N--Wareyard Admn Site Security Repair & Upgrade
ID: 140L4325Q0091Type: Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the repair and upgrade of security systems at the Wareyard Administrative Site in Prineville, Oregon. The project involves significant enhancements, including the installation of modern access control systems and the replacement of outdated CCTV cameras to improve overall facility security. This procurement is crucial for ensuring the safety and operational integrity of government facilities, adhering to federal regulations regarding environmental protection and worker safety. Interested contractors must submit their offers by August 25, 2025, and can direct inquiries to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a corrupted or unintelligible government file that fails to present coherent information. However, through an analysis of parts that are identifiable, it seems to pertain to federal and local RFPs (Requests for Proposals) and grants. The main purpose of RFPs typically involves soliciting proposals from potential bidders for services or projects that are funded by government grants. The supporting details hint at various procedural or administrative actions needed to ensure compliance with regulations, including assessments of existing conditions, hazard surveys, and documentation requirements. Furthermore, the emphasis may lie on the safety measures, project coordination, and adherence to legal and environmental standards. The fragmented content suggests procedural necessities for project execution in government-funded initiatives, although it lacks clear structure and specifics. Overall, it underscores the importance of diligent compliance and preparation in managing such government contracts, yet does not offer substantial data or instructions for a comprehensive interpretation.
    The document outlines a Request for Quotation (RFP) for a fixed-price commercial services contract to improve the security of the Bureau of Land Management (BLM) Prineville Oregon District's Wareyard Administrative Site. This includes upgrading access control systems and replacing outdated CCTV cameras. The project aims to enhance facility security through modern technologies compatible with existing infrastructure. Offerors must comply with specific regulations and clauses, ensuring a fair evaluation process focused on price and other factors, primarily targeting small businesses. The work will adhere to federal guidelines for safety, environmental protection, and worker training. The contract is expected to last up to six months, emphasizing regulated cleanup and restoration of the work sites to pre-construction conditions. The provision also stresses the importance of adherence to security requirements, particularly background checks for contractor personnel, due to the nature of government operations. Overall, the document articulates the BLM's commitment to securing its facilities while following legal and procedural standards.
    The document outlines an amendment regarding the solicitation identified by number 140L4325Q0091, issued by the Bureau of Land Management (BLM). This amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment in order to ensure their offers are considered valid. It specifies accepted methods for acknowledgment, including written communications that reference the amendment and solicitation numbers. The document encourages interested parties to schedule site visits by contacting designated officials and outlines the period of performance for the contract from August 18, 2025, to February 17, 2026. Moreover, it underscores that this amendment is part of an ongoing contracting process and maintains the existing terms while allowing the opportunity for modifications. Compliance with these stipulations is essential for contractors aiming to submit offers or quotes successfully. By reinforcing the acknowledgment of amendments and facilitating site visits, the BLM seeks to enhance engagement and clarity in the solicitation process.
    This document outlines an amendment to a government solicitation, specifically modifying contract details related to procurement. The primary focus is the removal of sole source language, indicating that the requirement is open for competitive bids from small businesses rather than being restricted to a single provider. The solicitation's acknowledgment process is clarified, emphasizing that contractors must confirm receipt of the amendment by specified methods to avoid rejection of their offers. The period of performance for the contract is defined, running from August 18, 2025, to February 17, 2026. Overall, this amendment reflects the government's commitment to promoting fair competition and transparency in procurement processes, ensuring opportunities for small business participation while maintaining compliance with regulations. The document adheres to standard federal format, detailing the necessary modifications and continuation of the overall contract's terms.
    The document outlines an amendment to a solicitation related to federal contracting, specifically referencing the solicitation number 140L4325Q0091. The amendment primarily serves to extend the deadline for submitting offers to August 15, 2025. It emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. Contractors are instructed to submit their acknowledgments either by including it on their offer copies or through separate communication referencing the amendment. All other terms and conditions of the previous documents remain unchanged. The amendment is issued under the authority of FAR 43.103(b), indicating it is a standard procedural update within federal contracting practices. The document clearly defines the roles of the contracting officer and the contractor, formalizing the amendment process while ensuring compliance with federal regulations.
    This government solicitation amendment, form 30 (REV. 11/2016) with solicitation number 140L4325Q0091, extends the closing date for offers to August 25. The original solicitation date was July 18, 2025. This amendment specifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies, or by acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to rejection of the offer. This ensures that all potential contractors are aware of the revised deadline for submission.
    The document is a combined synopsis and solicitation for a firm fixed-price contract (solicitation no. 140L4325Q0091) from the Bureau of Land Management (BLM) for the repair and upgrade of security systems at the Wareyard Administrative Site in Prineville, Oregon, and the Bakeoven Compound in Maupin, Oregon. The main purpose is to solicit proposals from small businesses for services including replacing access control units and outdated CCTV cameras. The project entails significant upgrades such as installing compatible access control systems, ensuring all equipment is functionality tested and operational, and providing operational training for personnel. Award criteria include price and other factors, with preference given to responsible offerors conforming to the solicitation requirements. Key details include a six-month performance period, a detailed statement of work outlining specific tasks, and critical compliance with various governmental regulations, including environmental and safety standards. The document underscores the necessity for efficient project delivery while adhering to requirements for cleaning any installation damages and preserving wildlife and historical data during the construction process, showcasing the BLM's commitment to security and environmental stewardship.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Security System Service - LRGV
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its Lower Rio Grande Valley (LRGV) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The procurement includes comprehensive services such as coordinating with the Security Services Division, maintaining and upgrading security system software, and ensuring 24/7 operational support, including on-call repairs and annual inspections. This opportunity is critical for enhancing the security infrastructure at key U.S. border facilities, with a contract structured for a base year and four optional extensions, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by January 5, 2026, and are encouraged to arrange a site visit on December 17, 2025, with inquiries directed to Seone Michael Jones at seone.jones@ibwc.gov.
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    LCR Armed Guard Services 3 Month Bridge, Sole Source
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole-source contract for armed guard services to Prosecure, LLC, the incumbent contractor, for a three-month bridge period. This procurement aims to provide essential security services at the Bonneville, John Day, and The Dalles Dams, ensuring the safety and operational integrity of these critical facilities. The contract falls under the NAICS code 561612 for Security Guards and Patrol Services, with a size standard of 600 employees, and is classified under PSC code S206 for housekeeping-guards. Interested parties must submit capability statements by 2:00 PM Pacific Time on December 9, 2025, to Nathean Stoner at nathean.w.stoner@usace.army.mil, as no solicitation will be posted and oral communications are not accepted.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    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.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.