BOISE DISTRICT BACKFLOW TESTING & REPAIR
ID: 140L2625Q0022Type: Solicitation
AwardedApr 22, 2025
AwardeeBOISE BACKFLOW LLC 3835 E SWEET PEA CT Boise ID 83716 USA
Award #:140L2625A0016
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
    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
    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.
    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
    Similar Opportunities
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    Z--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 through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Class B Water Testing Solicitation
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Pekin, Illinois, is soliciting quotes for Class B Water Testing Services under solicitation number 15B41126Q00000003. The contractor will be responsible for collecting water samples, conducting IEPA Bac-T testing, completing necessary paperwork, and submitting results to the Illinois Environmental Protection Agency (IEPA) in compliance with state regulations. This procurement is critical for ensuring water quality and safety within the institution, with the contract structured as an indefinite delivery/requirements type, including a base year and up to four optional years, plus a potential six-month extension. Interested small businesses must submit their quotes electronically to Hans Frei at hfrei@bop.gov by December 19, 2025, at 4:00 PM CST, and must possess a valid IEPA Class B Water Operator’s License to be considered for the award.
    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.
    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.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.