NIFC 300 JWH STANDBY AND EMERGENCY POWER
ID: 140L3725R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.

    Point(s) of Contact
    Files
    Title
    Posted
    The project outlined in the construction documents pertains to the NIFC 300-JWH Standby and Emergency Power facility at the National Interagency Fire Center in Boise, Idaho. It involves comprehensive architectural, electrical, and mechanical designs aimed at upgrading the standby and emergency power systems. Key highlights include the demolition of existing structures, installation of new electrical panels, coordination of power systems, and ensuring continuous access to life-safety exits during construction. Specific emphasis is placed on compliance with National Electrical Code (NEC) and safety goals throughout the project. The drawings detail various components such as the basement demolition plan, floor plans for the electrical installations, and schedules for new installations. General notes provide directives for contractors, including responsibilities for field verification and adherence to safety protocols. Overall, the document underscores the federal commitment to enhancing emergency power capabilities while aligning with regulatory standards and ensuring minimal disruption to ongoing operations at the facility.
    The project manual for the NIFC 300 - Jack Wilson Headquarters Standby and Emergency Power system details modifications to the existing emergency power system at the National Interagency Fire Center in Boise, Idaho. The goal is to enhance the capacity of the current 600Kw emergency generator to support standby power usage, ensuring proper safety and health infrastructure during utility power outages. The document outlines the project's administrative and procedural guidelines, including site access rules, construction management, progress documentation, submittal procedures, and quality requirements, emphasizing minimal disruption to ongoing government operations. Additionally, it stipulates that the work will occur under a single prime contract with clear procedures for coordination among various stakeholders and necessary safety and identification protocols for contractor personnel. The manual serves to ensure that all construction activities adhere to regulatory standards and maintain operational functionality at the facility while upgrading its power systems to better support emergency response efforts.
    The document outlines the wage determination for building construction projects in Ada and Boise Counties, Idaho, effective January 3, 2025, which supersedes the previous announcement. It highlights compliance requirements with the Davis-Bacon Act, including prescribed minimum wage rates set forth by Executive Orders 14026 and 13658 for federal contracts. The minimum wage for covered workers is set at $17.75 per hour if contracts are awarded after January 30, 2022; otherwise, the rate is $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document provides detailed wage rates and fringe benefits for various construction classifications, including bricklayers, electricians, and laborers, indicating whether these rates are union, survey-based, or state-adopted. Additionally, it specifies the process for appealing wage determinations and classifications, ensuring workers' rights to proper compensation and benefits under federal laws. This summary reveals the government’s commitment to maintaining fair wages and working conditions for laborers involved in public construction projects, reinforcing transparency and adherence to labor standards.
    The document outlines a bid schedule for the NIFC 300-JWH Standby & Emergency Power project, focusing on the mobilization, construction management, demolition, and construction activities required. It specifies the need for detailed cost breakdowns for each component, indicating a structured approach to procurement in alignment with federal and local government regulations. Each item is categorized by quantity, unit cost, and total cost, but specific financial figures are not provided. The emphasis on mobilization and construction management suggests an organized and efficient project workflow is essential for the successful execution of the emergency power initiative. This document serves as a foundational element in the procurement process for government contracts, highlighting the importance of clarity and comprehensive planning in securing funding and achieving project objectives.
    This document outlines the procedures for submitting offers in response to U.S. government solicitations for construction, alteration, or repair projects. The solicitation includes critical details such as solicitation number, project number, and submission deadlines, emphasizing that bidders must adhere to specific requirements, including performance and payment bonds. Offers must be submitted in sealed envelopes by a designated local time, with clear identification of the offeror's name and contact details. The contractor's obligations include beginning work within a specified time frame and completing it within an agreed period after receiving the notice to proceed. The document specifies the necessity for acknowledgment of amendments to the solicitation and insists on compliance with any conditions set forth. It also clarifies the terms under which proposals are accepted, stating that no further documentation is necessary once the offer is accepted. Overall, this solicitation serves to facilitate structured and competitive bidding for government-funded construction projects, ensuring transparency and compliance among contractors.
    The government solicitation (RFP No. 140L3725R0002) seeks bids for construction, specifically the NIFC 300 JWH Standby and Emergency Power project at the Bureau of Land Management (BLM) facility in Boise, Idaho. The project is structured as a firm fixed-price contract, targeting total small business participation and has a budget estimate between $250,000 and $500,000. The proposal must comply with construction specifications and involves performance within 365 days from the notice to proceed. Key requirements include performing any electrical work outside regular business hours, ensuring minimal disruption, and adhering to strict safety protocols. Offerors are required to present guarantees, and the submission must reflect compliance with wage determination standards. A site visit is scheduled for February 25, 2025, with proposals due by March 17, 2025. The solicitation outlines additional stipulations, including limitations on subcontracting and adherence to Buy American provisions, ensuring that a significant portion of the contract's value remains within the U.S. overall. This document supports governmental efforts to secure qualified contractors for critical infrastructure to enhance emergency capabilities while emphasizing compliance with federal contracting regulations and local standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--NIFC 210 RMP Insulation Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    Z--NIFC 300 JWH MPR Suite/NICC Repairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is seeking contractors for the repair and alteration of the JWH MPR Suite and NICC facilities. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The repairs are crucial for maintaining operational efficiency and safety within the facilities that support interagency fire management efforts. Interested contractors can reach out to Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details regarding this presolicitation opportunity.
    J--In-Frame ENGINE REBUILD
    Buyer not available
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) is soliciting proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. The project requires the installation of a new OEM EGR cooler and conversion to an open crankcase breather, with all necessary labor, parts, and materials to be provided by the contractor. This rebuild is crucial for maintaining the operational readiness of fire management resources, ensuring the reliability of essential firefighting equipment. Interested contractors must submit their proposals by February 24, 2025, and are encouraged to direct any inquiries to Contracting Officer Mindi Paulson at mpaulson@blm.gov by February 28, 2025. The contract will be awarded based on a Firm Fixed Price model, with performance expected from March 12, 2025, to June 10, 2025.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for fire command vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated under solicitation number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure and safety within national parks, ensuring compliance with federal standards and environmental regulations. Interested contractors, particularly women-owned small businesses, must submit their proposals by March 5, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    LMA Emergency Generator Rental
    Buyer not available
    The U.S. Army Corps of Engineers, specifically the Department of Defense, is soliciting quotes for the rental of an Emergency Diesel Generator for the Lower Monumental Dam in Kahlotus, Washington. The procurement requires an outdoor-rated packaged diesel generator, complete with a transfer switch and necessary cabling, for a rental period of six months, primarily to serve as a standby generator. This equipment is crucial for ensuring operational readiness and reliability in power supply at the facility. Interested small businesses must submit their quotes in response to solicitation number W912EF25Q0016, and inquiries should be directed to Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or by phone at 509-527-7010, with compliance to GSA regulations and SAM registration required for eligibility.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    Z--Replace Pump Station 659 Generator, GOGA
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Pump Station 659 generator located in Sausalito, California, at the Golden Gate National Recreation Area. The project involves removing an existing 43kW natural gas generator and installing a new unit, requiring contractors to provide all necessary labor, materials, and compliance with environmental standards, including California Air Resource Board regulations. This generator is crucial for sewage management, supporting over 4 million annual visitors, and the project is estimated to cost between $25,000 and $100,000, with a total small business set-aside. Interested contractors must submit their proposals electronically by the specified deadline and can contact Quinn Rankin at quinnrankin@nps.gov for further information.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to replace the main building generators and related equipment, requiring the selected contractor to provide all necessary management, personnel, materials, and equipment under a firm-fixed-price contract exclusively for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel, and compliance with federal regulations is mandatory. Interested contractors must submit their proposals electronically by March 14, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.