16--Notice of Intent: MAIN/RESERVE PARACHUTES
ID: 140L3725Q0012Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT (1670)
Timeline
    Description

    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with Airborne Systems of North America for the procurement of specific parachutes and components, including 15 DC-7 canopies and 10 MT1S canopies and deploy bags. These parachutes are critical for the BLM Smokejumper Program, having successfully met the necessary testing and evaluation standards for operational use. The estimated value of this acquisition is less than $127,500, and interested parties must submit their qualifications by February 28, 2025, to the Contracting Officer, Mindi Paulson, at mpaulson@blm.gov, as no Request for Quotation (RFQ) will be issued.

    Point(s) of Contact
    Paulson, Mindi
    (208) 387-5717
    (208) 387-5574
    mpaulson@blm.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    PILOT CHUTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking offers for an Indefinite Quantity Contract (IQC) for a pilot chute, identified by NSN 1670-010523696. This procurement is classified as unrestricted and is critical for life support and safety, requiring compliance with Government First Article Testing (FAT) and Production Lot Testing (PLT). The estimated annual demand is 232 units, with a minimum delivery order quantity of 58 and a maximum of 232, emphasizing the importance of timely delivery and performance. Interested suppliers must register in the System for Award Management (SAM) and submit written quotes by the closing date of April 27, 2025, following the solicitation issue date of March 28, 2025. For further inquiries, contact Eric Jones at eric.jones@dla.mil.
    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 operational capabilities of these vehicles, which are critical for wildland fire suppression efforts, by ensuring they meet rigorous safety and performance standards. The performance period for this contract is set from June 2, 2025, to June 1, 2030, with a total estimated budget of $6.3 million allocated for vehicle purchases over five years. Interested contractors must submit their quotes electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    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.
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    F--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 an area of 765 acres, with work scheduled from April 2, 2025, to November 30, 2025. The project is part of broader federal efforts in land management and resource conservation, emphasizing fire prevention and 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.
    EMDD HELITACK OFFICE TRAILERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting quotes for the leasing of two temporary mobile office trailers to support operations at the BLM Miles City Field Office in Billings, MT. The procurement aims to provide functional office space for two helitack crews, accommodating a total of 22 personnel, with specific requirements for size, safety, and compliance with health regulations, including ADA standards. This initiative is crucial for ensuring that BLM personnel have the necessary facilities to conduct their operations effectively in the field. Interested small businesses must submit their proposals by the specified deadline, with inquiries directed to Chad Clapp at cclapp@blm.gov. The contract is structured as a firm fixed-price purchase order with a base year and two option years, emphasizing the government's commitment to engaging small businesses in this procurement process.
    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 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project at the National Interagency Fire Center in Boise, Idaho. The procurement aims to enhance the existing emergency power system by upgrading the current 600 KW generator and ensuring compliance with safety and operational standards during utility outages. This project is crucial for maintaining operational functionality and safety at the facility, particularly in emergency response scenarios. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    F--BLM WILLOW CREEK CUT AND PILE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the "Willow Creek Cut and Pile" project, which involves vegetation management services aimed at reducing wildfire risks across 118 acres in Colorado. Bidders are required to demonstrate relevant experience from the past five years, provide a detailed project schedule, and ensure the presence of a qualified project manager or crew foreman throughout the project duration, which is set from April 2, 2025, to November 30, 2025. This initiative is part of the BLM's broader commitment to responsible land management and fire risk reduction, emphasizing ecological health and public safety. Interested contractors must submit their proposals by March 21, 2025, and direct any inquiries to Daniel Rosales at drosales@blm.gov.