing roofing materials and installation of a new roofing system, including gutters, with a focus on compliance with local and federal building codes and environmental sustainability. This procurement is set aside for small businesses, with a budget of under $25,000, and requires contractors to submit their quotes by April 30, 2025, following a site visit on April 16, 2025. Interested parties can contact Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420 for further details.
Solicitation, Shipping and Storage Container, NSN: 8145-01-100-6282
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is soliciting offers for the procurement of shipping and storage containers under Solicitation Number W912CH-24-Q-0103. This opportunity is a total small business set-aside, requiring the delivery of five shipping and storage containers, with an option for an additional five, all under a firm-fixed price contract. These containers, identified by NSN 8145-01-100-6282, are crucial for military logistics and operations, ensuring secure and efficient transport and storage of equipment. Interested vendors must submit their proposals by April 28, 2025, and can contact Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435 for further information.
W--ELECTRIC FORKLIFT RENTAL
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the rental of a Class 1 LPG forklift for the National Seed Warehouse System located in Boise, Idaho. The contract will be for an initial term of 12 months, with an option for extension, and requires the forklift to have a minimum lift capacity of 2,400 lbs, suitable for both indoor and limited outdoor use, while adhering to specific safety and performance standards. This procurement is crucial for the BLM's operations, ensuring the availability of necessary equipment while promoting small business participation under NAICS code 532490. Interested vendors must submit their proposals electronically by April 17, 2025, and can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
W--2025 FIRE POTTIES AND HANDWASH STATIONS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the lease and rental of portable toilets and handwashing stations to support fire suppression activities during the 2025 fire season in Nevada. The contract requires the provision of specific quantities of portable toilets and handwashing stations at multiple locations, including the Carlin Fire Station, Wells Fire Station, and Elko Helibase, with services scheduled twice weekly from May to September 2025. This procurement is critical for ensuring adequate sanitary facilities for personnel engaged in fire management efforts, reflecting the government's commitment to effective disaster response. Interested vendors must submit their proposals electronically by April 23, 2025, and can contact Caitlyn Warner at cwarner@blm.gov or by phone at 775-861-6495 for further information.
BLACK FLAG 25-1 GROUND LEVEL OFFICE AND POWER
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the rental of essential equipment to support the Black Flag 25-1 exercise at Nellis Air Force Base, Nevada. The procurement includes ten 40-foot Ground Level Office (GLO) containers, six generators, 30 tables, and 360 chairs, which are critical for accommodating maintenance personnel during the exercise scheduled from April 30 to May 16, 2025. This initiative underscores the importance of logistical support in facilitating large-scale military operations, ensuring that all equipment meets specific technical requirements for functionality and security. Proposals are due by April 21, 2025, at 10:00 AM PST, and must be submitted electronically; interested vendors should contact Sencere T. Gilbert at sencere.gilbert@us.af.mil or Katherine R. Miller at katherine.miller.18@us.af.mil for further details.
X--RV SPACE RENTALS
Buyer not available
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with JON & MARYN INVESTMENTS, LLC for the rental of two RV spaces to accommodate BLM-owned mobile homes for temporary quarters for firefighters. This procurement is essential for providing adequate housing during fire response operations, ensuring that personnel have necessary accommodations while on duty. The estimated value of this acquisition is less than $70,000, and it is set aside for small businesses under NAICS code 721211. Interested parties who believe they can meet the requirements are encouraged to contact Traci Thaler at tthaler@blm.gov by April 30, 2025, to express their interest and provide evidence of their capability.
40 FOOT ISO Cargo Container
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to solicit bids for the supply of 30 units of 40-foot ISO Cargo Containers, identified by national stock number 8150-01-463-8555. These containers must be manufactured in accordance with military specifications and will be shipped within the United States, primarily for use in military operations. This pre-solicitation notice serves to inform potential contractors that the formal Request for Quote (RFQ) will be posted on the DLA Internet Bid Board System (DIBBS), and interested parties are encouraged to monitor this site for updates. For further inquiries, Avril Dickerson can be contacted at 445-737-7976 or via email at AVRIL.DICKERSON@DLA.MIL.
Z--Anwers to questions regarding the solicitation for
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for a five-year Blanket Purchase Agreement (BPA) focused on vault toilet pumping services at three locations near Memorial Bridge Plaza in Boulder City, Nevada. The contract, identified as RFQ No. 140R3025Q0023, requires the contractor to maintain seven vault toilets, ensuring they are pumped and ready for public use, with specific service hours designated for each location. This procurement is critical for maintaining public sanitation and compliance with government regulations, emphasizing the importance of timely and efficient service delivery. Interested contractors must submit their proposals electronically via SAM.gov by April 21, 2025, and can direct inquiries to Gilbert Mincey at gmincey@usbr.gov or by phone at 702-293-8581.
81--SHIPPING AND STORAG
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacturing of specialized shipping and storage containers. The procurement focuses on new manufacture spare parts, with specific requirements for materials, quality assurance, and testing protocols, particularly emphasizing aluminum container shells and compliance with various military standards. These containers are critical for military logistics and operations, ensuring the safe transport and storage of sensitive equipment. Interested vendors must submit their quotes, including unit prices and lead times, by 2:00 PM EST on the specified closing date, and can direct inquiries to Katlyn Galetto at Katlyn.m.galetto.civ@us.navy.mil or by phone at 215-697-6549.