59--RAWS FTS PARTS AND SENSORS, FY25
ID: 140L3725Q0013Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a federal contract for the procurement of RAWS sensors and repair parts for fiscal year 2025, specifically with Forest Technology Systems (FTS). The acquisition includes a variety of specialized components, such as solar radiation sensors, humidity wafers, and data loggers, which are critical for the operation and maintenance of Remote Automated Weather Stations (RAWS) used in fire management and environmental monitoring. The estimated value of this procurement is $173,246.75, and interested parties must submit their qualifications by 5 PM Eastern on February 14, 2025, to be considered, as no Request for Quotation (RFQ) will be issued. For further inquiries, potential vendors can contact Casey Boyd at cmboyd@blm.gov.

    Point(s) of Contact
    Boyd, Casey
    (000) 000-0000
    (208) 387-5414
    cmboyd@blm.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J--CALIBRATION: THUNDER SCIENTIFIC HUMIDITY CHAMBERS
    Interior, Department Of The
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with Thunder Scientific Corp. for on-site calibration services of three Thunder Scientific brand Temperature/Relative Humidity Chambers. This procurement is critical as it ensures the proper functioning and accuracy of equipment essential for various environmental monitoring and research activities. The estimated value of this acquisition is less than $27,300, and interested parties must respond by February 3, 2025, if they believe they can meet the requirements, with inquiries directed to Miranda Schindel at 208-387-5431 or via email at mjschindel@blm.gov.
    66--Acoustic Doppler Current Profiler (ADCP) System
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of one Acoustic Doppler Current Profiler (ADCP) system, designated for use in medium-depth streams. The ADCP must be a portable system equipped with a dive-resistant measuring platform, capable of measuring water discharge and profiling with specific accuracy and operational requirements, including a waterproof rating and temperature range. This procurement is crucial for enhancing the BLM's environmental monitoring and management capabilities, with delivery expected by August 1, 2025, to a location in Taos, New Mexico. Interested vendors must submit their proposals by February 3, 2025, and can contact Lashondra Hubbard at lhubbard@blm.gov or 520-780-3978 for further information.
    Radiosondes
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking vendors capable of supplying Vaisala Radiosondes, models RS41-SG, RS41-SGM, and RS41-SGE, through a Sources Sought Notice. This procurement aims to support meteorological measurements essential for military operations, with a focus on ensuring accurate atmospheric data collection and enhancing operational capabilities. The radiosondes are critical for environmental monitoring and national security, featuring advanced specifications such as automated ground checks and GNSS capabilities. Interested parties must submit their responses by 12:00 PM MST on January 30, 2025, to the primary contact, Damon McLaughlin, at damon.j.mclaughlin.civ@army.mil, or by phone at 928-328-6285. The contract is anticipated to be awarded on a sole source basis to Vaisala Inc., with a focus on gathering market research to inform potential competitive procurement.
    2025 SMJ FOOD PACKAGES
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the supply of food items designated for Smokejumper Food Kits under solicitation number 140L3725Q0006. Vendors are required to provide a variety of miscellaneous food supplies, adhering to the NAICS code 311999, with specific emphasis on quality and shelf life, as items must remain viable until at least September 2025. This procurement is critical for ensuring that firefighting personnel have access to adequate nutrition during operational scenarios, highlighting the importance of reliable food supplies in emergency response situations. Proposals are due by February 6, 2025, with delivery expected by April 15, 2025, and interested parties can contact Casey Boyd at cmboyd@blm.gov for further information.
    BDO BLM BPA WILDFIRE NOXIOUS WEED TRT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for a Blanket Purchase Agreement (BPA) focused on wildfire and noxious weed treatment services. The procurement aims to address the management and eradication of invasive plant species, such as Canada Thistle and Dalmatian Toadflax, which threaten local ecosystems following recent wildfire incidents. This initiative is critical for environmental conservation and recovery efforts, ensuring that contractors adhere to BLM-approved guidelines for herbicide application and safety protocols. Interested small businesses must submit their quotes by February 7, 2025, with the total contract value estimated at up to $19.5 million, covering a performance period from April 1, 2025, to March 31, 2030, with potential extensions. For further inquiries, contact Thomas Parsons at tparsons@blm.gov or call 208-373-3911.
    Z--NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Interior, Department Of The
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the modification of the Emergency Power system at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project aims to enhance the existing 600Kw Emergency generator capacity to include a Standby Power function, ensuring that essential infrastructure can remain operational during utility power outages, thereby safeguarding the health and safety of occupants in the National Interagency Coordination Center (NICC) Dispatch Center suite area. This construction effort is critical for maintaining operational readiness during fire operations and will be conducted under a Total Small Business Set-Aside competitive solicitation, with an anticipated contract value between $250,000 and $500,000. Interested contractors should monitor www.sam.gov for the solicitation release, expected around February 2025, and are encouraged to attend a site visit to fully understand the project requirements.
    1680 - Various FMS repair requirements in support of F-18 ATFLIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to award a sole-source contract for various Foreign Military Sales (FMS) repair requirements in support of the F-18 ATFLIR system. The procurement involves specific components, including an interconnecting box and a control converter, with quantities of four and one respectively, to be supplied by Raytheon Company under an existing Repair Basic Ordering Agreement (BOA). These components are critical for the operational readiness of the F-18 aircraft, and the government intends to proceed with the award based on the lack of competitive alternatives, as the necessary data for competitive solicitation is not available. Interested parties must submit capability statements by 4:00 PM Eastern Time on February 10, 2025, and can direct inquiries to Erin Dolan at 215-697-2995 or via email at erin.e.dolan11.civ@us.navy.mil.
    Z--NIFC 210 RMP Insulation Replacement
    Interior, Department Of The
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    16--Notice of Intent: MAIN/RESERVE PARACHUTES
    Interior, Department Of The
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with Airborne Systems of North America for the procurement of specific parachutes and components, including 15 DC-7 canopies and 10 MT1S canopies and deploy bags. These parachutes are critical for the BLM Smokejumper Program, having successfully met the necessary testing and evaluation standards for operational use. The estimated value of this acquisition is less than $127,500, and interested parties must submit their qualifications by February 28, 2025, to the Contracting Officer, Mindi Paulson, at mpaulson@blm.gov, as no Request for Quotation (RFQ) will be issued.
    R--Data Buoy Services
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, intends to award a three-year service contract for Data Buoy Services focused on evaporation monitoring at Lake Nighthorse and Lemon Reservoir in Colorado. The contract will involve the design, installation, maintenance, and technology transfer of buoys that measure evaporation data, with the first year dedicated to system design and fabrication, followed by two years of ongoing support. This initiative is crucial for adopting proven technologies in collaboration with local stakeholders, ensuring continuity with previous configurations. Interested vendors must submit written notifications of interest by February 7, 2025, and registration in the SAM database is required to participate in this sole-source procurement, which is expected to be awarded around March 3, 2025. For inquiries, vendors can contact Ana Fife at afife@usbr.gov or call 801-524-3671.