TREE COOLER INSTALLATION, TILLAMOOK, OREGON
ID: 140L4324Q0189Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for the installation and relocation of a seed cooler at its office in Tillamook, Oregon, under solicitation number 140L4324Q0189. The project involves transporting, reassembling, and connecting the cooler to existing plumbing and electrical systems, ensuring operational efficiency while adhering to federal acquisition regulations and local safety standards. This initiative is crucial for maintaining the functionality of the BLM's facilities, particularly in preserving seed viability through controlled temperature and humidity conditions. Interested contractors should contact Rachel Jones at rmjones@blm.gov or call 503-808-6068 for further details, with the performance period extending until October 25, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document relates to the certification and compliance of cold storage doors manufactured by Econo Max Mfg in Portland, Oregon, under Oregon's building codes. It includes details about the manufacturer, inspection dates, occupancy group, and the necessary compliance with local enforcement agencies regarding permits and inspections for prefabricated components. It emphasizes the responsibility of installers to adhere to safety regulations and submit applications for necessary reviews and inspections. Additionally, technical specifications for machinery involved, like an air-cooled aftercooler, are provided, detailing its electrical requirements and motor specifications. Overall, the document serves to ensure that building components meet safety standards as part of compliance with state laws and regulations pertinent to construction projects.
    The document outlines specifications for the installation of a seedling cooler at the Tillamook Resource Area, managed by the U.S. Department of the Interior's Bureau of Land Management. It details essential components such as door schedules, mechanical layouts, and power requirements for the cooling system. Key aspects include the dimensions and materials of various doors and walls, ventilation and cooling load calculations, as well as the necessary electrical infrastructure to ensure proper functionality. The cooler must maintain a temperature range of 33-38°F and a relative humidity of 80%-95%. The project involves coordination among multiple trades to comply with building codes and operational standards. Safety protocols, including proper ventilation and heat management for condensate lines, are mandated. The specifications emphasize the importance of complying with the manufacturer's guidelines to secure efficient operations. Overall, this document provides a comprehensive framework that guides the construction and operational setup of the seedling cooler while prioritizing functionality and compliance with regulations within the context of federal mandates.
    The document outlines a Request for Quotation (RFP) for the installation and relocation of a seed cooler at the Bureau of Land Management (BLM) office in Tillamook, Oregon, under solicitation number 140L4324Q0189. This commercial services contract requires proposals for seed cooler transportation, reassembly, and related services, with a performance period extending until October 25, 2024. Key tasks include relocating the cooler and its components, connecting it to existing plumbing and electrical systems, and ensuring operational efficiency. The evaluation criteria focus on two main factors: price and technical approach. Contractors must adhere to federal acquisition regulations, including safety, inspection, and environmental compliance mandates. Furthermore, contractors must be licensed as per Oregon laws and implement stringent measures during fire danger seasons. The overall purpose of the RFP is to procure reliable services for the effective relocation and installation of the seed cooler while ensuring compliance with regulatory standards. This highlights the government's commitment to maintaining operational efficiency in its facilities through secured and regulated processes.
    The document discusses a range of government funding opportunities, specifically focusing on federal and state grants, as well as requests for proposals (RFPs). Its primary purpose is to inform potential recipients about available financial support for various projects and initiatives, emphasizing the importance of adherence to eligibility criteria and submission guidelines. Key themes include the significance of thorough responses to RFPs and the necessary documentation required for grant applications. The document outlines the structured process applicants should follow, including understanding the objectives of funding bodies, meeting specific project goals, and employing effective outreach strategies for project visibility. Supporting details stress the competitive nature of grant funding, encouraging applicants to present well-organized proposals that clearly outline project designs and anticipated outcomes. The text also addresses the need for collaboration and building partnerships to enhance project proposals. In summary, this document serves as a critical resource for understanding government funding mechanisms, providing guidance on crafting proposals that meet the required standards to secure financial support. This information is vital for individuals and organizations looking to leverage state and federal resources effectively in their initiatives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USFWS - Walk In Seed Coolers - Iowa
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the procurement of two walk-in seed coolers to be delivered to the Fergus Falls and Morris Wildlife Management Districts in Minnesota. The requirement includes specific technical specifications regarding dimensions, insulation, and power supply, with an anticipated delivery date of November 30, 2024. This procurement is part of a total small business set-aside initiative, emphasizing the importance of small business participation in government contracting. Interested vendors must submit their quotations by September 21, 2024, to Thomas Ikner at thomasikner@fws.gov, and must be registered as active vendors in the System for Award Management (SAM) to be eligible for award consideration.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    J--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking a contractor for fire sprinkler blockage inspections and gauge replacements at various facilities in Elko, Nevada. The contractor will be responsible for inspecting six fire sprinkler systems for blockages, replacing any gauges older than five years, and ensuring compliance with the National Fire Protection Association Standard 25. This initiative is crucial for maintaining the operational reliability and safety of fire suppression systems in federally managed facilities. Proposals are due by September 23, 2024, with the performance period set from September 24 to November 30, 2024. Interested contractors can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further details.
    Transportable Cooler Trailer
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for a transportable cooler trailer to support its Wildlife Services program in Maryland, Delaware, and Washington, D.C. The procurement requires a Polar King H612T or equivalent cooler trailer that can maintain a temperature of 35°F, with dimensions of 6'X12', and the capacity to hold up to 50 whole deer for meat distribution to charities. This initiative is crucial for wildlife management efforts in the region, ensuring compliance with federal acquisition regulations while promoting economic opportunities for small businesses. Interested vendors must submit their quotes by September 20, 2024, including a signed SF1449 form and relevant documentation, with inquiries directed to Samantha Johnson at samantha.johnson3@usda.gov or by phone at 612-322-4956.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    RFO MAIN BUILDING FIRE ALARM SYSTEM
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the replacement of the outdated fire alarm system at its Rawlins Field Office in Wyoming. The project aims to install a modern, addressable fire alarm system that complies with current safety regulations and technological standards, as the existing system is no longer serviceable due to obsolete components. This procurement is critical for ensuring the safety and security of the facility, aligning with federal safety codes and standards, including those outlined by the National Fire Protection Association (NFPA). Interested contractors must submit their proposals by September 23, 2024, with the performance period set from September 30, 2024, to January 31, 2025. For inquiries, contact Antoinette Nelson at amnelson@blm.gov or call 307-775-6043.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.