CALIBRATION OF TEST EQUIPMENT, FY25
ID: 140L3725Q0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 10:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking proposals for the calibration and testing of Remote Automated Weather Stations (RAWS) weather sensors at the National Interagency Fire Center in Boise, Idaho. The selected vendor will be responsible for ensuring compliance with established calibration standards, including MIL-STD-45662A, ISO 10012-1, ISO 9001, and ANSI/NCSL Z540-1, by testing approximately 20-30 pieces of equipment annually on a Pass/Fail basis. This calibration is critical for maintaining the accuracy and reliability of weather data essential for fire management operations. Interested vendors, located within a 25-mile radius of Boise, must submit their proposals to the Contracting Officer, Casey Boyd, at cmboyd@blm.gov by January 22, 2025, with the contract performance period running from January 27, 2025, to March 28, 2025.

Point(s) of Contact
Boyd, Casey
(000) 000-0000
(208) 387-5414
cmboyd@blm.gov
Files
Title
Posted
Jan 17, 2025, 10:05 PM UTC
The Bureau of Land Management (BLM) at the National Interagency Fire Center in Boise, Idaho, is issuing a Request for Proposal (RFP) for the calibration and testing of various pieces of test equipment to ensure compliance of RAWS Weather sensors. The calibration must conform to standards such as MIL-STD-45662A, ISO 10012-1, ISO 9001, and ANSI/NCSL Z540-1, and include a Certificate of Calibration and recommendations for equipment maintenance. The vendor must be located within a 25-mile radius of Boise to facilitate timely drop-off and pick-up of equipment, which should be calibrated within a two-month timeframe. The solicitation emphasizes the need for a detailed batch processing approach, with around 20-30 pieces of equipment calibrated at a time to minimize disruption to RAWS operations. Additionally, the document outlines electronic payment request procedures that must be followed. This acquisition underscores the commitment of the Department of the Interior to maintaining accurate and reliable weather data collection critical for operational effectiveness during fire management activities.
Jan 17, 2025, 10:05 PM UTC
The document is a detailed inventory list of various electronic testing equipment, such as oscilloscopes, multimeters, power supplies, and calibrators, predominantly from recognized manufacturers like Tektronix, Agilent, Fluke, and HP. Each item is cataloged with specific details, including asset serial numbers and descriptions, indicating its purpose within the context of electronic testing and calibration. The inventory primarily features oscilloscopes and multimeters, suggesting significant emphasis on these tools for measurement and diagnostic tasks. Additionally, the inclusion of frequency counters and DC calibrators indicates the need for precise electronic testing capabilities. This document serves a vital purpose in federal and state contracting by potentially aiding in the procurement process of testing equipment required for government projects and grants. The systematic cataloging facilitates efficiency, ensuring that necessary tools are readily identifiable for various technical tasks in governmental sectors focusing on testing and quality assurance. The thoroughness reflects adherence to strict inventory management protocols typical in government operations, where accountability and equipment tracking are paramount.
Jan 17, 2025, 10:05 PM UTC
This government file outlines important clauses and requirements relevant to federal contracts, specifically addressing telecommunications and associated services. Key components include clauses pertaining to System for Award Management maintenance, service contract reporting, prohibitions against contracting with certain telecommunications entities associated with national security risks, and various labor standards that contractors must adhere to. The document emphasizes compliance with federal regulations, including the John S. McCain National Defense Authorization Act provisions prohibiting certain telecommunications equipment or services linked to foreign entities like Huawei or ZTE. It details the responsibilities of contractors in reporting compliance issues, maintaining records, and flow-down requirements to subcontractors. The structure of the document is organized by clauses, with provisions detailing definitions, prohibitions, exceptions, reporting requirements, and specific rights and obligations related to contract execution. The main purpose is to ensure that contractors understand their responsibilities under federal law, particularly concerning national security and labor standards, while managing the procurement of goods and services. The document serves as a guide for federal contractors navigating RFPs and grants while striving for transparency and security within government operations.
Jan 17, 2025, 10:05 PM UTC
The Bureau of Land Management (BLM) requires calibration and testing of RAWS Weather sensors at the National Interagency Fire Center in Boise, Idaho, to ensure compliance with maintenance standards. This task involves annual testing of around 20-30 pieces of equipment on a Pass/Fail basis, adhering to established calibration standards such as MIL-STD-45662A, ISO 10012-1, ISO 9001, and ANSI/NCSL Z540-1. The selected vendor, located within a 25-mile radius of Boise, must provide detailed documentation including Certificates of Calibration and recommendations for any equipment found out of tolerance. The calibration process must be completed within a two-month timeframe to facilitate ongoing RAWS operations, as equipment will be dropped off and picked up by RAWS technicians. This document supports the government’s objectives in ensuring consistent operational accuracy and reliability for critical weather monitoring instruments.
Jan 17, 2025, 10:05 PM UTC
The document pertains to the amendment of a solicitation, identified by the number 140L3725Q0005, from the Department of the Interior (DOI) related to contract modifications. It outlines the requirements for contractors to acknowledge receipt of the amendment by one of three methods before the specified deadline to avoid rejection of their offer. The amendment modifies the existing contract, emphasizing that payment requests must be submitted electronically through the U.S. Department of the Treasury’s Internet Processing Platform (IPP). The period of performance for the contract spans from January 27, 2025, to March 28, 2025. The document provides contact information for assistance related to the IPP, striving to ensure compliance from contractors regarding electronic payment submissions. Overall, it serves to inform contractors of necessary updates and procedures, ensuring adherence to federal guidelines for contract modifications.
Jan 17, 2025, 10:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Bureau of Land Management (BLM) for calibration and testing services for various weather sensor equipment at the National Interagency Fire Center in Boise, Idaho. The BLM requires these services to ensure compliance and maintain the accuracy of Remote Automated Weather Stations (RAWS) that play a critical role in fire management operations. The calibration must follow recognized standards such as MIL-STD-45662A and must be performed on an annual basis. The project is set to begin on January 27, 2025, with completion expected by March 28, 2025. Additionally, vendors must be located within 25 miles of Boise to facilitate equipment drop-off and pick-up. The successful proposal will also need to include certificates of calibration, accuracy ratios, comments on any findings, and recommended due dates for recalibration. The payment processes are stipulated to be handled electronically through the Department of the Treasury's Internet Processing Platform. Overall, this RFP highlights the need for timely and compliant calibration services to safeguard the operational integrity of fire management weather sensors.
Jan 17, 2025, 10:05 PM UTC
The document outlines wage determinations under the Service Contract Act (SCA), specifying that contracts entered on or after January 30, 2022, must pay covered workers a minimum wage of at least $17.75 per hour or the applicable wage rate for contracts awarded before this date. The document provides detailed wage rates for various occupations in Idaho, references mandatory fringe benefits, and describes contractor obligations regarding employee benefits like paid sick leave and uniforms. Additional stipulations outline the conformance process for unlisted occupations to ensure compliance with wage determination regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BDO BLM JUMP DRILL SEEDING FY25
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for the BDO BLM FY25 Jump Drill Seeding project in Idaho, scheduled to take place from September 15 to October 24, 2025. The project involves drill seeding approximately 3,915 acres in Owyhee County using government-provided rangeland drills and seed, with a focus on restoring land affected by fire while adhering to environmental and safety standards. This initiative is critical for ecological restoration and sustainable land management practices, emphasizing the importance of technical capability and prior experience in the evaluation of proposals. Interested vendors must submit their proposals by April 23, 2025, and can contact Thomas Parsons at tparsons@blm.gov or 208-373-3911 for further information.
LOW BACKGROUND INFRARED (LBIR) SERVICE CONTRACT
Buyer not available
The Department of Defense, specifically the Air Force Metrology and Calibration Program (AFMETCAL), is seeking sources for the Low Background Infrared (LBIR) Service Contract to support calibration and maintenance of critical infrared systems used by the Missile Defense Agency. The contract entails tasks such as operating and maintaining calibration chambers and refrigeration systems, as well as enhancing radiometric calibrations through research and design at the National Institute of Standards and Technology (NIST) facility in Gaithersburg, MD. This opportunity is vital for ensuring the operational efficiency of missile defense testing and calibration, which is crucial for the U.S. military's capabilities in missile interception. Interested parties must submit their responses by May 5, 2025, at 2:00 PM ET, and can contact Allen Kurella at allen.kurella@us.af.mil or by phone at 937-713-5843 for further information.
BOSH BOTANICAL SURVEY
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to conduct a botanical survey as part of the Bruneau-Owyhee Sage-Grouse Habitat (BOSH) project in southwest Idaho. The objective is to assess sensitive plant species and noxious weeds within a 1.67 million-acre area, focusing on a 33,734-acre treatment zone prior to juniper cutting activities, with the aim of informing biological evaluations and enhancing ecological stewardship. This initiative is crucial for biodiversity conservation and aligns with federal efforts in environmental resource management. Interested firms must submit their quotes by April 16, 2025, at 11:00 A.M. MDT, with the performance period scheduled from May 1, 2025, to October 31, 2025. For further inquiries, contact Thomas Parsons at tparsons@blm.gov or call 208-373-3911.
2025 FUEL BREAK MOWING Upper Snake Field, Idaho
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from qualified small businesses for the 2025 Fuel Break Mowing project in Upper Snake Field, Idaho. The contract involves mechanically mowing approximately 2,516 acres of rangeland vegetation to reduce fuel loads and improve vegetation composition, with work scheduled to commence on April 14, 2025, and conclude by May 15, 2025. This initiative is crucial for managing land effectively and enhancing ecological resilience, particularly in areas designated for fire prevention and wildlife habitat preservation. Interested contractors must submit their bids by April 9, 2025, and can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
WY NP Personal Protective Ground Test Sets
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the procurement of three Personal Protective Ground Test Sets under solicitation number 140R6025Q0028. This acquisition is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires bidders to submit detailed specifications and pricing that comply with ASTM standards. The test sets are essential for ensuring safety and compliance in electrical testing applications, with a delivery deadline of October 30, 2025. Interested vendors should direct inquiries to Natalie Oslund at NOslund@usbr.gov and ensure their submissions meet all federal procurement regulations.
Z--NIFC 210 RMP Insulation Replacement
Buyer not available
The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
63--ADO FIRE AND SECURITY MONITORING SERVICE
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for fire and security monitoring services across multiple locations in Alaska, specifically under Solicitation Number 140L6325Q0013. The contract aims to provide 24/7 monitoring and dispatch services to ensure compliance with safety codes and protect personnel and assets, with a focus on small business participation as it is set aside for total small business set-aside under FAR 19.5. The contract will span from May 1, 2025, to April 30, 2030, with the possibility of multiple option periods, and proposals must comply with the Buy American Act while including a Unique Entity Identifier (UEI) or Commercial and Government Entity (CAGE) Code. Interested contractors should direct inquiries to Lisa Brune at lbrune@blm.gov, and the deadline for proposal submissions has been extended to April 11, 2025, by 5:00 PM Alaska Daylight Time.
F--2025 BAYHORSE FUEL BREAK PROJECT
Buyer not available
The Bureau of Land Management (BLM) is seeking small business sources to provide tree thinning services for the 2025 Bayhorse Fuel Break Project in Idaho. This initiative aims to enhance forest health, improve wildlife habitat, and mitigate wildfire risks across approximately 130 acres by thinning dense conifer stands, primarily dominated by Douglas-fir and interspersed with Quaking Aspen. The project reflects broader federal and state efforts in land management and wildfire prevention, with operations scheduled to commence on August 4, 2025, and conclude by October 24, 2025. Interested parties must be registered in SAM and submit a capability statement along with company information to Contracting Officer Heather McBride at hmcbride@blm.gov by the specified deadlines.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.