BOISE DISTRICT BACKFLOW TESTING & REPAIR
ID: 140L2625Q0022Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 5:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking proposals for backflow testing, certification, and minor repairs within the Boise District, Idaho, under a contract that spans from May 1, 2025, to April 30, 2030. The procurement involves annual inspections of 21 backflow systems across various administrative and recreational sites, with a focus on compliance with local regulations and the provision for minor repairs not exceeding $1,500 annually. This initiative is crucial for maintaining water safety and environmental health standards, while also promoting participation from small businesses, as the contract is set aside for small business entities under NAICS code 561210. Interested contractors must submit their bids by April 2, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.

Point(s) of Contact
Parsons, Thomas
(208) 373-3911
(208) 373-3915
tparsons@blm.gov
Files
Title
Posted
Mar 18, 2025, 8:07 PM UTC
The document outlines a federal request for proposals (RFP) related to funding for community improvements and infrastructure projects across various regions. It emphasizes the importance of obtaining grants to enhance local development, urging organizations to submit proposals that align with federal guidelines. Key areas of focus include improving public facilities, increasing accessibility, promoting sustainability, and addressing specific local needs. The RFP encourages collaboration among stakeholders, highlights the need for detailed project plans, and mandates adherence to safety and environmental standards. Evaluation criteria for proposals include feasibility, community impact, and potential for innovative solutions. Overall, the document serves as a formal solicitation aimed at gathering diverse project proposals, supporting community growth, and leveraging federal resources effectively.
Mar 18, 2025, 8:07 PM UTC
The document is a solicitation (RFP) from the Bureau of Land Management (BLM) for backflow testing, certification, and minor repairs within the Boise District, Idaho. The contract spans from May 1, 2025, to April 30, 2030, with annual requirements for testing 21 backflow systems across various administrative and recreational sites. The government seeks a firm, fixed-price bid, emphasizing that the project is set aside for small businesses under NAICS code 561210. Key contractual obligations include annual inspections compliant with local regulations, scheduling requirements, a provision for minor repairs not exceeding $1,500 annually, and a stipulated insurance and compliance with applicable laws. The bidding process requires detailed pricing per backflow system, and the contractor must submit monthly invoices through the government’s electronic payment platform. With provisions for a total of five years, including four one-year options, this solicitation reflects the government's strategic approach to maintaining water safety and compliance while promoting small business participation in federal contracts. The proposal submission deadline is April 2, 2025, highlighting the urgency of acquiring these essential services for environmental and public health standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
Y--GAOA COVE BOAT RAMP AND SHORELINE STABILIZATION
Buyer not available
The Department of the Interior, through the Bureau of Land Management (BLM), is seeking qualified small businesses to undertake the GAOA Cove Boat Ramp and Shoreline Stabilization project in Owyhee County, Idaho. The project involves completing repairs and upgrades to the Cove Recreation Site near CJ Strike Reservoir, with an estimated construction budget ranging from $250,000 to $500,000. This initiative is part of the BLM's commitment to enhancing recreational facilities while adhering to federal contracting regulations. Interested bidders must register for a Unique Entity ID and maintain an active System for Award Management (SAM) profile, with a Request for Proposal (RFP) expected to be released around May 12, 2025, and proposals due approximately 30 days thereafter. For further inquiries, potential bidders can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.
W--Portable Restrooms & Servicing - BPA Set Up
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and servicing at the Lower Potomac Field Station in Lorton, VA. The contract encompasses a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the possibility of additional short-term rentals as needed. This initiative is crucial for maintaining sanitation at recreational sites managed by BLM, thereby enhancing public health facilities in these areas. Proposals are due by May 2, 2025, and inquiries can be directed to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
NIFC 300 JWH MPR Suite
Buyer not available
The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
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.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.