Bureau of Land Management, Grand Junction Field Of
ID: 140L1724Q0061Type: Solicitation
Overview

Buyer

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

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the periodic ferrying of government vehicles between Loma, Colorado, and Westwater, Utah. The contract requires the provision of qualified drivers to ensure safe transportation of vehicles, with an estimated 100 trips annually, while adhering to federal safety regulations and maintaining a damage-free record. This service is crucial for supporting the BLM's recreational programs in the McInnis Canyons National Conservation Area, enhancing the management of natural resources and visitor experiences. Interested parties must submit their bids by September 10, 2024, at 5:00 PM, and can contact Scott Voigt at svoigt@blm.gov or 303-239-3637 for further information.

    Point(s) of Contact
    Voigt, Scott
    (303) 239-3637
    (303) 239-3699
    svoigt@blm.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for non-personal services involving the transportation of government vehicles between Loma, CO, and Westwater, UT, specifically for the Bureau of Land Management. This contract entails the provision of qualified drivers to ensure safe transit of vehicles and is expected to encompass around 100 trips annually, depending on operational needs. The contractor must ensure a damage-free transfer and maintain custody of the vehicle during transportation. Key requirements include adherence to vehicle safety regulations, background checks for drivers, and consistent communication with the government representative. Quality control measures established in the contract include the Quality Assurance Surveillance Plan (QASP) and stipulations for maintaining comprehensive logs of vehicle condition and handover times. The contractor is also responsible for executing timely service contract reporting via SAM.gov and must ensure all personnel are well-qualified and identifiable during contract performance. The document emphasizes the contractor's accountability for any vehicle damage and outlines penalties for non-compliance. This service arrangement aims to support the efficient operation of the McInnis Canyons National Conservation Area's recreational programs while ensuring adherence to federal regulations and operational safety standards.
    The document outlines a Performance Work Statement (PWS) for a non-personal service contract to provide qualified drivers for ferrying government vehicles from Loma, Colorado to Westwater, Utah. It details the responsibilities of the contractor, which include the transportation of vehicles for Bureau of Land Management (BLM) river support operations, ensuring logistical coordination for an estimated 100 trips annually, and maintaining the vehicle in a damage-free condition. It emphasizes hiring drivers with clean driving records and compliance with safety regulations, as well as the necessity of a solid quality control plan. The document includes performance metrics for contractor compliance, reporting requirements, security measures, and operating protocols, emphasizing the contract's focus on quality assurance. Furthermore, it stipulates that contractor personnel maintain proper identification and comply with federal and state regulations regarding safety and environmental concerns. The objective is to facilitate effective transportation operations while ensuring the safety and security of government property and personnel involved in the recreation programs administered by the BLM.
    The Performance Work Statement (PWS) outlines a contract for providing qualified drivers to operate government vehicles for transporting them from Loma, Colorado, to Westwater, Utah. This service supports the Bureau of Land Management's (BLM) management of the McInnis Canyons National Conservation Area, which facilitates recreational activities for thousands of visitors annually. The contractor is expected to carry out up to 100 trips a year, coordinating the transfer of vehicles while ensuring a damage-free record and maintaining safety and compliance with federal and state laws. Key responsibilities include managing a qualified workforce, ensuring drivers possess clean driving records and the relevant licenses, and obtaining necessary insurance. The document defines quality assurance standards, operational protocols, and tasks such as pre-handoff vehicle inspections and maintaining logs for each transfer. The PWS also emphasizes safety, environmental compliance, and adherence to reporting requirements in the System for Award Management (SAM). Overall, this contract aims to assure reliable, efficient, and safe vehicular support for BLM’s recreational programs, thereby enhancing the stewardship of natural resources in the area.
    The "Register of Wage Determinations" outlines the wage and fringe benefit requirements under the Service Contract Act, specifically for contracts executed or renewed after certain executive orders. It specifies that contracts entered into on or after January 30, 2022, must pay eligible workers a minimum wage of at least $17.20 per hour, based on Executive Order 14026. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour under Executive Order 13658. The document provides detailed wage rates for various occupations, including administrative support, automotive services, food preparation, health occupations, and more, associated with fringe benefits like healthcare and paid leave. It also includes information on federal mandates regarding sick leave benefits and regulations for additional classifications not explicitly listed. The overall purpose is to ensure contractors adhere to labor regulations while providing sufficient pay and benefits to employees engaged in federal service contracts, enhancing fair labor practices within the contracting framework.
    The document is an amendment to a solicitation issued by the federal government, identified by the number 140L1724Q0061. Its primary purpose is to modify aspects of a previously announced contract, specifically correcting the place of performance related to the Loma Colorado boat ramp as the origin point for a ferry requirement. The period of performance for the contract is outlined as October 1, 2024, to September 30, 2029. The amendment requires contractors to acknowledge receipt in a specified manner to avoid any offer rejection. Additionally, it outlines processes for modifying an existing offer and emphasizes the importance of timely communication regarding proposed changes. The document includes standard terms applicable to contract modifications while stating that all prior terms and conditions remain unchanged unless explicitly altered by this amendment. The amendment underscores the federal government's procedural requirements for contractors engaged in public projects, ensuring compliance and accuracy in contractual obligations and performance locations.
    The document outlines an amendment to solicitation number 140L1724Q0061, aimed at modifying specific contract details related to insurance requirements and qualification standards for operators of government vehicles. Key changes include the removal of pre-priced insurance requirements for line items 00020 to 00024 and the reduction of minimum coverage to legal requirements, with pricing inclusive of all related costs. Additionally, the clarification of the Performance Work Statement includes acceptance of an online defensive driving course as equivalent for operator qualifications. The amendment also adjusts the bid submission deadline from August 29, 2024, to August 30, 2024, with a change in the submission time to 7:00 AM. It reiterates that all other terms and conditions remain unchanged. The overall purpose of this amendment is to streamline insurance requirements and operator qualifications while ensuring compliance with federal regulations during the contract's performance period from October 1, 2024, to September 30, 2029. The document serves as a formal communication to contractors regarding these adjustments.
    The document is an amendment to a federal solicitation, specifically designated as 140L1724Q0061. Its primary purpose is to reopen and extend the solicitation timeline while clarifying a change regarding the fulfillment of a defensive driving requirement. The amendment notably removes the defensive driving course offered at a specified link as an acceptable option. It mandates that contractors provide proof of attendance for an approved online or in-person defensive driving course before the commencement of performance under the contract. The due date for bids has been rescheduled from August 30, 2024, to September 10, 2024, with a corresponding change in the submission time from 7:00 AM to 5:00 PM. The period of performance for the related contract is outlined as October 1, 2024, to September 30, 2029. The document retains all other terms and conditions previously established, highlighting the importance of adhering to the modified instructions as part of the solicitation process.
    The document is a Request for Proposal (RFP) related to government procurement of transportation services and insurance for drivers of government-owned vehicles. It emphasizes a minimum wage of $15.00 per hour for workers starting January 30, 2022, including provisions for adjustments based on annual determinations. The RFP covers the performance of transportation services for up to 16 passengers and towing of trailers with river rafts over multiple contract periods from October 1, 2024, to September 30, 2029. It specifies multiple option line items for additional commercial driver services and operator insurance, extending the scope of work for several years. The document also outlines compliance with federal acquisition regulations, ensuring contractors' adherence to various labor standards, ethical business practices, and prohibitions against contracting with entities involved in certain telecommunication or technology services deemed high-risk. The emphasis on small business involvement, particularly service-disabled veteran-owned small businesses, aligns with federal initiatives promoting inclusivity and support for diverse contractors in government projects. Overall, the RFP serves as a structured solicitation for necessary transportation and insurance services aimed at efficiently supporting government operations while adhering to legal and regulatory frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    J--DODGE RAM 2500 ENGINE REPLACEMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified contractors for a firm-fixed-price contract to replace the engine of a 2018 Dodge Ram 2500 at the Royal Gorge Field Office in Canon City, Colorado. The procurement requires the contractor to provide towing services, a new engine conforming to OEM specifications, and a warranty of at least 7,200 hours or two years/24,000 miles, along with various necessary components for the engine replacement. This contract is critical for maintaining the operational readiness of the vehicle, ensuring compliance with federal regulations, and supporting small businesses under the NAICS code 811111. Interested parties must submit their offers by September 6, 2024, and can contact Scott Voigt at svoigt@blm.gov or 303-239-3637 for further information.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    Waste Transport and Disposal at Parker Dam
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for waste transport and disposal services at Parker Dam, California, through a noncompetitive Sole Source Solicitation. The contract requires the provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use, spanning from October 1, 2024, to September 30, 2029. This procurement is crucial for maintaining operational efficiency and compliance with waste management standards at the facility. Interested parties must submit their quotes electronically by September 19, 2024, at 3:00 PM local time, to the designated contacts, Noah Maye and Luis Gallardo, via email.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, 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 transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    MOTOR GRADER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to procure a six-wheel drive Motor Grader for road maintenance operations in Ft. Duchesne, Utah. The procurement requires a Motor Grader with a 14-foot moldboard and specific operational features, including an antler rack hydraulic control system and severe-duty fuel filtration, along with comprehensive training on equipment operation. This acquisition is crucial for maintaining essential infrastructure and ensuring the functionality of road maintenance operations within the agency. Interested parties must submit their quotes in response to the Request for Quote (RFQ) by the specified deadline, with a firm-fixed-price purchase order expected to be awarded within 120 days post-award. For further inquiries, vendors can contact Renee Holly at Renee.Holly@bia.gov or by phone at 602-379-3822.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    Electric Bike purchase for Rocky Mountain Research Station
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking to procure seven Class 1 electric bikes for the Rocky Mountain Research Station in Riverdale, Utah. This procurement aims to enhance field crew mobility and efficiency by providing an alternative to larger vehicles like ATVs, with a total budget of $35,000 allocated from two separate grants, allowing for a budget of $5,000 per e-bike. The solicitation emphasizes compliance with federal regulations and outlines specific technical requirements for the bikes, which must be delivered by October 15, 2024. Interested suppliers should submit their proposals by September 24, 2024, and can contact Brett Moore at brett.moore@usda.gov or 386-960-3249 for further information.