Z--Muskrat - Vernon Garage Door Repairs
ID: 140L5725Q0026Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTUTAH STATE OFFICESALT LAKE CITY, UT, 84101, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting bids for garage door repairs at the Muskrat Fire Station in Grantsville, UT, and the Vernon Fire Station in Vernon, UT, under solicitation number 140L5725Q0026. The project involves extensive repairs to 11 overhead doors, including replacing damaged components and ensuring proper installation to meet safety and operational standards before the fire season begins on May 31, 2025. This initiative is crucial for maintaining functional infrastructure that supports the West Desert District Fire Program. Interested contractors must submit their quotes by March 25, 2025, and adhere to the "Lowest Price Technically Acceptable" evaluation criterion, with a firm fixed price contract anticipated to be awarded by April 1, 2025. For further inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's Bureau of Land Management has issued specifications for the Muskrat – Vernon Garage Door Repair project, located in Tooele County, Utah. The project encompasses repairing 11 overhead doors at two fire station sites, requiring labor, materials, and supervision for the replacement of various door components. The work must align with specific timelines and site usage restrictions to accommodate ongoing government operations. Contractors must coordinate construction activities to minimize disruption while ensuring full occupancy of government staff in adjacent areas. The overhead doors will be electrified, adhering to specified performance requirements, warranties, and installation standards, with details on materials and operational capabilities outlined for the contractor’s guidance. The project emphasizes safety and compliance with regulatory standards, prioritizing minimal impact on site usage throughout the repair process, indicative of the Bureau's commitment to maintaining functional and safe infrastructure for governmental operations.
    This document outlines a bid schedule for the installation of garage doors at two locations: Muskrat Garage and Vernon Garage. The schedule specifies two bid items, each requiring a unit price for one complete job. Bidders are informed that to be considered, they must provide prices for all items listed in the schedule, as partial bids will not be accepted. The contract will be awarded to the lowest priced bid that is technically acceptable and from a responsible vendor. While a detailed breakdown of costs can accompany the bid, it is not mandatory. The document emphasizes the importance of clarity in the pricing format to avoid non-responsiveness in bids. Overall, this bid solicitation exemplifies standard practices in government procurement, ensuring fair competition and accountability in contracting processes.
    The document outlines Wage Determination No. 2015-5489 from the U.S. Department of Labor, specifically under the Service Contract Act (SCA). It establishes minimum wage rates for various occupations in Salt Lake and Tooele Counties, Utah, applicable for contracts subject to Executive Orders 14026 and 13658. Contracts awarded or renewed after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour unless a higher wage is indicated. The document details occupational wage rates and fringe benefits for numerous job titles, emphasizing that specific roles may qualify for higher wages under the mentioned executive orders. It also highlights the provision for paid sick leave as mandated by Executive Order 13706 for federal contractors. Benefits include health and welfare allowances, vacation, and holiday entitlements. For occupations not listed, contractors must submit a request for conformance to establish appropriate classifications and wage rates. Overall, the document serves to inform federal contractors of wage and benefit standards mandated for service contracts, ensuring compliance and fair labor practices in federal contract work.
    The document references a file related to the Vernon Fire Station project, dated June 11, 2020. It appears to be part of the architectural planning and development phase connected to public safety facilities, specifically focusing on fire station infrastructure. As part of this initiative, the plans would typically include site analysis, building design, and necessary compliance with federal and local regulations related to fire safety and community service. The file name suggests it contains relevant architectural designs or models pertinent to the project. Overall, this document plays a role in implementing government-funded services aimed at enhancing community safety through improved fire station infrastructure.
    The Bureau of Land Management in Utah has issued a Statement of Work for repairs and maintenance of garage doors at the Muskrat and Vernon Fire Stations. The Muskrat Fire Station requires extensive repairs due to neglected maintenance of six overhead doors installed in 1999. Specific tasks include replacing damaged door sections, rollers, hinges, and installing horizontal track supports. At the Vernon Fire Station, five doors, installed in 2021 but improperly supported, will have their tracks replaced with more suitable 6:12 roof-pitch tracks, along with updating door operators to include manual options for power outages. The project aims to ensure both fire stations are operational before the beginning of the fire season on May 31, 2025. A contractor is expected to be awarded the project by April 1, 2025, with an anticipated 60-day period for completion, covering all repairs and material procurement. The document outlines the tasks required at each site and specifies locations for the work, emphasizing the importance of safety and functionality in serving the West Desert District Fire Program.
    This document is an amendment to a solicitation for contract modification regarding the Muskrat - Vernon Garage Door Repairs project. The amendment includes instructions on how contractors must acknowledge receipt of the amendment by either including it with their offer or through separate communication. Notably, the amendment integrates new plans for the garage door repairs and maintains all other terms and conditions of the original request. The specified period for the project is from April 1, 2025, to May 31, 2025. The document emphasizes the importance of adhering to deadlines for communication and amendments, detailing the procedures for submitting altered offers in response to the amendment. The contracting officer's name, Daniel Walker, is included, further affirming official oversight. Overall, this amendment serves to clarify requirements and deadlines for contractors involved in the project as part of federal procurement protocols.
    The Bureau of Land Management (BLM) is issuing a Request for Quotation (RFQ) for garage door repairs at the Muskrat Fire Station in Grantsville, UT, and the Vernon Fire Station in Vernon, UT, under the solicitation number 140L5725Q0026. The contract is set as a firm fixed price (FFP) with a significant emphasis on small business participation, particularly a total small business set-aside. The effective period for work is from April 1 to May 31, 2025. Interested contractors must submit quotes by March 25, 2025, while addressing technical specifications and pricing in their proposals. The BLM seeks to award the contract based on the "Lowest Price Technically Acceptable" evaluation criterion. All quotations must comply with solicitation instructions and federal regulations, including maintaining active registration in the System for Award Management (SAM). The announcement also specifies required contract clauses and outlines contractor obligations, ensuring all vendors adhere to necessary federal acquisition standards. This initiative reflects the BLM’s intention to ensure efficient operations and maintenance of government facilities while supporting small business involvement in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    UFO NORWOOD WAREHOUSE IMPROVEMENTS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors for the UFO Norwood Warehouse Improvements project located at 40835 State Highway 145, Norwood, Colorado. The project entails the installation of a pedestrian gate and the replacement of a broken yard hydrant, with specific requirements including compliance with existing materials and safety standards. This initiative is part of the BLM's commitment to enhancing public land facilities and ensuring they meet operational and accessibility standards. Interested small businesses must submit their quotations by March 28, 2025, following a site visit on March 14, 2025, with a total project budget under $25,000. For further inquiries, contact Patrick Frost at pfrost@blm.gov or call 303-239-3605.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    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.
    PDO Annual Safety Trailer Inspection & Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide annual safety inspections and necessary repairs for 49 trailers as part of a federal contract opportunity. The objective of this procurement is to ensure compliance with federal and state safety regulations, particularly those set by the Department of Transportation, by conducting thorough inspections and repairs on-site by certified mechanics. This initiative is crucial for maintaining the operational integrity and safety of the BLM's fleet, which supports its mission in land management. Interested small businesses must submit their quotes by March 21, 2025, and direct any inquiries to Cindy Gonzalez at chgonzalez@blm.gov or by phone at 720-854-8791, with the contract expected to commence shortly after award and be completed within 60 business days.
    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.
    BLM MESA MASTICATION
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Mesa Mastication project, aimed at reducing wildfire risks through vegetation management in northwestern Colorado. This initiative involves cutting and shredding pinyon and juniper trees across approximately 765 acres, with work scheduled between April 2, 2025, and November 30, 2025, while adhering to environmental regulations and ensuring equipment cleanliness to prevent the spread of noxious weeds. The project reflects the federal commitment to effective land management and resource conservation, emphasizing sustainable recreational use of public lands. Interested vendors must submit their quotes via email by 10:00 AM MDT on March 20, 2025, and can contact Daniel Rosales at drosales@blm.gov for further information.
    2025 ENOP MEALS
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for catering services for the 2025 ENOP Training event at Camp Williams, Utah, scheduled from May 18-23, 2025. The selected contractor will be responsible for providing daily meals, including hot breakfasts, lunches, and dinners for approximately 45 participants, ensuring adherence to food safety standards and nutritional guidelines tailored for wildland firefighters. This procurement emphasizes the importance of supporting small businesses, as it is set aside for total small business participation, with responses due by March 14, 2025. Interested vendors can direct inquiries to Mark Renforth at mrenforth@blm.gov or by phone at 334-846-2890.
    23--Farmington District Office Leased Modular Building
    Buyer not available
    The Bureau of Land Management (BLM) is seeking competitive quotations from small businesses for a firm-fixed price contract to lease a modular office building at the Farmington District Office in New Mexico. The modular building must accommodate administrative functions for up to four staff members, include network capabilities, be temperature-controlled, and comply with ADA standards, with delivery and setup responsibilities falling to the contractor. This procurement is crucial for maintaining operational efficiency during ongoing construction, with proposals due by March 13, 2025, and the contract period running from March 17, 2025, to January 31, 2026. Interested vendors should contact Ronald Shumate at rshumate@blm.gov for further details and ensure they are registered in the System for Awards Management to qualify for consideration.
    Z--Fencing Replacement - Amendment 1
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for the replacement of fencing at the Giles Run Trailhead and Meadowood Connector Trailhead in Fairfax County, Virginia. The project involves the complete removal of existing fencing and the installation of new treated oak post and rail fencing, adhering to specific guidelines regarding materials, dimensions, and safety compliance. This initiative aims to enhance recreational spaces while ensuring adherence to federal contracting requirements and quality assurance processes. Interested small businesses must submit their quotes by March 10, 2025, and can direct inquiries to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853. The estimated project value is between $25,000 and $100,000, with a pre-bid site visit scheduled for February 27, 2025.
    F--BLM PINTO MESA HAND THINNING AND PILE
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Pinto Mesa Hand Thinning and Piling project, aimed at managing vegetation to mitigate wildfire risks across approximately 313 acres near Meeker, Colorado. The project involves cutting and piling pinyon and juniper trees, with contractors responsible for providing all necessary equipment and ensuring compliance with environmental and safety standards. This initiative is crucial for enhancing forest health and reducing fire hazards, aligning with broader government efforts in resource management and ecosystem preservation. Interested contractors must submit their quotes by email to Contracting Specialist Daniel Rosales by 10:00 AM MDT on March 20, 2025, with the contract period set from April 2, 2025, to December 31, 2025.