ADO - LIVESTOCK PIPELINE MATERIAL SUPPLY
ID: 140L4025Q0038Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTFARMINGTON DISTRICT OFFICEFARMINGTON, NM, 87401, USA

NAICS

Plastics Material and Resin Manufacturing (325211)

PSC

PIPE, TUBE AND RIGID TUBING (4710)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified vendors to supply livestock pipeline materials under a firm fixed price contract, designated as solicitation number 140L4025Q0038. This procurement aims to fulfill the BLM's requirement for essential materials, with a performance period from September 1 to September 30, 2025, emphasizing the importance of domestic sourcing unless otherwise specified. Quotes are due by August 8, 2025, and will be evaluated based on technical capability, past performance, and price, utilizing a Lowest Price Technically Acceptable (LPTA) approach for award selection. Interested offerors must submit their proposals via email to Eleanor Tippeconnie at etippeco@blm.gov, ensuring compliance with federal regulations, including the Buy American Act.

    Point(s) of Contact
    Tippeconnie, Eleanor
    (505) 372-8814
    (505) 564-7608
    etippeco@blm.gov
    Files
    Title
    Posted
    This Request for Quotation (RFQ) from the Bureau of Land Management seeks bids for the supply of livestock pipeline materials, with a delivery deadline of September 30, 2025. The RFQ, designated as number 140L4025Q0038, outlines that quotes are due by August 8, 2025, and specifies that this solicitation is not a commitment to pay costs incurred in proposal preparation. The performance period covers a month, from September 1 to September 30, 2025. It emphasizes the importance of domestic origin for the supplies unless stated otherwise. Key evaluation criteria for quotes include technical capability, past performance, and price, with a Lowest Priced Technically Acceptable (LPTA) approach for award selection. Offerors are required to adhere to various federal regulations regarding commercial products, including compliance with the Buy American Act. The document also encompasses clauses related to ethical conduct, subcontractor limitations, and mandatory electronic invoicing via the Department of the Treasury's platform. This RFQ indicates the Government’s intent to procure essential materials while promoting adherence to local, state, and federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    30--BELLOWS,PRESSURE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 93 units of pressure bellows (NSN 3010012595594). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 13. The pressure bellows are critical components in mechanical power transmission systems, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    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.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    68--Propane for Standing Rock Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 66,800 gallons of propane for the Standing Rock Agency, with a performance period from December 15, 2025, to March 31, 2026. The objective is to ensure adequate heating for five designated buildings during the winter months, requiring the selected vendor to coordinate deliveries and comply with all applicable regulations. This procurement is set aside for Indian Economic Enterprises (IEEs) and will be awarded based on the Lowest Price Technically Acceptable source selection process. Interested vendors must submit their quotes by December 10, 2025, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    Intermountain Stewardship BPA
    Buyer not available
    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.
    30--BELTING,V
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 3030-01-161-8784, specifically for belting components. The solicitation outlines a requirement for 15 units, with delivery expected within 95 days after order placement, and may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These belting components are critical for mechanical power transmission equipment, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    37--MRG SFD Boom Mower Attachment
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to ATMAX Equipment Co. for the procurement of one MowerMax Boom Attachment Twin Saw, specifically a 90-inch model with a 90-degree articulating knuckle. This equipment is essential for vegetation management within the Bureau's operations, ensuring compatibility with existing MowerMax machinery already in use. The contract, identified by Solicitation Number 140R4026Q0002, is expected to be awarded on January 19, 2026, and will be processed under FAR Part 13, with a performance period of 365 days from the award date. Interested parties can contact Valerie Jiron at vjiron@usbr.gov or by phone at 505-462-3658 for further information.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.