A--Test and Evaluation of the BSEE Burner DRAFT RFP
ID: 140E0125R0003Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF SAFETY AND ENVIRONMENTAL ENFORCEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Oil and Gas Field Machinery and Equipment Manufacturing (333132)

PSC

NATURAL RESOURCES AND ENVIRONMENT R&D SERVICES; POLLUTION CONTROL AND ABATEMENT; APPLIED RESEARCH (AH42)

Set Aside

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

    The Bureau of Safety and Environmental Enforcement (BSEE) within the Department of the Interior is seeking proposals for the "Test and Evaluation of the BSEE Burner," aimed at enhancing crude oil disposal methods in environmentally sensitive areas. The procurement involves scientific and technical support services, structured into three phases: evaluating the current burner prototype, making necessary modifications for field testing, and conducting actual field tests in simulated scenarios. This initiative is crucial for advancing safe oil spill response technologies and is set aside for small businesses, with a contract period of 24 months following award. Interested parties can contact William Rilee at William.Rilee@bsee.gov or call 703-787-1757 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's Bureau of Safety and Environmental Enforcement (BSEE) is soliciting proposals for the "Test and Evaluation of the BSEE Burner," designed for crude oil disposal in environmentally sensitive areas. This solicitation is a small business set-aside based on FAR regulations, with a projected Firm-Fixed-Price Contract structure. The project requires scientific and technical support services, divided into three main phases: evaluation of the current burner prototype, modifications for field testing, and actual field testing of the burner in simulated scenarios. Deliverables include user manuals, inspection guidelines, and detailed reports on testing results. The project's objectives are to assess the burner’s operational effectiveness, implement necessary modifications, and ensure field compatibility for various environments. A comprehensive deliverables schedule outlines timely submission requirements, with periodic progress reports. The contract period is set at 24 months, commencing upon award, with specific optional tasks available for field deployment demonstrations. Transparency and scientific integrity in all undertakings are emphasized to safeguard the contract's credibility and foster trust between BSEE and the contractor. Overall, this initiative underscores BSEE’s commitment to advancing safe oil spill response technologies while engaging small businesses in federal contracting efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R--PERSONNEL SECURITY CONTRACTOR
    Buyer not available
    The Department of the Interior, specifically the Bureau of Safety and Environmental Enforcement (BSEE), is seeking quotes for a Personnel Security Contractor to support its Personnel Security Branch under Solicitation No. 140E0125Q0018. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), requires the provision of two full-time Security Assistants and one part-time Project Manager to manage background investigations and ensure compliance with security protocols. This contract is crucial for maintaining the integrity of personnel security processes within the department, with an expected duration of 12 months and the possibility of four additional option periods extending through 2030. Interested vendors should contact Jennifer Moreci at jennifer.moreci@bsee.gov or call 703-787-1218 for further details, and must adhere to submission protocols to ensure their proposals are considered.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    Broad Agency Announcement USCG FY26
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is announcing a Broad Agency Announcement (BAA) for research proposals aimed at enhancing freshwater oil spill preparedness and response, particularly in the Great Lakes region. The initiative seeks innovative solutions to address the unique challenges posed by oil spills in freshwater environments, where existing technologies are primarily designed for saltwater contexts. This opportunity emphasizes collaboration among academic institutions, private sectors, and first responders to advance oil spill mitigation strategies, with proposals due by March 31, 2025. Interested parties can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Spoon at William.D.Spoon@uscg.mil for further information.
    T--G&G Data Sole Source Redacted
    Buyer not available
    The Bureau of Ocean Energy Management, part of the Department of the Interior, is initiating a sole-source procurement for proprietary geological and geophysical (G&G) data essential for oil and gas exploration and production. This data is exclusively available to specific permit holders and cannot be competitively procured due to its unique nature, with TGS-NOPEC Geophysical Company identified as the sole vendor capable of providing it. The estimated cost for this procurement is between $15,000 and $16,000, with a performance period of 30 days following order receipt. Interested parties can reach out to William Rilee at William.Rilee@bsee.gov or by phone at 703-787-1757 for further information.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    HEATER BLOCK KIT/CORE/FILTER ELEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a Heater Block Kit/Core/Filter Element. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on engaging small businesses for this contract. The goods are essential for the maintenance and operation of diesel engines and components, which are critical for the Coast Guard's maritime operations. Interested vendors should reach out to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details regarding the solicitation process.
    F--ROCK POINT SHEEP DIP VAT
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking proposals for the environmental remediation of the former Rock Point Sheep Dip Vat site in Apache County, Arizona. The project involves a two-phase approach, including site assessment and sampling to identify toxaphene contamination, followed by the removal of contaminated structures and soil, and restoration of the area. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting small businesses within Indian Country. Interested contractors must submit their proposals electronically by February 24, 2025, with further inquiries directed to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    Propane BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Surface Combat Systems Center (SCSC) in Wallops Island, Virginia, is seeking proposals for a Blanket Purchase Agreement (BPA) for propane tank rental and delivery services. The BPA will cover an initial period of twelve months, starting December 11, 2025, with the potential for four additional twelve-month extensions, and will require the contractor to maintain and supply five 1,000-gallon propane tanks while ensuring compliance with all relevant regulations. This procurement is vital for supporting operational needs, with an anticipated total supply of 5,000 gallons of propane throughout the year, and is set aside for small businesses with a maximum call limit of $250,000. Interested contractors should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details.
    U.S. Navy Oil Spill Response Oil Pollution Skimmer
    Buyer not available
    The Department of the Navy is conducting market research through a Request for Information (RFI) for the procurement of Oil Pollution Skimmers, with the intent to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for approximately 30 units. The OP skimmers, designed to remove light refined oils from water surfaces in harbors, will feature a semi-catamaran design, a length of 30 feet, and aluminum construction, along with operational capabilities such as a filter belt for oil collection and hydraulic systems. This initiative is crucial for enhancing the Navy's oil spill response capabilities, with deliveries planned for locations in California and Virginia starting in Fiscal Year 2026. Interested vendors are encouraged to submit their capabilities and production capacity by the specified deadline, and can reach out to Alonzo Jackson or Joseph Saponaro for further information.