GFO TWIN PINES PLUMBING GOV HOUSING
ID: 140L1725Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

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

PSC

INSPECTION- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (H345)

Set Aside

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

    The Department of the Interior's Bureau of Land Management (BLM) is soliciting proposals for plumbing maintenance and repair services at the Twin Pines government housing facility in Gunnison, Colorado. The contract, identified by solicitation number 140L1725Q0009, aims to address plumbing damage caused by extreme cold conditions, requiring contractors to conduct a thorough assessment, document findings, and implement necessary repairs while adhering to federal standards and labor regulations. This procurement is particularly significant as it emphasizes the importance of maintaining safe and functional housing infrastructure for residents, with a total small business set-aside to encourage participation from small, women-owned, and service-disabled veteran-owned businesses. Interested parties should direct inquiries to Patrick Frost at pfrost@blm.gov, with the service timeline set from March 3, 2025, to April 1, 2025.

    Point(s) of Contact
    Frost, Patrick
    (303) 239-3605
    (303) 239-3699
    pfrost@blm.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior's Bureau of Land Management has issued a Request for Proposal (RFP) for plumbing services at the Twin Pines government housing facility in Gunnison, Colorado. The project, scheduled from March 3 to April 1, 2025, aims to thoroughly identify, document, and catalogue plumbing damage caused by extreme cold conditions. The housing facility, a 2002 model mobile home, experienced freezing that affected its plumbing, necessitating a comprehensive assessment of damage within both interior spaces and crawlspaces. The contractor is required to utilize advanced techniques for damage detection, deliver a detailed report, and mark damaged locations for ease of visibility. The RFP emphasizes careful management of property, requiring minimal damage during inspection, and specifies payment upon government inspection and approval. The award criteria prioritize technical capabilities, past performance, and price, encouraging bidders to provide robust proposals highlighting their experience, detailed plans, and qualifications. Overall, the document details a systematic approach to addressing plumbing issues, ensuring compliance with federal bidding processes, and enhancing the facility's living conditions through well-documented remediation efforts.
    The document details plumbing issues and repairs at a government housing facility known as Twin Pines. It includes five figures showcasing various plumbing problems encountered in the crawl space and bathrooms. The first two figures illustrate ruptures detected and repaired by emergency plumbers, with the initial burst addressed via a shark bite fitting, followed by a second rupture identified through hydrostatic testing. Figures three to five depict freeze-related issues in bathrooms, including a cracked ADA toilet reservoir and freeze damage in standard toilet bowls, though the latter shows no visible harm. This report serves as an assessment of plumbing conditions which may be pertinent for maintenance planning and potential funding in response to the assessed needs in the context of government RFPs and grants, reflecting efforts to ensure safe and functional housing infrastructure for residents.
    The document appears to be a corrupted file and does not present coherent information, making it impossible to derive a clear topic or context from it. No identifiable main topic, key ideas, or structured concepts can be extracted or summarized due to the illegible characters and formatting errors. As such, I am unable to provide a meaningful summary capturing any essence of the original content. The original document likely pertains to government RFPs, federal grants, or state/local RFPs, but without clear data, its specific intents or details remain undetermined. A proper review and extraction would require access to a correctly formatted and readable document.
    The document outlines a Request for Proposal (RFP) for plumbing estimates required by the Colorado Bureau of Land Management (BLM) Gunnison Field Office. The contract involves providing maintenance and repair services for plumbing, heating, and waste disposal equipment, with a focus on compliance with federal standards and labor regulations. The offeror is expected to detail technical capabilities, past performance, and pricing in their submissions. Key points include the solicitation number (140L1725Q0009), essential service classifications, and the requirements for offer evaluations based on technical ability, past performance, and pricing. The document stresses the evaluation of technical capability, where experience in similar projects and qualifications of personnel play critical roles. Furthermore, it outlines the importance of the Small Business Administration’s certifications, explicitly favoring small businesses, women-owned businesses, and service-disabled veteran-owned businesses. The timeline for service delivery is specified as from March 3, 2025, to April 1, 2025, with inquiries directed to the contracting specialist Patrick Frost. Emphasizing transparency and compliance, the summary incorporates federal regulations regarding labor standards and payment processes via a digital invoicing system. Overall, this RFP reflects the government's commitment to effective procurement processes, prioritizing small businesses and maintaining adherence to regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    BLM-WY-GRAY WALL LIVESTOCK WATER WELL
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The project involves drilling a well to a depth of approximately 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards, and includes the installation of necessary casing and gravel packing. This initiative is crucial for enhancing water resource management, particularly for agricultural use in the region. Interested contractors must ensure active registration in the System for Award Management (SAM) and submit their quotations by May 30, 2025, following a site visit on May 14, 2025. The estimated budget for this project ranges from $10,000 to $25,000, and inquiries can be directed to Huong Le at hle@blm.gov.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project encompasses site preparation, demolition of existing facilities, installation of concrete toilets, and construction of associated infrastructure, including sidewalks, while adhering to environmental regulations and safety standards. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities and support small businesses, with an estimated budget between $100,000 and $250,000. Contractors must submit their proposals by the specified deadline and are encouraged to contact Christine Mundt at cmundt@blm.gov or 406-896-5030 for further information.
    S--MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract effective from April 1, 2025, to March 31, 2026. The selected contractor will be responsible for providing comprehensive cleaning services across three on-site buildings totaling approximately 31,223 square feet, ensuring compliance with quality and safety standards while utilizing environmentally safe supplies. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM); for further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.
    BLM WY - CARBON COUNTY RECREATION SITE CLEANING SE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites in Carbon County, Wyoming, under a total small business set-aside contract. The procurement involves cleaning services at three specific locations: Bennett Peak, Corral Creek, and the Encampment River Trailhead, with a focus on maintaining cleanliness and safety for public use through regular trash removal and restroom cleaning. This contract is crucial for ensuring the upkeep of public lands, enhancing visitor experience, and promoting environmental stewardship. Proposals are due by February 28, 2025, with the performance period starting from May 30, 2025, to November 3, 2025, and potential renewal options through 2029. Interested parties can contact Jennifer Vedsted at jvedsted@blm.gov for further information.
    W--YAKIMA CANYON PORTAPOTTY RENTAL Spokane District
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotations for a firm fixed-price contract for portable toilet rentals in the Yakima River Canyon area, specifically from April 1, 2025, to March 31, 2030, with options for up to four extensions. The contract aims to provide essential sanitation services at new BLM recreation sites, ensuring that public facilities are maintained to health and safety standards. This procurement is particularly important for enhancing visitor experiences in recreational areas, as it supports environmental stewardship and public access to outdoor amenities. Interested small businesses must submit their bids by March 5, 2025, and can contact Doris Jeffers at dgjeffers@blm.gov or 503-808-6061 for further details.
    Fencing Replacement at Meadowood SRMA
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.