X--MT LAGUNA COMM SITE LEASE
ID: 140L1225Q0016Type: Special Notice
AwardedMay 19, 2025
$70.6K$70,611
AwardeeCROWN CASTLE TOWERS 06-2 LLC 8020 KATY FWY HOUSTON TX 77024 USA
Award #:140L1225P0034
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF ELECTRONIC AND COMMUNICATIONS FACILITIES (X1BG)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking to reenter a sole source lease agreement for the Mt. Laguna Communications Site, which is critical for maintaining essential radio communications that enhance employee and public safety in the El Centro and Palm Springs Field Office areas. This procurement aims to secure land use and associated infrastructure necessary for uninterrupted communication services, as the unique geographic location and existing infrastructure at Mt. Laguna cannot be replicated elsewhere due to economic and operational constraints. The contract is anticipated to run from July 1, 2025, to June 30, 2026, with four option periods, and interested firms must submit their capability statements to Laurie Ehlinger at lehlinger@blm.gov by May 7, 2025, at 09:00 AM PST, referencing notice number 140L1225Q0016.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks to reenter a lease agreement for the Mt. Laguna Communications Site, allowing continued use without full competition. This site is vital for maintaining essential radio communications that enhance employee and public safety in the El Centro Field Office area. The uniqueness of the site, along with its infrastructure, makes it irreplaceable; alternatives do not offer the same operational capabilities due to geographic and technical constraints. The existing investments at Mt. Laguna would be economically impractical to replicate elsewhere. Thus, pursuing competitive bids would not yield viable options. This action emphasizes the agency's commitment to maintaining critical communications necessary for operational effectiveness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    M--Notice Of Intent to Sole Source
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is issuing a Notice of Intent to Sole Source for urgent parking and ticketing services at Hoover Dam. This procurement aims to secure comprehensive services, including personnel, equipment, and an integrated on-site Ticket Sales and Reservations System for the Visitor Center, tours, special events, and various parking facilities. The selected contractor, Laz Parking LTD, LLC, will ensure continuity of services due to their existing infrastructure, with the contract anticipated to be awarded by December 31, 2025, and services commencing on January 1, 2026, through June 30, 2026. Interested parties may submit capability statements by December 19, 2025, and can direct inquiries to Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.
    SOLE SOURCE AWARD NOTICE FOR LCA02024 (22REG09-1CA2738 :Palm Springs, CA)
    General Services Administration
    The General Services Administration (GSA) is issuing a sole source award notice for the leasing of office space under the project LCA02024 (22REG09-1CA2738) in Palm Springs, California. This procurement is justified as an Other Than Full and Open Competition, indicating that the GSA has determined that only one source is capable of fulfilling the requirements for this lease. The leased space will serve as essential office facilities for government operations, highlighting the importance of securing appropriate and functional work environments for federal employees. Interested parties can reach out to Charles Chambers at charles.chambers@gsa.gov or Anna Soydova at anna.soydova@gsa.gov for further details regarding this opportunity.
    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.
    Friday Harbor, Washington - BLM Office Space Lease
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease office space in Friday Harbor, Washington, to support its San Juan Islands National Monument operations. The BLM requires between 900 to 1,200 square feet of flexible office space that can accommodate a small team of full-time and seasonal staff, along with necessary facilities for meetings, storage, and utilities. This office will play a crucial role in the conservation and outreach efforts for the unique ecological and cultural resources of the San Juan Islands. Interested parties should submit expressions of interest, including detailed information about the available space, to Airika Padia at apadia@blm.gov, referencing L23PG00002.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    Alamogordo NM - 5 Year Extension and JOFOC Posting
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Lincoln National Forest, is offering a five-year extension for a lease agreement in Alamogordo, New Mexico. This extension is intended to prevent the lease from entering a holdover status while the government develops a long-term plan for the property. The leased space is crucial for the operational needs of the Forest Service, ensuring continuity in their activities. For further inquiries, interested parties can contact Angela Drudik at angela.drudik@usda.gov.
    AFP FOR LEASE OF SUPPORTING CELLULAR SERVICES at NASA Marshall Space Flight Center
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of two parcels of land to support cellular services, with a focus on enhancing U.S. commercial competitiveness in space and information technology. Proposers can select between Site 1 and Site 2, both located within MSFC's boundaries, and must submit plans detailing their intended use, development concepts, financial viability, and relevant experience. The lease will be for an initial term of ten years, with options for two additional ten-year extensions, and proposals are due by January 20, 2026, at 5:00 PM ET. Interested parties should contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.