Drilling and Blasting Short Course (development & class delivery)
ID: 69056725Q000009Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

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

    The Department of Transportation's Federal Highway Administration is seeking qualified small businesses to develop and deliver a Drilling and Blasting Short Course aimed at enhancing the skills of construction personnel. The course will cover essential topics such as blasting methods, equipment, safety oversight, and blast design, with the goal of improving workforce training related to federal lands. Interested bidders must submit their technical quotations, including detailed approaches and relevant past performance, by February 13, 2025, with the course delivery anticipated between April 21 and April 25, 2025. For further inquiries, bidders can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7733.

    Point(s) of Contact
    WFL Simplified Acquisition
    (360) 619-7733
    WFL.Purchasing@dot.gov
    Files
    Title
    Posted
    The United States Department of Transportation's Federal Highway Administration is issuing a Request for Quotation (RFQ) for the development and delivery of a Drilling and Blasting Short Course. This solicitation, designated as a TOTAL SMALL BUSINESS SET ASIDE, invites bidders to submit quotes by February 13, 2025, with a course delivery estimated between April 21 and April 25, 2025. The course aims to equip construction personnel with knowledge regarding drilling and blasting operations, covering topics like blasting methods, equipment, safety oversight, and blast design. Bidders must provide a technical quotation, including detailed approaches, staff resumes, relevant experiences, and a draft training outline. The evaluation will focus on technical capability, relevant past performance, and price. The ideal provider must demonstrate extensive experience within the blasting industry, with instructors having at least 10 years of relevant experience in both contractor and consulting roles. This RFQ emphasizes compliance with federal acquisition regulations and requires adherence to specific submission protocols concerning the proposal's technical content and pricing structure. Overall, it underscores the government’s commitment to enhancing workforce training within the construction domain related to federal lands.
    The document outlines a federal Request for Proposals (RFP) focusing on the allocation of federal grants aimed at fostering partnerships between government entities and private organizations. The primary goal is to enhance the delivery of public services and address pressing societal challenges through innovative solutions. It emphasizes collaborative efforts that leverage resources and expertise to optimize outcomes. Key sections of the RFP describe eligibility criteria for applicants, the evaluation process for proposals, and the intended impact of funded projects. Supporting details include guidelines on budget allocation, project management, and reporting requirements, ensuring transparency and accountability throughout the funding process. The document stresses the importance of measurable results to gauge the success of initiatives funded by the grants. It seeks to empower local agencies and community organizations, particularly in underserved areas, to create sustainable improvements. Overall, the file serves as a crucial framework for guiding potential applicants in the grant application process while underscoring the federal government's commitment to community development and service enhancement through strategic partnerships and innovative practices.
    The document outlines various opportunities available through federal and state programs, specifically focusing on Requests for Proposals (RFPs) and grants. Its primary aim is to inform potential applicants about funding and project opportunities that support public and community development. Key points include eligibility criteria for applicants ranging from governmental entities to non-profits, along with application processes and deadlines. The document emphasizes the importance of aligning project proposals with federal priorities, such as economic development, health improvement, and education initiatives. Support resources, including guidelines and technical assistance programs, are highlighted to help facilitate successful applications. Overall, this resource serves as an essential guide for stakeholders seeking to leverage government funding to address community needs and enhance service delivery.
    The document serves as a Past Performance Reference Questionnaire, tailored for government contracting evaluations. It instructs offerors to collect performance assessments from assigned referees regarding a contractor’s efficiency relative to a specific government contract. The primary sections cover definitions of performance ratings—Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory—along with guidelines for justifying each rating based on the contractor's performance in key areas including technical abilities, timeliness, cost management, special needs accommodation, management quality, subcontractor integration, compliance with regulations, and resource management. Referees must provide supporting narratives for their ratings and confirm whether they would recommend the contractor for future requirements. The questionnaire emphasizes a structured approach, ensuring all feedback is objective and focused on specific performance metrics. Clear instructions on how to submit the completed assessments are also included, aimed at maintaining confidentiality and proper documentation per federal guidelines. This form ultimately aids in the evaluation process for contractors bidding on government projects, ensuring accountability and quality in past performance reviews.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation for ASI Geometric Dimensions and Blueprint Reading Course
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for a Geometric Dimensions & Tolerance/Blueprint Reading training course aimed at enhancing the skills of its employees, specifically FAA inspectors. The training will focus on equipping participants with the necessary skills to conduct standardized assessments of aviation drawings and tolerances, with an emphasis on real-world applications and ethical interviewing practices. The contractor will be responsible for conducting five in-person classes annually, each lasting 24 hours and accommodating up to 20 participants, ensuring adherence to adult learning principles and safety standards. Interested vendors must submit their technical and cost proposals by 5:00 P.M. CDT on February 14, 2025, and can direct inquiries to Shelley Howard at shelley.a.howard@faa.gov or Olivia Hill at Olivia.A.Hill@faa.gov for further details.
    Rock Creek Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Rock Creek Park Project (Solicitation Number 693C73-25-B-000006) in Washington, D.C. The project involves significant roadway repairs, including full-depth reconstruction, curb and gutter replacements, street light repairs, and drainage improvements, with an estimated total cost between $5 million and $10 million. This initiative underscores the government's commitment to engaging small businesses in public infrastructure projects while adhering to federal regulations and safety protocols. Bid documents are anticipated to be available around February 3, 2025, and interested parties must register on the SAM website for notifications and to complete necessary certifications. For further inquiries, contact Emily McCleary or C. Shawn Long at eflhd.contracts@dot.gov.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    Project CATO 10(5), 11(2), ETC - Catoctin Mountain Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the Catoctin Mountain Park project, designated as Project CATO 10(5), 11(2), located in Frederick County, Maryland. The project involves the reconstruction and resurfacing of Route 11 (Foxville-Deerfield Road) and Route 10 (Park Central Road), including full-depth reconstruction, milling, resurfacing, and ancillary improvements, with an estimated total project cost ranging from $5 million to $10 million. This initiative is crucial for enhancing park infrastructure and visitor experience while ensuring compliance with federal regulations and environmental standards. Interested bidders should prepare to submit their bids electronically by the due date specified in the solicitation documents, which are expected to be available around January 21, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    ARCH-ROAD-SUPPLY UBC
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified suppliers to provide 800 tons of Untreated Base Course (UBC) material for infrastructure projects at Arches National Park in Utah. The procurement requires the delivery of UBC between May 15 and June 15, 2025, adhering to specific quality standards and delivery protocols, including a maximum water content of 2% and compliance with Utah Department of Transportation specifications. This initiative is crucial for maintaining and enhancing park infrastructure, ensuring that the materials meet rigorous quality and performance standards. Interested small businesses must submit their quotations by February 14, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further details.
    Enhanced SAB Range Materials
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of Enhanced Sabotage and Demolitions training materials. These items are essential for supporting Units of Action as they prepare for real-world missions, enabling Special Forces Operators to test, train, and develop tactics for both kinetic and nonkinetic demolition techniques aimed at neutralizing enemy assets. The goods must be sourced from within the USA in compliance with the Berry Amendment, emphasizing their critical role in military readiness. Interested vendors should contact Roberto Amaro-Perez at roberto.amaroperez2.mil@army.mil or Ralph Jones at ralph.m.jones12.civ@army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    MINI-DRILL TOOLBOX FABRICATION
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the fabrication of custom toolboxes and supporting equipment for the Customs and Border Protection (CBP) Tactical Mini Drill. The procurement aims to provide specialized assets, including a mini-drill handling system and secure storage solutions, to enhance operational capabilities in border security efforts, particularly for investigative purposes related to cross-border tunnels. Interested vendors are required to submit their capability statements, including past performance and strategies for fulfilling the requirements, by 4:00 p.m. Central Time on February 14, 2025. For inquiries, vendors should contact Jason Perry at jason.m.perry@faa.gov, ensuring to mark all documents as proprietary as necessary.
    AK PFH 59(3), Snug Harbor Road Gulley Remediation and Erosion Control
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Snug Harbor Road Gulley Remediation and Erosion Control project in Cooper Landing, Alaska. The primary objective of this firm-fixed-price contract is to address erosion issues by remediating gullies and repairing existing erosion control measures without the use of construction equipment on the slope. This project is critical for maintaining infrastructure integrity and environmental stewardship, as it aims to prevent further erosion and enhance roadway conditions along Snug Harbor Road. Interested small businesses must submit their quotes electronically by February 16, 2025, and can direct inquiries to WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the improvement and stabilization of Hawk Creek Road in Lincoln County, Washington, under the project titles WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1). The project encompasses a range of construction activities, including earthwork, grading, paving, drainage improvements, and the installation of soil nail retaining walls and guardrails, aimed at enhancing access to the Lake Roosevelt National Recreation Area while ensuring environmental sustainability. With an estimated project cost between $5 and $10 million and a targeted completion date in Summer/Fall 2025, interested bidders are encouraged to contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to monitor the SAM website for solicitation updates.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.