Z--Desert Discovery Center Water Remediation
ID: 140L1224Q0073Type: Solicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified vendors for the Desert Discovery Center Water Remediation project, aimed at addressing significant water damage and plumbing issues at the federally owned facility in Barstow, California. The project involves comprehensive remediation services, including the removal of water-damaged materials, mold remediation, and restoration of plumbing systems, with a focus on ensuring compliance with health and safety standards. This initiative is crucial for restoring the building to operational status and preparing it for future renovations. Interested small businesses must submit their quotes electronically by September 13, 2024, and are encouraged to attend a site visit on August 29, 2024, to assess project conditions. For further inquiries, vendors can contact Erim Celik at 916-978-4523 or via email at ecelik@blm.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Desert Discovery Center Water Remediation project aims to address significant water, mold, and plumbing issues at the federally owned Desert Discovery Center in Barstow, CA, which has suffered damage from a broken pipe. The project encompasses comprehensive remediation of affected areas, including various restrooms and offices, ensuring safe conditions for future remodeling. Key tasks include removing non-salvageable materials, demolishing hazardous substances (lead, asbestos), and utilizing environmental safety measures such as air filters and dehumidifiers. Performance is scheduled to be completed by June 1, 2025, with all work conducted during regular hours unless otherwise authorized. The contractor will supply all necessary personnel and materials, while the government will not provide any equipment or supplies. The successful completion of the project is vital for restoring the building to operational status, ensuring compliance with health and safety standards, and preparing the facility for future use. The document serves as a structured request for proposal (RFP), outlining objectives, specific tasks, and administrative requirements, emphasizing the government's commitment to maintaining safe public facilities.
    The document outlines federal wage determinations for construction projects in California, specifically targeting various construction types including building, heavy, highway, and dredging in San Bernardino County. It specifies wage rates and fringe benefits that contractors must pay workers under the Davis-Bacon Act and Executive Orders 14026 and 13658, which establish minimum wage requirements for federal contracts. Contracts awarded after January 30, 2022, require a minimum wage of $17.20 per hour for covered workers, while contracts from 2015 to January 29, 2022, require $12.90 per hour. Additionally, the document details various classifications of workers, their corresponding hourly wage rates and fringe benefits, including premium payments for specific locations and hazardous work. The regulations emphasize the need for compliance with worker protection laws and the annual adjustment of wage rates. The complex classification system covers a wide array of job roles within the construction sector and compliance with this wage determination is essential for contractors engaged in federal projects, ensuring fair pay and labor standards. This document serves as a critical resource for contractors and labor representatives in understanding their obligations regarding prevailing wages in federally funded construction projects.
    Amendment 01 provides revised site visit information as part of a federal construction solicitation. It emphasizes that potential contractors should inspect the project site in Barstow, California, to understand all conditions affecting contract performance. The site visit is scheduled for Thursday, August 29, 2024, at 10:00 AM, starting at the Desert Discovery Center Entrance, and BLM staff will facilitate access to areas impacted by water damage. Notably, access to the site is highly restricted, and contractors must confirm their attendance via RSVP. The document also designates Ike Miller from the BLM Barstow Field Office as the primary contact for the visit. The overall aim is to ensure that interested parties possess a comprehensive understanding of the site before submitting proposals, reinforcing the importance of onsite evaluations in the contracting process.
    The Desert Discovery Center Water Remediation project, initiated by the Barstow Field Office, focuses on addressing water damage and plumbing issues at a government-owned facility due to flooding caused by a broken pipe. The contract requires comprehensive remediation services, including removal of water-damaged materials, mold remediation, and restoration of plumbing systems to prepare the building for remodeling. Contractors must possess the necessary qualifications to handle hazardous materials like lead and asbestos, conduct environmental safety testing, and ensure the facility is safe for human occupancy upon completion. The scope of work includes detailed tasks for various areas within the center, such as restrooms and office spaces, mandating the installation of air scrubbers, dehumidifiers, and application of anti-microbial agents to affected surfaces. The performance period is until June 1, 2025, and all work should be conducted during regular government hours. No government-furnished materials or equipment will be provided, thus placing full responsibility on the contractors. The project aligns with government standards for environmental safety and public health, addressing urgent remediation needs while preparing for future renovations.
    The document is a response to inquiries regarding a government project related to hazardous material testing, specifically asbestos, lead, and mold. The Bureau of Land Management (BLM) states that no pretesting for asbestos or lead has been conducted, which raises concerns about the accuracy of project estimates. One inquiry highlights that the expenses could significantly increase if asbestos is present, necessitating an accurate assessment prior to estimate formulation. The BLM indicates adjustments in the Statement of Work, marked in red and underlined, to address these issues. Additionally, the document notes that the time of loss occurred on February 3, 2024. Overall, this document outlines critical information affecting project planning and costing, emphasizing the urgency of contamination assessments in ensuring compliance and safety in proposed work.
    The document is a site visit sign-in sheet for the Desert Discovery Center Water Remediation project, scheduled for August 29, 2024. It includes the Request for Quote (RFQ) number 140L1224Q0073 and indicates that the meeting took place at the Desert Discovery Center, located in Barstow, California. Several participants signed in, including Josiah Haefele, Erik Jacanez, and representatives from PuroFirst/Puro Clean. Contact information, such as phone numbers and email addresses, is provided for the attendees. The document serves to document the attendance of stakeholders involved in the project, highlighting the collaborative nature of this public works initiative aimed at water remediation. This project reflects the government's focus on addressing environmental challenges at local levels through federally supported initiatives. The meeting signals ongoing preparations for the project's implementation, emphasizing transparency and communication among involved parties.
    The document is an amendment to a solicitation and contract, specifically identified as amendment number 140L1224Q0073, effective until August 14, 2024. This amendment incorporates revisions to the Site Visit provision, as detailed in the original Request for Quotation (RFQ). Notably, it extends the deadline for questions from August 27, 2024, to September 4, 2024, at 4:00 PM Pacific Time. Contractors are required to acknowledge receipt of this amendment prior to the specified deadline, utilizing various methods such as signing copies or electronic communication. The document emphasizes the importance of proper acknowledgment to avoid the rejection of offers. Additionally, contractors may change previously submitted offers through formal communication referencing this amendment. Overall, the amendment serves to clarify procedural requirements and update key dates, ensuring all bidders have the same information and timeline, which is essential for maintaining fairness and transparency in the bidding process.
    The document is an amendment to solicitation number 140L1224Q0073, issued by the Bureau of Land Management in Sacramento, California. It outlines necessary procedures for acknowledging the receipt of this amendment, which must be completed prior to the specified deadline to avoid rejection of offers. The amendment incorporates a revised Statement of Work dated September 6, 2024, along with relevant questions, answers, and a Site Visit Sign-in Sheet. Importantly, the due date for quotes remains unchanged despite this amendment. The contract modification aims to clarify administrative changes and ensure clear communication regarding offer submissions. Adhering to the Federal Acquisition Regulations, this document emphasizes the importance of timely acknowledgment and compliance with specified procedures for contractors involved in this solicitation process.
    The Bureau of Land Management (BLM) has issued a Request for Quotations (RFQ) numbered 140L1224Q0073 for the Desert Discovery Center Water Remediation project, using Simplified Acquisition Procedures per FAR Part 13. The project aims to repair or alter miscellaneous buildings, with an estimated construction cost between $100,000 and $250,000, and is designated as a small business set-aside. Vendors must submit their quotes electronically by 09/13/2024. A site visit is planned for 08/20/2024, and all questions must be submitted by 08/27/2024. The awarded contract will be based on the lowest price that meets the technical requirements outlined in the RFQ. The contract's performance will commence upon receipt of a notice to proceed and must be completed by June 1, 2025. Additionally, the contractors must provide performance and payment bonds, comply with labor standards, and ensure all construction materials adhere to the Buy American Act. The document specifies necessary clauses, insurance requirements, and guidelines for invoicing and payments through the U.S. Department of the Treasury's Invoice Processing Platform. Overall, the RFQ seeks qualified vendors to ensure timely and effective remediation services for the Desert Discovery Center project while adhering to legal and organizational standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking a contractor to conduct fire sprinkler blockage inspections and gauge replacements at various locations in Elko, Nevada, under Solicitation Number 140L3924Q0149. 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 13, 2024, with a performance period from September 15 to November 30, 2024. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five detention shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement emphasizes the importance of engaging Indian Economic Enterprises, with a 100% set-aside for such businesses, and mandates adherence to federal labor regulations, including wage determinations. Interested parties must submit their all-inclusive quotes by September 20, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    Engine repair for John Deere 2154D Excavator
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified contractors to provide engine repair services for a John Deere 2154D excavator that has experienced coolant mixing with oil. The scope of work includes removing hydraulic pumps and fan assembly, cleaning the radiator, and installing new parts into the engine assembly, as detailed in Request for Quotation (RFQ) 140L1224Q0082. This procurement is critical for maintaining operational efficiency and safety in BLM's equipment fleet. Interested vendors must submit their firm, fixed-price quotes via email by September 17, 2024, and ensure compliance with federal contracting regulations, including active registration in the System for Award Management (SAM). For further inquiries, contact Michael Anson at manson@blm.gov or call 279-977-3565.
    Delintment Lake Water System Installation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the installation of a solar-powered water system at the Delintment Lake Campground in Oregon. The project involves replacing an existing handpump delivery system with a solar pump, including the installation of solar panels, a prefab concrete building, and plumbing for water tanks. This initiative is crucial for enhancing the campground's water supply while promoting sustainable practices. Interested small businesses must submit sealed bids by September 18, 2024, with an estimated contract value between $100,000 and $250,000, and work expected to commence on May 1, 2025. For further inquiries, contact Stevonne Fuller at stevonne.fuller@usda.gov or call 509-293-4187.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    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.
    F--Mold Remediation at Fort Union, New Mexico
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for mold remediation services at a housing unit located at Fort Union National Monument in New Mexico. The primary objective is to remove toxic mold from the utility room and furnace area, which has affected two bedrooms, due to a leaking furnace gasket. This project is critical for ensuring the safety and habitability of the housing unit, with a performance period scheduled from September 20, 2024, to September 30, 2024, and a proposal submission deadline set for September 18, 2024, at 1:00 p.m. MDT. Interested contractors should contact Stacy Vallie at StacyVallie@nps.gov or call 307-344-2076 for further details.
    EMERGENCY MOLD RESTORATION for BIE-JFK Day School
    Active
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting proposals for an emergency mold abatement project at the John F. Kennedy Day School located in Cedar Creek, Arizona. The project requires contractors to provide all necessary materials, labor, and supervision to remediate mold contamination in mobile classroom T-31, ensuring compliance with health and safety regulations within a 30-day timeframe following the Notice to Proceed. This initiative is crucial for maintaining a safe educational environment for students and is exclusively open to Indian Small Business Economic Enterprises (ISBEEs), promoting local economic participation. Proposals must be submitted by September 17, 2024, at noon MDT, with a mandatory site visit scheduled for September 12, 2024, and all inquiries directed to Mary Jane Johnson at maryjane.johnson@bie.edu.