J--TFD FIRE SPRINKLERS AND BACKFLOW DEVICES
ID: 140L2625Q0062Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

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 Idaho State Office, is soliciting bids for the installation of fire sprinklers and backflow devices under solicitation number 140L2625Q0062. The project aims to enhance safety systems at various fire station locations, with a budget estimated between $100,000 and $250,000, and is exclusively set aside for small businesses. This initiative is crucial for maintaining compliance with safety regulations and ensuring the operational integrity of public facilities. Interested contractors must submit their proposals by August 18, 2025, at 10:00 am MDT, and can direct inquiries to Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.

    Point(s) of Contact
    Fort, Patricia
    (208) 373-3910
    (208) 373-3915
    pfort@blm.gov
    Files
    Title
    Posted
    The document is a Site Inspection Tour/Prebid Conference Record for Solicitation Number 140L2625Q0062, titled "TFD Fire Sprinklers and Backflow Devices." Conducted by A Leija on August 25, 2004, at TF Airbase Gate #16, the meeting was attended by representatives from Premier Fire and Delta Fire. The record details questions asked by potential bidders and the corresponding responses, primarily concerning the specifications for fire sprinklers in the attic, drainage funnels, external draining for Fire Department Connections (FDC), and the pricing of escutcheons for fire sprinklers. A complete site inspection was conducted. This record serves as a crucial reference for bidders, clarifying technical specifications and requirements before submitting their proposals for the fire sprinkler and backflow device installation at the TF Airbase.
    This document, Amendment 0001 to Solicitation 140L2625Q0062, amends a government solicitation for offers. The primary purpose of this amendment is to incorporate Questions and Answers from a site inspection tour held on August 4, 2025. The solicitation closing date and time remain unchanged as Monday, August 18, 2025, at 10:00 am MDT. Offerors are required to acknowledge receipt of this amendment by completing specific blocks (8 and 15(A) through (C)) and returning a copy to the issuing office. Failure to acknowledge receipt prior to the specified hour and date may result in the rejection of the offer. This ensures that all potential contractors are aware of the additional information and any clarifications provided, maintaining fairness and transparency in the bidding process for this federal government RFP.
    The Bureau of Land Management (BLM) is soliciting bids for the construction and installation of fire sprinklers and backflow devices under solicitation number 140L2625Q0062. This project estimates a budget between $100,000 and $250,000 and is set aside for small businesses. The successful contractor must commence work within ten days of receiving the notice to proceed, completing the project within 100 calendar days, and is required to provide performance and payment bonds. Bid proposals are due by August 18, 2025, with selection based on lowest reasonable price. Offerors must comply with all solicitation terms, including submission deadlines and technical specifications, and can only communicate inquiries through the designated contracting officer. A site visit ahead of the submission is encouraged. The contract encompasses several specific tasks, including mobilization and construction management at different fire station locations, with strict compliance to labor laws, safety regulations, and environmental impact considerations throughout the project’s duration. This solicitation reflects the government's initiative to maintain and upgrade safety systems in public facilities while ensuring adherence to federal regulations.
    This document outlines the administrative procedures and requirements for unit prices and the Schedule of Values for the Twin Falls District Backflow Devices project. It defines unit prices as the costs per unit for materials and services added or deducted from the contract sum based on changing quantities. The document stipulates the need for all-inclusive pricing (material, labor, overhead etc.) and establishes the government's authority to dispute contractor measurements. A comprehensive Schedule of Values must be prepared to include project identification, correlation with contract specifications, and a detailed breakdown of costs for each project component. Further, it addresses lump sum payment items for multiple projects—including modifications to fire sprinkler systems in various buildings—detailing necessary inspections and compliance with standards. Additionally, the document emphasizes coordination and communication requirements between the contractor and government authorities throughout the construction process, ensuring minimal disruption to ongoing government operations. The directives on submissions and progress documentation highlight the importance of maintaining quality control and adhering to governmental oversight throughout the project's lifecycle.
    The provided document appears to be largely incomplete or lacks substantive content, as it contains only a series of letters (TS, FS, F) without any explanatory context. It may refer to internal designations or codes within a government framework related to RFPs (Requests for Proposals) or grants. However, due to the absence of detailed information or key themes, it is difficult to ascertain its main topic or purpose accurately. In a typical RFP or grant context, such documents would outline funding opportunities, application procedures, eligibility requirements, or project objectives relevant to federal and state programs. Due to the lack of content, no key ideas or supporting details can be summarized or analyzed here, limiting an effective synthesis of the document's intended communication.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    TAN Firewater Upgrade Project
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the TAN Firewater Upgrade Project at the Idaho National Laboratory (INL) in Idaho Falls. The project aims to upgrade and replace critical firewater infrastructure at Test Area North (TAN) to restore system reliability and ensure compliance with safety standards, addressing issues such as corroded piping, fire sprinkler risers, and tank heaters. This initiative is vital for maintaining the operability of the fire suppression system across multiple TAN facilities. Interested vendors must submit their EOIs by July 1, 2026, including company information, relevant capabilities, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Z1DA--531-24-104 | Replace HVAC B23-B45 - Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction project to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Idaho. This project, designated as 531-24-104, involves significant upgrades including the installation of fan coil units, heat exchangers, and a closed heating loop utilizing geothermal water, with a contract value estimated between $500,000 and $1,000,000. The procurement is set aside for small businesses, and proposals are due by December 11, 2025, at 12:00 PM MT, with a performance period of 180 calendar days from the Notice to Proceed. Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.