N--Purchase of Telecommunications services project se
ID: 140L1225Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking proposals from small businesses for the purchase of telecommunications services related to the installation at the South Fork Mountain Site in Shasta County, California. The project aims to enhance communication capabilities by relocating a prefabricated Rohn shelter, which is crucial for BLM's operational missions and public safety. Interested contractors must comply with federal labor standards, including minimum wage requirements, and submit their proposals electronically to the designated contact, Samuel Bon, by July 14, 2025, with the performance period set from July 31, 2025, to July 30, 2026. For further inquiries, potential bidders can reach Samuel Bon at sbon@blm.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-5629 for California counties of Riverside and San Bernardino. It stipulates that contracts awarded after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, set the minimum at $13.30 per hour, unless otherwise stated. The document lists various occupations with their respective wage rates and fringe benefits, highlighting requirements for health and welfare, vacation, and paid sick leave as mandated by Executive Orders. Furthermore, it emphasizes the necessity for contractors to adhere to specific compensation standards, including potential additional classifications and wage rates for tasks not explicitly listed. The document serves as a crucial resource for contractors working under federal government contracts, ensuring compliance with labor standards and promoting fair wages in the contracting environment. The detailed occupational listings and requirements aim to support both contractors and workers in understanding their rights and obligations under federal law.
    The document outlines Wage Determination No. 2015-5627, issued by the U.S. Department of Labor, which specifies minimum wage rates for contracts subject to the Service Contract Act, particularly in Shasta County, California. For contracts initiated or renewed after January 30, 2022, workers must be paid at least $17.75 per hour unless a higher rate is designated. Contracts awarded between 2015 and January 29, 2022, require a minimum wage of $13.30 per hour, with future adjustments anticipated. The file lists specific occupational classifications along with their corresponding wage rates, such as Accounting Clerks and Automotive Workers, and includes required fringe benefits, including health and welfare payments and vacation time. Moreover, it summarizes additional contractor obligations under Executive Orders regarding paid sick leave and uniform allowances. These wage determinations support federal contractors in adhering to labor standards and ensuring fair compensation, particularly in government-funded projects and local initiatives. Detailed guidance is provided for wage conformance processes for unlisted classifications, underscoring compliance with labor regulations in government contracting contexts.
    The Bureau of Land Management (BLM) has issued a Performance Work Statement (PWS) to improve its communication network by relocating a prefabricated Rohn shelter from Riverside to South Fork Mountain in Shasta County, California. This relocation is intended to enhance communication capabilities for BLM's operational missions, supporting public safety and resource management. Key tasks include the physical relocation of the shelter, ensuring safe transportation, and compliance with safety regulations. The contractor must prepare for rough access conditions, potential wildlife encounters, and variable weather. Additional responsibilities consist of coordinating with BLM staff, attending pre-work meetings, providing necessary safety equipment, and ensuring the site is clean upon project completion. The contract stipulates adherence to applicable safety codes, mandates emergency procedures, and requires a final site inspection by BLM before acceptance. The timeline for project execution is one year, and communication with BLM staff is crucial throughout the process. Overall, the PWS underscores the importance of efficient communication infrastructure to support BLM's operational effectiveness and the contractor's accountability in fulfilling project requirements.
    The document serves as an amendment to Solicitation No. 140L1225Q0044, pertaining to a purchase order for telecommunications services at the South Fork Mountain Site. It outlines critical details for vendors interested in submitting offers. Acknowledgment of the amendment is required prior to the specified deadline to ensure offers are considered. The amendment corrects the due date from "09/09/2024 6:00 PM PST" to "07/14/2025 6:00 PM PDT," with a performance period scheduled from "07/31/2025" to "07/30/2026." Proposals must be submitted electronically to the designated contracting officer, Samuel Bon, and must include all relevant shipping or travel costs. The notice emphasizes adherence to the terms outlined in the accompanying solicitation and changes the administrative content while leaving other terms of the document unchanged. This amendment reflects the procedural diligence inherent to government procurement processes, ensuring accuracy and clarity in the solicitation timeline and contractual obligations.
    The Bureau of Land Management (BLM) has issued a Request for Quotation (RFQ) 140L1225Q0044 for telecommunications installation services at the South Fork Mountain Site in Shasta County, California. This combined synopsis/solicitation seeks firm, fixed-price quotes, primarily from small businesses, in compliance with FAR guidelines. Interested parties must submit proposals via email to sbon@blm.gov by September 9, 2024, detailing their pricing and technical capability in accordance with the Performance Work Statement. The document outlines the requirements for the project, including the necessity for contractors to be registered in the System for Award Management (SAM). It includes various contractual clauses, including those pertaining to labor standards and past performance evaluation. The contract mandates compliance with multiple federal regulations, including those addressing minimum wage and supplier security. This RFQ reflects the government’s commitment to transparency and proper supply chain security, ultimately aiming to enhance federal telecommunications infrastructure while engaging qualified suppliers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    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.
    R--This is a sources sought, request for information
    Interior, Department Of The
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.