D--FISSURE PEAK SITE MOVE
ID: 140L1225Q0043Type: Solicitation
AwardedAug 5, 2025
$81.7K$81,730
AwardeeTELECOM SOUTHWEST LLC 7164 WAMEGO TRL STE B Yucca Valley CA 92284 USA
Award #:140L1225P0073
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified contractors for the relocation and setup of a Pepro shelter/vault from Riverside, CA, to Fissure Peak, CA, as outlined in Request for Quotation (RFQ) 140L1225Q0043. The project aims to enhance communication capabilities for critical operations, ensuring improved employee and public safety while adhering to environmental regulations. The selected contractor will be responsible for the safe transport of the shelter, which weighs approximately 19,425 lbs, and must comply with all safety codes and obtain necessary permits. Quotes are due electronically by 11:00 AM PST on July 21, 2025, with a performance period of 12 months from the award date. Interested parties can contact Laurie Ehlinger at lehlinger@blm.gov or by phone at 608-377-3532 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is undertaking a project to relocate a Pepro shelter/vault from Riverside, CA, to Fissure Peak, CA, to enhance its communication capabilities for critical operations. This initiative is essential for improving employee and public safety and meeting resource protection needs. The contractor will be responsible for transporting the shelter, which weighs approximately 19,425 lbs, ensuring compliance with safety regulations and obtaining necessary permits. Key tasks include safeguarding against environmental risks, managing wildlife encounters, and addressing weather conditions during transport. The contractor must adhere to strict health and safety codes and must provide all necessary safety equipment, emergency procedures, and incident reporting guidelines. The project is to be completed within 12 months of contract award, culminating in a final inspection by BLM staff to ensure compliance with specifications. The executive summary emphasizes the importance of safe and efficient relocation of communication infrastructure, underscoring BLM's commitment to providing reliable services while adhering to regulatory requirements and ensuring contractor accountability throughout the performance of the work.
    The document primarily outlines a map associated with Carhartt Canyon, specifically during the King of the Hammers (KOH) event. It labels key geographic features, including a trail leading to Fisher and altitude information marked at 5,000 feet. An embedded legend presumably provides additional contextual information for understanding the map's symbols and designations. The map is attributed to Airbus, suggesting a professional cartographical representation. While the document lacks specific details regarding RFPs or grants, it suggests potential relevance in planning for environmental or recreational events, which could be of interest to government entities or organizations seeking funding or support for similar initiatives. Its focus on geographical features may also aid in logistical planning for events or development projects.
    This document serves as an amendment to solicitation number 140L1225Q0043 related to the Fissure Peak Site Move project. It outlines the procedures for acknowledgment of receipt of this amendment by contractors, which must be completed before the specified deadline to avoid rejection of offers. Offers may be modified via letter or electronic communication, provided they reference the solicitation and amendment numbers. The amendment includes a firm-fixed purchase order requirement and specifies that all costs for shipping and travel should be included in current line items. The period of performance is set for 12 months from the award date. Additionally, the modification provides detailed weight and dimensions for the shelter/vault associated with the project, including specifics for outriggers, concrete pads, and other components necessary for delivery. Contractors are instructed to submit quotes electronically and adhere to the listed terms and conditions. This amendment reflects the government's structured approach to managing contracts and modifications, ensuring all parties are aware of the updated requirements and expectations for the project moving forward.
    The document outlines Amendment 2 to solicitation number 140L1225Q0043, concerning the Fissure Peak Site Move project. It emphasizes the need for contractors to acknowledge receipt of this amendment to ensure their offers are considered. The amendment includes the addition of a Google map relevant to the requirement and extends the response deadline to 11:00 AM (PST) on July 21, 2025. The project will be executed as a firm-fixed-price purchase order, requiring bids to account for all shipping and travel costs, with delivery under F.O.B. DESTINATION terms. The period of performance is set for 12 months from the award date. This amendment serves to clarify solicitation requirements and ensure compliance from bidders, reinforcing the project's administrative obligations as outlined by federal procurement regulations.
    The Bureau of Land Management (BLM) has issued Request for Quotation (RFQ) 140L1225Q0043 for telecommunications service project services related to the relocation and installation of a Pepro shelter/vault from Riverside, CA to Fissure Peak in California. This RFQ is prepared in compliance with Federal Acquisition Regulations and emphasizes a firm fixed-price contract atmosphere. All quotes must be submitted electronically by July 17, 2025, with a specified delivery deadline of July 31, 2026, and a performance period running from August 1, 2025, to July 31, 2026. Businesses, particularly small ones, may respond, provided they are registered in the System for Award Management (SAM) database. The document outlines various compliance requirements, including insurance, payment processing, and adherence to labor standards, particularly concerning wage rates for workers. Additionally, there are expectations around vendor ethics, including restrictions stemming from federal legislation. Overall, the RFQ aims to facilitate efficient procurement for the telecommunications service while ensuring adherence to legal and procedural frameworks, prioritizing engagement with small businesses.
    Lifecycle
    Title
    Type
    D--FISSURE PEAK SITE MOVE
    Currently viewing
    Award
    Similar Opportunities
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    ELMR Transport Equipment Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the relocation of Enterprise Land Mobile Radio (LMR) equipment to a new Consolidated Communications Facility at Barksdale Air Force Base in Louisiana. The procurement is justified as a single-source acquisition due to the proprietary nature of the equipment, which can only be serviced and maintained by Motorola, the sole authorized vendor, as it possesses unique administrative configurations and warranty coverage. This relocation is critical as it aligns with the migration and demolition of legacy facilities, ensuring continued operational capability. Interested parties can reach out to Stephanie Prentice at stephanie.prentice@us.af.mil for further details regarding this opportunity.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    59--SHASTA CELL TOWER ELECTRICAL MATERIALS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide electrical materials for the Shasta Cell Tower project in Northern California. This Sources Sought announcement aims to identify contractors capable of supplying various electrical components, including sectionalizing cabinets, surge arrestors, and copper wire, which are essential for upgrades or new installations at the cell tower. Interested vendors are encouraged to submit capability statements detailing their experience and qualifications by 12:00 p.m. PST on December 26, 2025, to Derek H. Celedon at dceledon@usbr.gov, as the information gathered will inform the procurement strategy for this project.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    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.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.