66--WY NP Personal Protective Ground Test Sets
ID: 140R6025Q0028Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the procurement of three Personal Protective Ground Test Sets under solicitation number 140R6025Q0028. This acquisition is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires bidders to submit detailed specifications and pricing information that comply with ASTM standards. The test sets are essential for ensuring safety and compliance in electrical testing applications, with a delivery deadline of October 30, 2025. Interested vendors must submit their quotations by April 15, 2025, at 1:00 PM CDT, and can contact Natalie Oslund at NOslund@usbr.gov for further inquiries.

Point(s) of Contact
Oslund, Natalie
NOslund@usbr.gov
Files
Title
Posted
Apr 10, 2025, 1:05 PM UTC
The document is an amendment to solicitation number 140R6025Q0028 issued by the Bureau of Reclamation, concerning the procurement of Wyoming National Parks Personal Protective Ground Test Sets. This amendment outlines the necessary acknowledgment procedures for contractors regarding the receipt of the amendment, emphasizing that failure to do so before the specified deadline may lead to rejection of offers. It includes responses to vendor questions about specifications, specifically identifying required characteristics for equipment compatibility. The closing date for submissions remains April 15, 2025, at 13:00 CDT, and it mandates that all quotations must include specification sheets or risk being deemed non-responsive. The amendment reinforces the importance of accurate submissions in alignment with the outlined requirements, ensuring compliance within the government request for proposals framework.
The Bureau of Reclamation issued Request for Quote No. 140R6025Q0028 to procure three Personal Protective Ground Test Sets for the Wyoming Area Office. This acquisition falls under the Firm-Fixed Price contract type and is set aside for small businesses, with a delivery deadline of October 30, 2025. Offerors are required to submit a quotation that includes detailed specifications and price information for the test sets, which must meet specific performance criteria, including compliance with ASTM standards. The delivery location is specified, and vendors are obligated to provide documentation highlighting the requisite characteristics with their quotes, failing which their submissions may be deemed non-responsive. Invoicing will be processed exclusively through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). Various clauses regarding federal regulations, compliance, and reporting are incorporated, reflecting the requirements for federal procurements. This document outlines the essential terms and conditions for offerors, ensuring adherence to procurement regulations while promoting transparency and efficiency in government contracting.
Apr 10, 2025, 1:05 PM UTC
The document is an amendment related to a federal solicitation (140R6025Q0028) issued by the Bureau of Reclamation's Missouri Basin Regional Office, concerning Personal Protective Ground Test Sets. The amendment outlines procedures for acknowledging receipt, stipulates that offers must be received by April 15, 2025, and emphasizes that specification sheets detailing required characteristics must accompany any submissions to avoid being deemed non-responsive. Additionally, it states that the closing time is set for 1:00 PM CDT on the due date and provides responses to questions received prior to this amendment. The document confirms that the terms and conditions previously outlined remain unchanged, highlighting the importance of compliance for contractors in the bidding process. Overall, this amendment serves to clarify submission requirements and deadlines, ensuring that potential bidders are fully informed before the final submission.
Apr 10, 2025, 1:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Bureau of Reclamation for Personal Protective Ground Test Sets. It specifies the solicitation number (140R6025Q0028), an order to deliver three units of the testing equipment by October 30, 2025, and entails the requirement for bidders to include specification sheets that delineate the necessary characteristics for compliance. The document is aimed at small businesses, including service-disabled veteran-owned and women-owned businesses, and is categorized under the North American Industry Classification Standard (NAICS) relevant to the procurement of electrical and electronic measuring instruments. Important administrative details include the address for submission, the contracting officer’s information, and billing instructions. Additionally, the document incorporates federal acquisition regulations, which outline terms and conditions for the bidding process. The overall purpose of the RFP is to procure specific scientific equipment, promoting participation from a diverse array of businesses while ensuring compliance with federal standards for government contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
XP POWER SUPPLIES (Model No. HPT5K0TS048)
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of 40 XP Power programmable power supplies, model HPT5K0TS048, through solicitation number 140R8125Q0097. This acquisition is critical as the specified model is the only one that meets the technical requirements necessary for compatibility with the existing Rotor Turning Test Suite (RTTS) system, ensuring efficient hydropower diagnostics. The procurement emphasizes the need for new Original Equipment Manufacturer products, with delivery required within 190 days after receipt of order, and quotes must be submitted by 5:00 PM EST on April 25, 2025. Interested vendors can contact Savanna Manning at smanning@usbr.gov or by phone at 303-445-2432 for further details.
43--EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the refurbishment or replacement of a 500 GPM sump pump and the installation of new basket strainers for two existing 6000 GPM pumps at the Mt. Elbert Powerplant in Twin Lakes, Colorado. The procurement aims to ensure reliable operation of essential pumping systems, which are critical for maintaining operational integrity at the powerplant. This opportunity is set aside for small businesses under NAICS code 333914, with proposals due by May 11, 2025, and a firm fixed-price contract anticipated. Interested contractors must be registered in SAM.gov and are encouraged to conduct a site visit to assess the work required before submitting their proposals, which will be evaluated based on technical approach, past performance, and pricing.
WY WGF GRAVEL FOR SAND MESA
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of 1,486 tons of grading W road base, specifically composed of 1" minus fractured rock mixed with dirt and sand, for the Sand Mesa Road project in Wyoming. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, women, and economically disadvantaged individuals, emphasizing the importance of inclusivity in federal contracting. The materials are crucial for infrastructure development and maintenance, ensuring compliance with federal acquisition regulations and safety protocols. Interested contractors must submit their proposals by April 16, 2025, with delivery expected between May and July 2025, and can contact Chris Zook at czook@usbr.gov for further information.
38--MRG SFD GRIZZLY GRAVEL SEPARATOR
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Gravel Separator under solicitation number 140R4025Q0046. The equipment is intended to enhance operational efficiency by effectively separating large rocks and debris from finer materials at the Socorro Field Division in New Mexico. This procurement is crucial for improving productivity and reducing wear on existing equipment, with specific technical requirements outlined in the Statement of Work, including dimensions and performance standards. Proposals are due by 2:00 PM MDT on May 2, 2025, and interested contractors should direct inquiries to Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the demolition and reconstruction of sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project aims to replace deteriorated concrete structures with heavy-duty alternatives, adhering to industry standards and safety regulations, including guidelines from the American Concrete Institute (ACI) and the Occupational Safety and Health Administration (OSHA). This initiative is critical for maintaining the facility's infrastructure and ensuring effective stormwater management. Interested contractors must submit their proposals by April 25, 2025, and are encouraged to contact Valerie Jiron at vjiron@usbr.gov or 505-462-3658 for further details.
Fire Equipment Testing, Maintenance, & Inspection
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide fire equipment testing, maintenance, and inspection services at Yosemite National Park. The procurement aims to ensure compliance with National Fire Protection Association regulations and maintain the operational readiness of critical firefighting equipment, including self-contained breathing apparatuses and hydraulic extrication tools. This opportunity is a total small business set-aside, with a firm fixed price contract to be awarded based on price, project schedule, and past performance. Interested vendors must submit their quotes electronically by 5:00 PM Pacific Time on April 25, 2025, and direct any questions to Mariah Schumacher at mariahschumacher@nps.gov by April 17, 2025.
PEER REVIEW - CORROSION MITIGATION
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for an independent scientific review of the draft "Technical Memorandum 8540-2024-13 Corrosion Mitigation for Buried Metallic Water Pipe." The objective of this procurement is to engage three subject matter experts in corrosion engineering who will evaluate the memorandum's updated corrosion protection requirements and provide recommendations based on current industry standards. This initiative is crucial for enhancing the durability of buried metallic pipelines and ensuring compliance with regulatory mandates, as it aims to extend the useful life of infrastructure through a comprehensive review process that includes public comments. Interested parties can contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details regarding the solicitation.
Ductile iron utility poles and electrical wire
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Western Region, is seeking quotes for the procurement of ductile iron utility poles and electrical wire under a Combined Synopsis/Solicitation notice. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that participating businesses have at least 51% ownership and control by enrolled members of federally recognized tribes. The goods are essential for utility infrastructure, supporting the delivery of electrical services in various applications. Interested vendors must submit their quotes by April 21, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
J--Sources Sought - Cableway Wire Rope NDT & Lube
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking sources for the maintenance of cableway wire ropes at Hoover Dam through a Sources Sought Notice. The procurement aims to identify firms capable of providing Non-Destructive Testing (NDT) and lubrication services, which are essential for maintaining the integrity of the cableway wire ropes that have been exposed to environmental elements. Interested parties, particularly small businesses including those owned by disadvantaged groups, are encouraged to submit capability statements detailing their experience and technical capabilities by April 23, 2025. For further inquiries, potential respondents can contact Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.