66--WY NP Personal Protective Ground Test Sets
ID: 140R6025Q0028Type: Presolicitation
AwardedMay 7, 2025
$15K$14,994
AwardeeBUY IT SOLUTIONS INC 24140 86TH RD Bellerose NY 11426 USA
Award #:140R6025P0026
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
    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
    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.
    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.
    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.
    Similar Opportunities
    UNIVERSAL DAQ SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    59--SHASTA CELL TOWER ELECTRICAL MATERIALS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide electrical materials for the Shasta Cell Tower project in Northern California. This Sources Sought announcement aims to identify contractors capable of supplying various electrical components, including sectionalizing cabinets, surge arrestors, and copper wire, which are essential for upgrades or new installations at the cell tower. Interested vendors are encouraged to submit capability statements detailing their experience and qualifications by 12:00 p.m. PST on December 26, 2025, to Derek H. Celedon at dceledon@usbr.gov, as the information gathered will inform the procurement strategy for this project.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    HEARING CONSERVATION PROGRAM
    Interior, Department Of The
    The Bureau of Safety and Environmental Enforcement (BSEE) within the Department of the Interior is seeking proposals for a Hearing Conservation Program that includes on-site audiometric testing for approximately 300 employees in the Gulf of America Region. The program aims to provide comprehensive services such as audiometric testing, training, fitting of hearing protection devices, and employee notifications, ensuring compliance with OSHA regulations. The contract has a base performance period from February 1, 2026, to January 31, 2027, with an option for an additional year, and quotations are due by January 5, 2026, at 5:00 PM EST. Interested vendors can reach out to Bradford Kelly at bradford.kelly@bsee.gov or call 703-787-1149 for further inquiries.
    Dual High Resistance Bridge System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Services, is seeking quotes for the procurement of a Dual High Resistance Bridge System or an equivalent unit due to the obsolescence and aging of existing test equipment. This procurement aims to ensure accuracy and stability in resistance measurements, which are critical for the Army's operational capabilities. The required system includes components such as high resistance coaxial matrix scanners, programmable voltage sources, temperature-stabilized high resistance standards, air baths, and an equipment rack. Interested vendors must submit their quotes by January 15, 2026, at 3:30 PM CDT, and can direct inquiries to Ben Hymas or Shalanda McMurry via email.
    Purchase of Turbine Runner for Unit A9
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.