Z--FDO Exterior Door Canopies
ID: 140L6324Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Sheet Metal Work Manufacturing (332322)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the fabrication and installation of three exterior door canopies at the Fairbanks District Office in Alaska. This project, designated as Solicitation No. 140L6324Q0031, requires contractors to complete all work within 126 calendar days from the Notice to Proceed, with an estimated start date of August 19, 2024. The total project cost is estimated between $25,000 and $100,000, and participation is limited to small businesses, emphasizing the government's commitment to supporting local enterprises. Interested contractors must submit their proposals by August 28, 2024, and can obtain further details and necessary documentation through the BLM's official solicitation page at https://sam.gov/.

    Point(s) of Contact
    Maldonado, Kristina
    (907) 271-3208
    (907) 271-4595
    kmaldona@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management's project for the Fairbanks District Office (FDO) Entry Canopies focuses on the construction of three entry canopy structures in Fairbanks, Alaska. The project includes detailed specifications for construction management, coordination, and documentation protocols. Key elements outlined in the documents include project scope, temporary facility requirements, contract modification procedures, and daily construction progress documentation. The contractor is held to strict guidelines for cooperating with government operations and ensuring minimal disruption during the construction process. The project emphasizes effective scheduling, communication, and reporting, mandating regular submissions of construction photographs and progress reports to maintain an accurate record of development. Throughout the construction, it is essential to adhere to specified timelines and requirements to facilitate government occupancy and support operational continuity. This document serves as part of the formal Request for Proposal (RFP) and grants processes, emphasizing compliance with federal standards during the project execution.
    The document details the wage determination for federal contracting associated with construction projects in Alaska, specifically under the BLM Alaska – 140L6324Q0031 – FDO Exterior Doors contract. It outlines applicable wage rates and classifications for various construction trades, governed by the Davis-Bacon Act and relevant Executive Orders (EOs). For contracts initiated post-January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $12.90 per hour. The document specifies varied wages for laborers, electricians, drywall installers, and other classifications, alongside corresponding fringe benefits. Additionally, provisions for paid sick leave under EO 13706 are included. It emphasizes the importance of accurate reporting on labor classifications and necessary conformance requests if classifications for specific work are absent from the wage determination. This information is crucial for contractors to ensure compliance with labor standards and understanding wage obligations on federally funded projects.
    The document outlines architectural and structural plans for a project managed by the Bureau of Land Management in Fairbanks, Alaska, specifically concerning the construction of entry canopies. It includes details about various architectural drawings, structural notes, and material specifications. The project features floor plans, canopy locations, and general guidance on construction materials, adhering to the 2021 International Building Code and local regulations. Key details highlight design criteria such as load specifications for snow, wind, and seismic considerations. The document specifies minimum standards for materials, including concrete, steel, and roofing, reflecting environmental best practices. Assessments of structural integrity require contractors to ensure compliance with installation procedures and verify existing conditions. The emphasis on accurate measurements and safety during the building process underscores the importance of effective project management in public infrastructure development. Overall, this document serves as a comprehensive roadmap for contractors involved in the project, providing a clear framework for compliance with regulations while ensuring high construction quality, emphasizing safety, and preserving environmental standards throughout the process.
    The document outlines the architectural and structural plans for the construction of Entry Canopies by the U.S. Department of the Interior's Bureau of Land Management. It details architectural plan notes, including instructions to refer to various information sheets for abbreviations, assembly types, and door schedules. The plans emphasize spatial relationships and detailed construction components such as framing and layout specifics for the first floor and canopies. Additional sections include exterior detail notes for flashing and gutter configurations as well as details of the canopy foundation and roof framing. Notably, each sheet references respective structural guidelines, emphasizing compliance with engineering standards. The document encapsulates technical specifics crucial for the accurate construction and structural integrity of the canopies, while serving as a guide for contractors involved in the project. This summary depicts the intent to ensure a thorough understanding of all architectural elements, safety, and adherence to federal construction standards, highlighting a commitment to structural integrity and safety protocols in federal projects.
    The document details an amendment to solicitation 140L6324Q0031 concerning the FDO Exterior Door Canopies project. The amendment serves to post additional drawings and to extend the deadline for offer submissions to August 8, 2024, at 5:00 PM Alaska Standard Time, while maintaining all other terms and conditions. It outlines methods for acknowledging the receipt of this amendment and specifies that any changes to offers must be communicated prior to the new submission deadline. The document also includes standard contractual language regarding modifications and administrative changes to the contract. The period of performance is noted as being from August 19, 2024, to December 30, 2024. The amendment reflects the government's ongoing engagement with contractors to ensure compliance and adjustments in project timelines, emphasizing the importance of communication within federal procurement processes.
    The document is an amendment to solicitation 140L6324Q0031, concerning the installation of exterior door canopies for a project in Anchorage, Alaska. It includes critical updates and changes to the original solicitation. Key points outline the necessity for contractors to acknowledge receipt of the amendment, which can be done through various methods prior to the specified deadline. The period for submitting offers has been extended to August 28, 2024, at 5:00 PM Alaska Standard Time, and revised drawings are provided in this amendment. Additionally, the document modifies the performance period for the project, which now runs from September 9, 2024, to January 20, 2025. All previously established terms and conditions remain unchanged, ensuring contractors are aware of the modifications without altering the spirit of the initial solicitation. Contractors must adhere to the requirements outlined for acknowledgment and submission to maintain eligibility for consideration.
    The Bureau of Land Management (BLM) has issued a Request for Proposal (RFP) for the fabrication and installation of three exterior door canopies at the Fairbanks District Office in Alaska. The project, designated as FDO Exterior Door Canopies (Solicitation No. 140L6324Q0031), requires the contractor to complete all work within 126 calendar days from the Notice to Proceed, with an estimated start date of August 19, 2024. A mandatory site visit is scheduled for July 30, 2024, encouraging contractors to inspect the work site prior to bidding. The total project cost is estimated between $25,000 and $100,000, and participation is limited to small businesses. The proposal must comply with federal regulations, including submission of required performance and payment bonds, adherence to the Buy American Act, and compliance with wage determinations. The contractor will also be responsible for obtaining necessary liability insurance. The procurement process emphasizes technical monitoring and compliance with specifications set forth within the documentation, as well as potential requirements for historical preservation if applicable. This solicitation reflects the government's commitment to supporting local businesses while ensuring high-quality construction standards and regulatory compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    19--65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park, Alaska. The vessel must be a high-speed aluminum landing craft compliant with U.S. Coast Guard regulations, featuring a raised pilot house, a 45,000-pound deck capacity, and the ability to reach speeds of over 30 knots with a 400-mile operational range. This initiative is crucial for enhancing emergency response capabilities within the park, ensuring operational readiness in remote marine environments. Proposals are due by November 7, 2024, with a total small business set-aside, and interested parties should contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.
    Y--UT-BEAR RIV MR RFG-PAVILION SHADE STRUCTURE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the construction of a steel pavilion/shade structure measuring 30' x 32' x 11'4" at the Bear River Migratory Bird Refuge in Brigham, Utah. The project requires the delivery of the structure within 120 days from the award date, with specific engineering requirements including a minimum of 20 years of experience in fabricating tubular steel shade structures and compliance with local building codes. This procurement is critical for enhancing visitor facilities at the refuge, ensuring both functionality and durability. Interested contractors must submit their quotations, acknowledging the amendment details, to Nicole Johnson at nicolecjohnson@fws.gov, and must be registered as active vendors on SAM.gov to be eligible for the award.
    Z--SLV-CB SHOP FLOOR AND APRON REPAIR
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for the "SLV-CB Shop Floor and Apron Repair" project at its Alamosa Field Division facility in Colorado. The project involves the removal and replacement of deteriorated concrete features, addressing safety hazards related to a shifted shop floor slab and poor drainage affecting walkways. This initiative is crucial for maintaining safe operational spaces and ensuring compliance with federal safety and construction standards. Interested contractors must submit their proposals by October 30, 2024, with a project budget estimated between $25,000 and $100,000, and are encouraged to contact Ronda Lucero at rlucero@usbr.gov for further details.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    F--Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial guidelines, with a contract period from December 1, 2024, to November 30, 2025, and four optional one-year extensions through November 30, 2029. This opportunity is significant as it supports the management of a popular outdoor site that attracts millions of visitors annually, contributing to conservation efforts and enhancing visitor experiences. Interested small businesses must submit their quotations electronically by October 18, 2024, and can direct inquiries to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires contractors to provide all necessary labor, materials, and management to complete the work in accordance with the attached Statement of Work and federal regulations. This opportunity is set aside exclusively for small businesses, with a budget range between $25,000 and $50,000, emphasizing the importance of enhancing infrastructure for air traffic safety. Proposals are due by email by October 21, 2024, at 2 PM CST, and interested parties should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further information and to RSVP for a site visit scheduled for October 8, 2024.