71--AIRR Shelving Units
ID: 140D0425Q0169Type: Solicitation
AwardedJul 14, 2025
$143K$142,950
AwardeeFEDERAL STORAGE SOLUTIONS LLC 10938 E SOMBRA CIR MESA AZ 85212 USA
Award #:140D0425P0107
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)

Set Aside

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

    The Department of the Interior, through the Acquisition Services Directorate, is soliciting proposals for the delivery and installation of 300 records storage shelving units at the American Indian Records Repository (AIRR) in Lenexa, Kansas. The contractor will be responsible for providing shelving that meets specific federal specifications, including the ability to support significant weight and resist corrosion, with installation required to be completed within 90 days of contract award. This procurement is crucial for enhancing the management and preservation of Indian Trust records, ensuring efficient access for federal stakeholders. Interested small businesses must submit their proposals by April 7, 2025, and can direct inquiries to Catherine Mattocks at CATHERINE_MATTOCKS@IBC.DOI.GOV or by phone at 703-964-8409.

    Point(s) of Contact
    Mattocks, Catherine
    (703) 964-8409
    (907) 271-4788
    CATHERINE_MATTOCKS@IBC.DOI.GOV
    Files
    Title
    Posted
    The Department of the Interior (DOI), through the Interior Business Center, has issued a Request for Quote (RFQ) to procure and install 300 units of records storage shelving for the American Indian Records Repository. This procurement falls under NAICS code 337215 and is set aside for small businesses, aiming to award a Firm-Fixed-Price (FFP) purchase order. The anticipated performance period is 90 days following contract award. Interested contractors are required to submit separate technical and price quotes, totaling no more than 10 pages for the technical submission, with a deadline of April 3, 2025. The selection criteria will be based on the Lowest Price Technically Acceptable (LPTA) approach, evaluating compliance with technical specifications and price fairness, respectively. The contractor must adhere to various federal acquisition regulations and must submit invoices electronically via the Treasury’s Invoice Processing Platform. The proposal should include all necessary information and certifications, with an emphasis on providing a complete and accurate response for consideration. This RFQ reflects the government’s efforts to engage small businesses and streamline the purchasing process while ensuring compliance with relevant legislation and contractual obligations.
    The document comprises a series of measurements, likely related to a construction or architectural project, with dimensions presented in feet and inches. It lists various lengths, presumably of materials or structural elements, which include multiple distinct entries ranging from 1 foot to 167 feet. The lack of accompanying context suggests these measurements could be part of an RFP (Request for Proposal) or grant application targeting construction or renovation efforts by a federal, state, or local government entity. The provided dimensions are critical for contractors to understand the scale and requirements of the proposed project, informing bids or grant applications. While specific details about the project's nature or location are absent, the document underscores the essential need for precise measurements in public works, facilitating contractors' planning and execution in alignment with regulatory standards. This focus on accurate dimensions reflects a foundational aspect of successful project proposals and implementations within governmental frameworks.
    The AIRR Shelving Solicitation Q&A document addresses inquiries related to the procurement of shelving units, part of a federal solicitation (140D0425Q0169). It confirms that the contractor is responsible for sourcing the shelving, with a layout to be provided in an upcoming amendment. While the specifications for the type of uprights are not detailed, it clarifies that the units do not need to be standalone, allowing flexibility in assembly. The contractor's proposal can offer a shelf capacity of 600 lbs instead of the originally requested 800 lbs, and the use of baked-on powder coat paint for frames and shelves is acceptable. The pricing structure for installing shelving in rows involves both starter and add-on units, though the solicitation does not require all starters. This inquiry-driven document aims to clarify requirements and specifications for potential bidders in compliance with federal procurement processes, ensuring an understanding of project expectations.
    The file primarily discusses the release of federal and state RFPs and grant opportunities for various projects aimed at improving public services and infrastructure. Key initiatives include funding for social programs, environmental sustainability projects, technological advancements in government operations, and infrastructure repair and development. Each RFP outlines specific guidelines for applications, eligibility criteria, and deadlines, ensuring transparency and accessibility for interested parties. The document emphasizes the importance of collaboration between federal, state, and local entities to enhance community engagement and resource allocation. Additionally, it highlights the necessity for rigorous monitoring and evaluation measures to assess project outcomes and maintain accountability. Overall, this initiative reflects the government's proactive approach to addressing community needs through informed partnerships and strategic investments in public service enhancement.
    This document is an amendment to a federal solicitation, specifically solicitation number 140D0425Q0169, issued by the Acquisition Services Directorate of the Interior Business Center. The amendment modifies existing terms and outlines the requirements for acknowledgment of receipt. Offers must acknowledge the amendment prior to the specified deadline, which is critical to avoid rejection. The primary purpose of this amendment is to include a Statement of Work (SOW) within the solicitation, detailing the services to be provided. The amendment specifies a period of performance from April 18, 2025, to July 17, 2025. The document emphasizes that all other terms and conditions remain unchanged unless specified otherwise. Additionally, it clarifies the process for contractors to submit changes to already submitted offers before the opening date. This amendment reinforces the procedural and administrative requirements typically found in federal RFPs, ensuring compliance and clarity in the ongoing procurement process.
    This document is an amendment to a solicitation, identified by the number 140D0425Q0169, issued by the Acquisition Services Directorate of the Interior Business Center. The primary purpose of the amendment is to post questions and answers related to the solicitation, ensuring that all bidders are informed of relevant clarifications. It specifies that offers must acknowledge receipt of the amendment by the designated deadline to avoid rejection. The amendment outlines procedural requirements for changes to offers that have already been submitted and establishes the period of performance for the contract from April 18, 2025, to July 17, 2025. Additionally, it details that the amendment does not alter other terms and conditions of the original solicitation unless explicitly stated. This structured communication is vital for maintaining transparency and compliance within the federal procurement process, reflecting the importance of clear communication in government contracts. Overall, the amendment serves to enhance procedural clarity and support effective bidding practices among contractors.
    This document serves as an amendment to a solicitation associated with the federal contract ID 140D0425Q0169. It corrects an administrative error regarding the quote submission deadline, which is now set for April 3, 2025, at 1700 hours, as opposed to the previously stated April 1 date. Additionally, the amendment clarifies that the provided layout document is not to scale and does not accurately represent the number of shelving units; it merely serves as an example of possible configurations. The period of performance for the contract will run from April 18, 2025, to July 17, 2025. Offers must acknowledge receipt of this amendment through specified methods to avoid rejection. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged and in effect. The document is structured to provide clear instructions and modifications while ensuring that potential contractors are adequately informed of the changes and requirements.
    This document is an amendment to solicitation number 140D0425Q0169, issued by the Acquisition Services Directorate of the Interior Business Center. The primary purpose of this amendment is to provide additional details regarding the spatial requirements for shelf installation and to extend the submission deadline for proposals. A diagram outlining the room's footprint has been attached to help bidders assess the space for the shelving units. Bidders are expected to determine their own shelf layout based on the items proposed. The new due date for submissions is extended from April 3, 2025, to April 7, 2025. The period of performance for the project is set from April 23, 2025, to July 22, 2025. The amendment emphasizes the importance of acknowledging its receipt in the proposal submissions to avoid potential rejection. All other terms and conditions of the solicitation remain unchanged, maintaining the necessity for compliance and proper communication during the bidding process.
    The document pertains to an amendment of a solicitation for a government contract, identified as 140D0425Q0169. The amendment outlines that contractors must acknowledge receipt of this document by specific means to ensure consideration of their offers. Quoters are permitted to submit multiple quotes; however, the award will be based on the lowest priced technically acceptable quote. The amendment emphasizes the importance of clearly demonstrating how proposed products meet specific salient characteristics outlined in the Statement of Work (SOW), implying that vague submissions could lead to disqualification. The period of performance for the contract is indicated to last from April 23, 2025, to July 22, 2025. The document holds significant relevance as it clarifies procedural requirements and expectations for bidders within the context of government contracting, ensuring compliance with established guidelines and facilitating the procurement process.
    The Department of the Interior, Office of Indian Affairs, Bureau of Trust Funds Administration, is soliciting proposals for the delivery and installation of 300 shelving units at the American Indian Records Repository (AIRR) in Lenexa, KS. This document outlines a Request for Proposal (RFP) that anticipates awarding a firm-fixed-price purchase order. The project involves providing records storage shelving hardware and installation services, following the specifications detailed in the attached Statement of Work (SOW). The expected period for performance is from April 18, 2025, to July 17, 2025. Vendors are encouraged to submit their offers, adhering to the stipulations set forth in the solicitation, which includes compliance with federal acquisition regulations and the Defense Priorities and Allocations System (DPAS). The document is structured to include sections for bid details, contractor information, and payment terms, ultimately establishing clear requirements and expectations for the proposal submission process.
    The Bureau of Trust Funds Administration (BTFA) is seeking a contractor to provide specialized project management services, document preparation, and quality control for the American Indian Records Repository (AIRR) in Lenexa, Kansas. The focus is on urgent requests from senior Department leadership, including support for initiatives like the Boarding School Initiative. The contractor will deliver and install 300 units of high-capacity records storage shelving compliant with federal specifications. Key requirements include shelving capable of holding 800 lbs, specific dimensions, and materials resistant to rust and abrasion. Delivery must occur within specified timelines, and installation is expected to be completed within 90 days of contract award, including a thorough inspection by a government representative. The contractor is responsible for maintaining site cleanliness and ensuring compliance with safety regulations throughout the installation process. This RFP underscores the need for efficient management of Indian Trust records and the importance of maintaining proper infrastructure within the AIRR.
    The Bureau of Trust Funds Administration (BTFA) is soliciting services for project management, document preparation, and quality control at the American Indian Records Repository (AIRR) in Lenexa, KS. The focus is on high-priority, urgent requests from senior leadership rather than typical operations. The contractor will deliver and install 300 shelving units for records storage, adhering to specifications set by the National Archives. Key requirements include shelving capable of supporting significant weight, specific dimensions to accommodate federal record boxes, and construction materials that resist corrosion. Installation must be completed within 90 days from contract award, including a 21-day window for setup. Contractors must adhere to safety standards, site policies, and ensure no damage occurs during installation. A thorough inspection will be conducted upon completion to ensure compliance, and any deficiencies must be rectified at no cost to the government. Overall, this project supports the efficient management of Indian Trust records, enhancing preservation and access for federal stakeholders.
    Lifecycle
    Title
    Type
    71--AIRR Shelving Units
    Currently viewing
    Solicitation
    Similar Opportunities
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    ENVIRONMENTAL CHAMBER
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a new environmental chamber designed for testing concrete, aggregate, soils, and rock. The new chamber must be a freestanding, reach-in unit with specific internal dimensions and capabilities, including a temperature range of -30 °C to 180 °C and humidity levels from 10% to 95%, along with a shelf load capacity of 75 lbs per shelf. This equipment is critical for ensuring accurate and reliable testing in environmental conditions, as the current chamber is outdated and frequently requires repairs. Interested vendors should note that the contract is set aside for small businesses, and proposals must be submitted electronically, with delivery to Denver, CO, required within 180 days of award. For further inquiries, contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    6515--Shelving System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a shelving system to be installed in the Urology Storeroom at the James A. Haley VA Hospital in Tampa, Florida. The project aims to replace shelving and storage units that were damaged due to a water leak, requiring the delivery and installation of specific DSI MODUMAX shelving units and related accessories. This procurement is critical for maintaining proper inventory and supply management within the Urology department, ensuring efficient operations in a newly renovated supply room. Interested contractors must adhere to strict compliance requirements, including federal regulations and service-disabled veteran-owned small business provisions, with proposals due by January 5, 2026. For further inquiries, contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    71--SHELVING,STORAGE AN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shelving and storage units, specifically NSN 7125016308730. The requirement includes a quantity of 16 units to be delivered to DLA Distribution within 147 days after order placement, with the approved source identified as 29381 D06-TPGD-80C1-(3). These shelving units are crucial for efficient storage solutions within military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.