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
    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.
    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.
    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.
    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.
    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
    AFS FUEL BLADDERS
    Buyer not available
    The Bureau of Land Management's Alaska Fire Service is soliciting proposals for the procurement of fuel bladders and specialized storage containers under Request for Quotation (RFQ) number 140L0225Q0003. This procurement aims to acquire various sizes of fuel bladders—500, 1,000, and 2,000 gallons—constructed from military-grade fabric, designed for durability and safety, and equipped with necessary operational features. The goods are essential for effective fuel storage and containment, supporting the operational needs of fire services in Alaska. Interested vendors must submit their proposals by 4:00 PM Alaska Daylight Savings Time on March 7, 2025, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Cory Cornell at ccornell@blm.gov or by phone at 907-356-5773.
    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.
    H--ANNUAL FIRE EXTINGUISHER RECERTIFICATION
    Buyer not available
    The Bureau of Land Management (BLM) in Nevada is soliciting proposals for the annual recertification of fire extinguishers across multiple facilities, including the Las Vegas Interagency Communication Center and the Red Rock Fire Station. The contract, identified as 140L3925Q0014, encompasses inspection, servicing, hydro-testing, and replacement of fire extinguishers, with a performance period commencing on March 1, 2025, and options for four additional one-year extensions. This initiative is crucial for maintaining safety compliance in public facilities, ensuring adherence to federal regulations and standards. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Carey Grund at cgrund@blm.gov or by phone at 775-861-6481.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Sources Sought Notice
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Sources Sought notice to identify potential vendors for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aimed at procuring various types of office furniture and associated services. The procurement includes systems furniture, seating, and additional office furnishings, along with design, installation, and disposal services, all intended to modernize BLM's workspace across its facilities nationwide. Interested vendors, particularly small businesses under NAICS Code 238390, are encouraged to respond by February 21, 2025, providing necessary organizational information and confirming active registration in SAM.gov. The total contract ceiling is set at $30 million, with a minimum guarantee of $10,000, and responses will assist in defining the contractor pool for this initiative. For further inquiries, interested parties can contact Addison Page at apage@blm.gov or by phone at 303-236-3800.
    CHILLER/FREEZE STORAGE BOXES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting proposals for the procurement of chiller and freeze storage boxes, specifically designed for military applications. The contract is set aside for small businesses and requires compliance with stringent specifications, including the submission of test and inspection reports, technical data, and adherence to federal regulations regarding cybersecurity and material safety. These storage solutions are critical for maintaining the integrity of sensitive materials in various operational environments. Proposals are due by March 5, 2025, at 10:00 AM local time, and interested parties can contact Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075 for further information.
    W--YAKIMA CANYON PORTAPOTTY RENTAL Spokane District
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotations for a firm fixed-price contract for portable toilet rentals in the Yakima River Canyon area, specifically from April 1, 2025, to March 31, 2030, with options for up to four extensions. The contract aims to provide essential sanitation services at new BLM recreation sites, ensuring that public facilities are maintained to health and safety standards. This procurement is particularly important for enhancing visitor experiences in recreational areas, as it supports environmental stewardship and public access to outdoor amenities. Interested small businesses must submit their bids by March 5, 2025, and can contact Doris Jeffers at dgjeffers@blm.gov or 503-808-6061 for further details.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    93--Bison Trophy IDV
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of Buffalo Trophy Bases through an Indefinite Delivery Vehicle contract, specifically set aside for small businesses. The contract aims to establish a firm fixed price over three years, with orders placed as needed, focusing on the delivery of trophy bases that meet specified dimensions and quality requirements, excluding glass and engraving. These trophy bases are intended for use in commemorating achievements related to bison conservation and management, highlighting the importance of such items in promoting wildlife preservation efforts. Interested contractors should contact Brian Peck at bpeck@blm.gov or call 303-236-1046 for further details, with a firm delivery expectation set at approximately 90 days post-order receipt.
    Fencing Replacement at Meadowood SRMA
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.