99--USFS SIGN POSTS
ID: 140L6224Q0053Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management's Wyoming State Office, is soliciting proposals for the procurement of 1,000 US Forest Service sign posts, with a delivery deadline set for January 31, 2025. The procurement requires vendors to provide sign posts made of galvanized steel, adhering to specific dimensions and features, including friction lugs and drilled holes for installation. These sign posts are crucial for marking and identifying various locations within forested areas, ensuring safety and navigation for the public. Interested contractors must be registered with SAM.gov and comply with federal regulations, with inquiries directed to Crystal Martinez at crystalm@blm.gov or by phone at 307-775-6336.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    The document AMD 001 outlines specific inquiries and clarifications associated with the solicitation for USFS Sign Posts (140L6224Q0053). Key concerns include the specifications for "friction lugs," which should measure 0.5 inches wide and 0.5 inches long from the bend but can allow minor deviations for compatibility in stacking. The radius of bends is not specified, allowing some flexibility. There is an acknowledgment that some contractors are unfamiliar with this type of sign post, indicating that leniency exists regarding the required specifications. Additionally, a need for galvanized steel posts, measuring 65 inches in length instead of the specified aluminum at 72 inches, is addressed, suggesting some adaptability in material choice. The document raises questions about the design classification of the posts and includes a request for the total weight specification, which remains unclear. The accompanying photographs help illustrate the required specifications and details. Overall, the document emphasizes the procurement process's flexibility and the need for clarity in sign post specifications to meet the project requirements effectively.
    This document serves as an amendment to solicitation number 140L6224Q0053, detailing changes and requirements for the procurement of 1,000 USFS sign posts. The primary purpose is to inform contractors of necessary actions regarding the acknowledgment of this amendment and the procedure for submitting offers. Contractors must confirm receipt of the amendment by specific methods prior to the set deadline to avoid rejection of their offers. The delivery is directed to the US Forest Service in Laramie, WY, with a completion date of January 31, 2025. Essential requirements include active registration with SAM.gov, adherence to Section 889 clauses, invoicing procedures, and evaluation criteria outlined in FAR 52.212-2. The amendment addresses questions from potential offerors and highlights the necessity for current SAM registration when making offers. Additionally, clear instructions for bid submission and the requirement to include a Unique Entity Identifier (UEI) are provided to facilitate compliance. This amendment underlines the significance of precise communication and compliance in federal procurement processes, ensuring clarity for contractors involved in government projects.
    This federal government document pertains to a Request for Proposal (RFP) for the procurement of 1,000 US Forest Service signposts, with delivery addressed to Laramie, WY, by January 31, 2025. The RFP outlines the solicitation structure, including the requirement for vendors to provide active registration at SAM.gov, compliance with federal clauses, and adherence to the Federal Acquisition Regulation (FAR) provisions. It specifies instructions for bidders, including the necessity to submit a signed quote via email, along with required certifications and representations addressing telecommunications equipment compliance. Key terms outline payment procedures through the Department of Treasury’s Invoice Processing Platform, emphasizing electronic invoicing. The document also lists clauses incorporated by reference that contractors must comply with, including those concerning business ethics, procurement restrictions, and performance evaluations. This RFP illustrates the federal government’s procurement processes aimed at ensuring compliance with regulations and promoting fair competition among eligible businesses, particularly small and disadvantaged enterprises.
    This document details the specifications for sign posts made of galvanized steel for government projects. The key features include a 16-gauge steel strip measuring 2.875 inches wide, drilled with five holes of 5/16-inch diameter for 1/4-inch rivets, and includes four friction lugs for stability. The total weight of the sign post is documented at 3.46 pounds, and the measurements are presented in decimal inches to ensure precision. The document is technical in nature, providing essential details necessary for manufacturers or contractors responding to Requests for Proposals (RFPs) in federal or state projects. This specification serves the purpose of guiding the design and fabrication of the sign posts to meet standard construction requirements and facilitate consistent installation practices.
    Lifecycle
    Title
    Type
    USFS SIGN POSTS
    Currently viewing
    Solicitation
    Similar Opportunities
    SMMU Highway Signs, Shasta Trinity National Forest, California
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of two towable lighted highway signs for the Shasta Trinity National Forest in California. The signs, which are essential for public messaging in various scenarios such as roadwork and emergency response, must comply with specific technical specifications outlined in the solicitation documents. The procurement aims to enhance traffic management and public safety through the use of advanced LED display technology, ensuring robust weather resistance and energy efficiency. Interested vendors should submit their quotes by September 16, 2024, with delivery required to the McCloud Ranger Station within 120 days post-award. For further inquiries, contact Clement Bucher at clement.bucher@usda.gov.
    56--FENCE MATERIALS - BLM ELKO DISTRICT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for various fence materials for the Elko District Office in Nevada, under Solicitation Number 140L3924Q0147. The procurement includes items such as barbed wire, galvanized steel pipes, and steel fence posts, all of which must comply with specific ASTM standards and the Buy American Act. These materials are crucial for effective land management operations, ensuring the maintenance and security of public lands. Interested small businesses must submit their proposals by September 18, 2024, at 2:00 PM PST, and can direct inquiries to Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    DENALI NATIONAL PARK HIGHWAY SIGNS
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotes for the manufacturing and installation of new highway trailhead signs at Denali National Park and Preserve in Alaska. This project aims to enhance wayfinding for visitors to the newly opened Tsenesdghaas Na’ trailhead by installing two new signs and removing existing signage, ensuring compliance with federal, state, and borough regulations. The contract will be awarded based on a Firm Fixed Price purchase order, with a performance period from September 24, 2024, to June 1, 2025, and is set aside exclusively for small businesses. Interested contractors must submit their quotes and any inquiries via email to Darcy Skinner at darcyskinner@nps.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    Z--NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at leeriley@fws.gov or call 404-679-4158.
    Intermountain Stewardship BPA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    PRONGHORN FENCE MOD FY 24
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the modification of 2.75 miles of fencing to facilitate the migration of pronghorn antelope in Wyoming for fiscal year 2024. The project involves the removal of existing fencing, installation of new barbed and smooth wire fencing, and the addition of Powder River Gates, with a focus on adhering to federal and state safety and environmental regulations. This initiative is crucial for wildlife management and conservation efforts, ensuring safe passage for pronghorns across their habitat. Interested contractors should note that the estimated contract value is $15,000, and proposals must be submitted by the specified deadline, with inquiries directed to Antoinette Nelson at amnelson@blm.gov or by phone at 307-775-6043.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    DISC MULCHING HEAD FOR SKID STEER
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for a Disc Mulching Head compatible with John Deere 325G skid steers, as part of a Total Small Business Set-Aside initiative. The required equipment must effectively masticate small to medium pinyon and juniper trees, adhering to specific operational and safety standards, including a weight limit of 2,592.7 lbs and a flow rate of 26.7 gallons per minute. This procurement is crucial for enhancing land management operations and ensuring compliance with the Buy American Act. Proposals are due within 60 days of contract award, and interested vendors should contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441 for further details.
    KAWW - DEVELOP COMPREHENSIVE SIGN PLAN
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the development of a Comprehensive Sign Plan for the Katahdin Woods and Waters National Monument in Maine. The objective is to create a cohesive system of identity, motorist guidance, and visitor information signs to enhance visitor orientation and communication within the park, which currently lacks sufficient signage. This initiative is crucial for improving visitor experience and safety, ensuring compliance with federal standards for accessibility and visual communication. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145. The anticipated contract will be awarded as a Firm-Fixed-Price Purchase Order, with a performance period from October 1, 2024, to December 31, 2025.
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.