Open Federal Contracts — Searchable Table

Open Federal Contracts

Tip: Use the filters below or the search box to narrow results. “Industry / Business Type” is usually the fastest way to find relevant opportunities.

Contract TitleContract SummaryDue DateIndustry / Business TypeProduct/Service CategorySmall Business PreferenceContact PersonPublished Date
WA FLAP SKAMAN 92135(1), Wind River Road Slide ReconstructionWA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction Skamania County, Washington This work consists of retaining walls, guardrail installation and replacement, culvert lining and paving. Project Location: This project is located approximately 0.5 Miles South of Carson City, Skamania County, Washington State. Project Length: 0.3 Miles Estimated Price Range: Between $5,000,000 and $10,000,000 Tentative Solicitation Date: Fall/Winter 2025 Tentative Fixed Completion Date: Fall/ Winter 2026 See Attachments for additional information.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeAug 26, 2025
Premise Wiring**This is a 100% Small Disadvantaged Business(SDB) Set-Aside under NAICS 517111-Wired Telecommunications Carriers. The contractor shall complete Premise Wiring at Joint Base Lewis-McChord IAW Attach.1 - Statement of Work.Sep 10, 2025 10:00 AM PDTWired Telecommunications CarriersIT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR)Total Small Business Set-Aside (FAR 19.5)Michael Salone | Patrick RangelAug 26, 2025
Diesel Powered Portable Skid Mounted Enclosed Generators and MaintenanceDiesel Powered Portable Skid Mounted Enclosed Generators Statement of Work Strategic Weapons Facility Pacific (SWFPAC), Code SPB14 Scope of Work: The contractor shall provide, unpack and deliver in-place two (2), enclosed Diesel Powered Portable Skid Mounted Generator-Sets with power cable connections to United States Coast Guard Airstation/SFO Port Angeles, 1 Ediz Hook Road, Port Angeles, WA 98362. Prior to delivery contractor shall remove and dispose of (2) currently installed 50kW generators. Contractor shall coordinate delivery, installation, connection and operational testing of (2) new generators with Government Point of Contact (POC). Contractor shall submit detailed specifications and recommended origninal equipment manufacturer (OEM) maintenance for proposed generators. Contractor shall provide 12 months of OEM recommended maintenance following installation and successful testing, to be performed on-site. Maintenance may be extended up to 1 time for an additional 12-month period. Period of Performance: Once awarded, contractor will provide equipment specified by this contract within 6 (six) months from award date. Deliverables: Diesel Generator #1 Rating shall be 50 kW, three phase, four-wire, 480 VAC line voltage, 277 VAC phase voltage, with a continuous power factor of 0.8. The load under normal conditions is approximately 18 kW. A single 7.5 horsepower three-phase sewage lift pump motor will be called upon intermittently as an addition to this normal load. Contractor may recommend a diesel-generator rating lower than the recommended 50 kW @ PF=0.8 is viable to avoid unnecessary 'wet-stacking' of the diesel during times when the lift pump is not operating, i.e., 18 kW. Contractor shall provide connection cable compatible with transfer switch in Enclosure (1). Diesel-generator shall be able to start sewage lift pump motor directly across the line without causing an unacceptable voltage drop to the system. The specific technical cut sheets for the sewage lift pump motor are attached as Enclosure (2). Diesel-generator shall have the capability to auto-start via an automatic transfer bus/switch for future capability. Diesel Generator #2 Rating shall be 50 kW, three phase, four-wire, 480 VAC line voltage, 277 VAC phase voltage, with a continuous power factor of 0.8. The load under normal conditions is approximately 18 kW. A single 7.5 horsepower three-phase sewage lift pump motor will be called upon intermittently as an addition to this normal load. Contractor may recommend a diesel-generator rating lower than the recommended 50 kW @ PF=0.8 is viable to avoid unnecessary 'wet-stacking' of the diesel during times when the lift pump is not operating, i.e., 18 kW. Contractor shall provide connection cable compatible with transfer switch in Enclosure (1). Diesel-generator shall be able to start sewage lift pump motors directly across the line simultaneously without causing an unacceptable voltage drop to the system. The specific technical cut sheets for the sewage lift pump motors are attached as Enclosure (3). Diesel-generator shall have the capability to auto-start via an automatic transfer bus/switch for future capability. Power Cable Connections Provide 2 power cables, one for each generator. Power cables shall be of an appropriate rating such that they can handle the full capacity of the generators. Cables shall be compatible with the transfer switch connection specified in Enclosure (1). Cables shall be at least 20 feet in length. Equipment provided shall meet or exceed the following requirements: Generator shall be an all season operating system, portable diesel-generator set designed and constructed for outdoor use in the Pacific Northwest region, situated in an environment adjacent to salt-water and unshielded from all potential types of weather including windblown rain and snow. Enclosure to have drainage. Generator shall have a fully lockable enclosure to allow safe unattended operation. All aspects of their diesel-generator set including the excitation equipment, voltage regulator, and governor will perform properly under the following transient loading conditions: Assume that the diesel-generator set is supplying a steady-state load of 35 kW (44 kVA @ P.F. = 0.8) at which time the sewage lift pump induction motor (480 VAC, three-phase, 7.5 horsepower) starts directly across the line at full voltage, i.e., without soft-starting equipment. The generator shall be capable of running for an indefinite period of time with the 'normal' phase imbalance of Phase A=9.26 kW, Phase B=7.24 kW, Phase C=1.59 kW in addition to the lift pump motor in Enclosure (1) running and will not cause damaging negative sequence heating beyond the generator thermal capabilities. Generator shall have a tank capacity to support at least 12 hours of continuous, full rate operation before refueling is required. Maintenance Description Maintenance shall include but it not limited to the following maintenance actions: Monthly operational check of at least 30 min (per OEM guidance) Monthly fluid level check and top off as necessary (per OEM guidance), to include: Fuel Oil Coolant Diesel Exhaust Fluid (if equipped) Once Annual Oil Change Contractor shall be responsible for providing all consumables and proper disposal of all waste. Disposal Contractor shall dispose of currently installed generators in accordance with all applicable federal and state regulation. Install Contractor will deliver generators to the site locations at the specified address. Contractor will place and secure the generator to the designated concrete pads. Contractor will make all required electrical connections for operation. Contractor will fill fuel and check all required fluids and fill to the OEMS specification. Operational Test Contractor will coordinate with the Government POC to conduct operational load test of newly install generators. Contractor will provide initial operator training and (3) operation manuals. Contractor will run and oversee initial operation of generators during operational test.Sep 03, 2025 05:00 PM PDTElectrical Contractors and Other Wiring Installation ContractorsGENERATORS & GENERATOR SETS ELECTTotal Small Business Set-Aside (FAR 19.5)Tabbatha Austin | Denise ManorAug 26, 2025
Cooling Tower Wet?Deck Media Replacement and Cleaning08/26/2025: QandA 08-26-2025 posted 08/26/2025: Amendment 0002 08/22/2025: Site Visit Log posted 08/21/2025: QandA 08-21-2025 posted 08/19/2025: Amendment 0001 posted 08/19/2025: QandA_08/19/2025 posted This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is an OPEN-MARKET Firm Fixed Price (FFP) RFQ. This solicitation is prepared in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective 6/11/2025. This is a SMALL BUSINESS SET-ASIDE solicitation, and the North American Industry Classification System (NAICS) code is 238220 with an industry size standard of $19.0 million and the associated Product Service Code (PSC) is J041. The technical evaluation factors for this procurement will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. A responsible quoter is one whose quotation conforms to the solicitation and will be most advantageous to the Government. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from https://www.acquisition.gov/?q=browsefar.Sep 02, 2025 02:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsMAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)WFL Simplified AcquisitionAug 26, 2025
Diesel Powered Portable Skid Mounted Enclosed Generators & MaintenanceNAVSUP FLC Puget Sound, in support of Strategic Weapons Facility Pacific (SWFPAC), will be soliciting for a firm fixed price contract for Diesel Powered Portable Skid Mounted Enclosed Generators and Maintenance in accordance with the solicitation Statement of Work. The anticipated posting date of the solicitation is on or about 8/27/2025 with a closing date on or about 9/3/2025. Requirement is being procured using FAR Parts 12 and 13 Procedures. Electronic submission of proposals/quotes through the System for Awards Management (SAM) website is not available at this time. This solicitation and any subsequent amendments will be posted on the SAM Website: https://sam.gov/ Interested persons may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date, which will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. Prospective offerors must be registered in SAM to participate in this procurement. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. Offerors must also be registered in the System for Awards Management (SAM) in order to receive a Government Award in this procurement at https://sam.gov. All questions regarding this solicitation should be submitted to the Contracting Specialist, Tabbatha Austin at Tabbatha.austin@swfpac.navy.mil or the Contracting Officer, denise.e.manor.civ@us.navy.mil. ***DESCRIPTION OF ITEMS/SERVICE WILL BE POSTED AT THE TIME SOLICITATION IS POSTED***Sep 03, 2025 05:00 PM PDTElectrical Contractors and Other Wiring Installation ContractorsGENERATORS & GENERATOR SETS ELECTTotal Small Business Set-Aside (FAR 19.5)Tabbatha Austin | Denise ManorAug 26, 2025
VAULT DOORTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). ** Late bid will not be considered for award** ** Please provide MFR's name and Country of origin** ** Please provide the lead time** ** SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND RETURNED. INCOMPLETE SOLICITATIONS OR QUOTES WITH UN-RETURNED SOLICITATIONS WILL NOT BE CONSIDERED** EMAIL: rosalie.aranzanso@dla.mil PHONE: 385.591.1050Aug 26, 2025 07:30 PM PDTShowcase, Partition, Shelving, and Locker ManufacturingOFFICE FURNITURETotal Small Business Set-Aside (FAR 19.5)ROSALIE ARANZANSOAug 25, 2025
N--EPA Region 8 Emergency Response Vehicle RemountPerkin-Elmer Avio 550 Max and Perkin-Elmer Nexion 2000B – Gold Service PlanAug 25, 2025 04:00 PM EDTAnalytical Laboratory Instrument ManufacturingINSTALL OF INSTRUMENTS & LAB EQTotal Small Business Set-Aside (FAR 19.5)Lial, DyllanAug 25, 2025
PLATE SHEARPlease reference this solicitation number SPMYM2-25-Q-2554 PLATE SHEAR in the subject line of your email. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. BRAND NAME OR EQUAL. Items must be brand name or equal in accordance with FAR 52.211-6 Procurement has Salient Characteristics. Standalone spec sheet (pdf format) is required for evaluation. 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 26, 2025 10:00 PM PDTMachine Tool ManufacturingPUNCHING AND SHEARING MACHINESTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 25, 2025
Renovation Building SuppliesThis is a resolicitation of FA462025QA993 with revised Salient Characteristics. Please review the attachments before subbmitting a quote. Please see attachments for solicitation details. Amendment 0001 - No material changes, revised Salient Characteristics to change from Qty/FT to equivilent EAAug 26, 2025 01:00 PM PDTCut Stock, Resawing Lumber, and PlaningLUMBER AND RELATED BASIC WOOD MATERIALSTotal Small Business Set-Aside (FAR 19.5)Ben HamptonAug 25, 2025
Mk62 Leak Test Stand ControllerAmendment 00001 - To extend solicitation close date to 09 September 2025. ************************************************************************************** MK62 Leak Test Stand Controller, IAW NAVSEA Drawing 8290555 Rev. D and all associated drawings and specification. ----------------------------------------------------------------------------------------------------- Requirements and evaluation procedures will be listed in the solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding the solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: jessica.r.reichard.civ@us.navy.mil No paper copies will be accepted. Only digital copies sent via email will be accepted. **Failure to complete all representations and certifications found within the solicitation, and respond to the RFQ with associated amendments if applicable prior to the closing date and time established may render an offer nonresponsive and result in no longer being considered for award. Company quote forms may be provided but not substituted for a completed solicitation / amendment pages. The government terms and conditions (T&C’s) listed in the solicitation are required by law through the Federal Acquisition Regulations (FAR) and then Department of Defense FAR Supplement (DFARS). It is requested that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law, are unenforceable, and cannot be accepted. National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies. The contractor shall have a current assessment (not more than 3 years old) for each covered contractor information system that is relevant to this requirement. Additional information regarding NIST SP 800-171 can be found at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_S171.html and https://www.sprs.csd.disa.mil/nistsp.htm. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Agency (DLA) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at: https://www.dla.mil/Logistics-Operations/Services/JCP/. Restricted drawings and technical information are available through Sam.Gov. ******NOTICE****** To receive the drawings associated with this solicitation, the Company point of contact/data custodian identified at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx must send an email request to Jessica Reichard at Jessica.R.Reichard.civ@us.navy.mil. The request shall include company name; complete address; CAGE code; and point of contactbname, email address, and phone number. The drawings will be provided only to those companies with an active JCP certificate and a minimum Confidence Level Assessment of “Basic” in the NIST SP 800-171 Assessment Report contained in the Supplier Performance Risk System. Offerors must have a current registration in the System for Award Management (SAM) database, https://sam.gov/ a Federal governed owned website.Sep 09, 2025 03:00 PM PDTInstruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process VariablesTORPEDO MAINT REP & CHECKOUT EQTotal Small Business Set-Aside (FAR 19.5)Jessica ReichardAug 25, 2025
TD FIRE PROTECTION MAINTENANCE SERVICEThis soliciation has been extended to 28 August 2025 at 5:00 PM Pacific time. >>>>Break<<<<< COMBINED SYNOPSIS/SOLICITATION W9127N25QA077 TD FIRE PROTECTION MAINTENANCE SERVICE U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 1. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W9127N25QA77 is a Request For Quotes under FAR Part 13 for the establishment of a single award, firm fixed price contract for Fire Protection Maintenance Service at the Dalles Dam and Lock located at Highway I-84, Exit 88, The Dalles, OR 97058. To perform the fire protection maintenance services as defined in this Performance Work Statement (PWS). 2. Period of Performance (PoP). Base year with four (4) Option Year: - Base Year - 1 October 2025 - 30 Sept 2026. - Option YR 1 - 1 October 2026 - 30 Sept 2027 - Option YR 2 - 1 October 2027 - 30 Sept 2028 - Option YR 3 - 1 October 2028 - 30 Sept 2029 - Option YR 4 - 1 October 2029 - 30 Sept 2030 3. General Information: This effort is to include all associated works required and described in attachment 1 - TD Fire Protection Service (PWS). The solicitation document's incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 56210 - Facilities Support Services with a Small Business Size Standard of $47.0M. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in Attachment 1 - TD Fire Protection Service (PWS) and Attachment 2 - Price Schedule. Description: The Government requests pricing, and O&M literature for the following item. a. Refer to attachment 2 - Price Schedule 4. Instructions: 52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (MAR 2023) - ADDENDUM Proposals shall include the following: a. UEI Number b. Cage Code c. Contractor Name d. Payment Term (net30) or Discount e. Point of Contact & Phone # f. Email Address g. Date Offer Expires (i). Technical capability of the item offered to meet the Government requirement. Your quote package, MUST include spec sheets/information brochures for the services quoted in your package. Information should clearly show and demonstrate your company's ability to meet the stated requirement. Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation. Offerors shall submit quotes via email, oral offers will not be accepted. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Any questions generated from this solicitation must be submitted to consuelo.j.kiser@usace.army.mil by 18 August 2025 by 12:00 PM Pacific Time (PT). When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions. Any questions received after 18 August 2025, 12 PM PT may not be answered. Submissions: Quotes are due no later than 28 August 2025, at 5:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Consuelo Kiser by email at consuelo.j.kiser@usace.army.mil. No late submissions will be accepted. Quotes must be emailed to: consuelo.j.kiser@usace.army.mil & suzanne.w.hunt@usace.army.mil Upon award and satisfactory completion of delivery, invoices shall be submitted as follows in accordance with FAR clause 52.212-4(g): i. Submit one electronic PDF invoice to Millington (USACE Finance Center) via email address: CEFC-G2invoices@usace.army.mil; copy the Contracting Officer's Representative: Michael.d.changar@usace.army.mil & James.B.gale@usace.army.mil on the invoice submission. (End of provision) 5. Evaluation: 52.212-2 EVALUATION - COMMERICAL ITEMS (NOV 2021) (The evaluation of quotes will be IAW FAR Part 13.106-2 (b). The total evaluated price will be calculated by totaling all contract line items (CLINs). The award will be made based on the best overall quote that is determined to be the most beneficial to the Government, with appropriate consideration given to the two (2) evaluation factors. The Government will award a Contract to the responsible Offeror whose quote conforms to the solicitation and is expected to result from selection of the technically acceptable quote with the lowest evaluated price. To be technically acceptable, an Offeror must submit a proposal that clearly meets the minimum requirements of the solicitation and determined acceptable based on the below evaluation factors. 5.1 Factors to be evaluated: The evaluation of all quotes will be: Factor # 1 - will be rated as Acceptable or Unacceptable in accordance with the performance objectives stated in the attachment 1 - TD Fire Protection Service (PWS) and Attachment 2 - Price Schedule. Factor #2 - Price. An evaluation will be performed on the proposed prices. The evaluation will not be assigned an adjectival rating, yet it will be evaluated for completeness and reasonableness. (End of Provision) 52.215-1 Instructions to Offerors-Competitive Acquisition (Nov 2021) The government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications and described in FAR 15.306(a)), Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost pr price and technical standpoint. The government reserves the right to conduct discussion of the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposal. (End of Provision) 5.2 Contracting Officer Authority Only a warranted Contracting Officer (either a Contracting Officer or an Administrative Contracting Officer (ACO)), acting within the appointed limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract, the contractor shall not proceed with the change and shall immediately notify the Contracting Officer. Proceeding with any work not authorized by the Contracting Officer will be at the Contractor's risk. For additional information regarding this solicitation contact: Consuelo Kiser at consuelo.j.kiser@usace.army.mil 6. Attachments: a. Solicitation b. Attachment 1 - TD Fire Protection Service (PWS) c. Attachment 2 - Price Schedule d. Attachment 3 - 20250708 WD Rev 28., 2015-8853 (Klickitat County) e. Clauses and Provision, found at the end of SolicitationAug 28, 2025 05:00 PM PDTFacilities Support ServicesMAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLSTotal Small Business Set-Aside (FAR 19.5)Consuelo Kiser | Suzanne HuntAug 25, 2025
RadiosThis is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number/FY25-W56MGU0012326902 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 Dated 22 April 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20240425. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% Small Business under North American Industry Classification Standards (NAICS) code 334220. This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon best value to the Government, and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. The date, time and request for quote offers are due by 3 Sepetmber 2025 at 12:00 P.M. Eastern time on to Fredesvin.quintana.civ@army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE. ALL QUESTIONS MUST BE IN WRITING (EMAIL). RADIOS BRAND NAME OR EQUAL CLIN 1: BK Radio BKR 9000 See attached PWS and spec sheet for requirement. Radios must be an approved vendor radio that is authorized for the LMR network on Joint base Lewis McChord and Yakima Training Center in Washington state. 33ea Cost each______________ Total_____________ NOTE: This is a brand name or equal. If quoting an equal radio must be from one of 3 approved vendors on attached memo. Radio must meet or exceed attached specifications. Vendor must provide specifications with quote. The quantity of this requirement may change due to budget. NOTE: VENDOR MUST PROVIDE CAGE CODE AND SAM UEI IN QUOTE PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.211-6, Brand Name or Equal (IF APPLICABLE) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items “all or none” is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference – SEE http://www.acquisition.gov DFARS 252.201-7000, Contracting Officer’s Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225–7055, Representation Regarding Business Operations with the Maduro Regime DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.Sep 03, 2025 12:00 PM EDTOther Communications Equipment ManufacturingRADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNETotal Small Business Set-Aside (FAR 19.5)Fredesvin QuintanaAug 25, 2025
LUMBER, SOFTWOOD, TIMBER, STD ROUGHTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement.? Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: deborah.beierle@dla.mil PHONE: 385-591-9033Aug 26, 2025 04:00 PM PDTSoftwood Veneer and Plywood ManufacturingLUMBER AND RELATED BASIC WOOD MATERIALSTotal Small Business Set-Aside (FAR 19.5)Deborah BeierleAug 25, 2025
Ice Harbor Dam Charbonneau Park Septic System UpgradesPlease see attached solicitation.Sep 04, 2025 01:00 PM PDTSite Preparation ContractorsCONSTRUCTION OF SEWAGE AND WASTE FACILITIESTotal Small Business Set-Aside (FAR 19.5)Preston Jones | Cynthia JacobsenAug 25, 2025
SPMYM225Q2342 RADIOACTIVE SOURCESearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument ManufacturingHAZARD-DETECTING INSTRU & APPARATUSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 25, 2025
12th Move/SeattleTHIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and another written solicitation will not be issued. Solicitation number M0023625Q1019 is issued as a request for quotation (RFQ) using the commercial procedures in accordance with FAR Part 12 and Simplified Acquisition Procedures FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 and DFARS Publication 20250117. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a purchae order for an acquisition of the relocation of 12th Marine Corps District Head Quarter office, Federal Center South 4735 E Marginal Way S #1238, Seattle, WA 98134 to Longacres Park, 1901 Oaksdale Ave SW #550, Renton, WA 98057. This solicitation is issued as a 100 % Small Business set-aside and the North American Industrial Classification System (NAICS) code for this requirement is 484210 with a size standard of $34,000,000. All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF 1449 M0026324Q1019 attached to this synopsis. A site visit has been scheduled at Federal Center South, 4735 E Marginal Way S #1238, Seattle, WA 98134 on 21 August 2025 at 09:00Am Pacific Daylight Time (PDT) Any/all questions regarding this RFQ shall be received by this office no later than 22 August 2025 at 10:00AM Eastern Standard Time (EST) Offerors responding to this announcement shall submit their proposals in accordance with FAR Part 12 and additional instructions, conditions, and notices to offerors provided in the SF1449. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and its addendum provision. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors. The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from lowest price to the highest price. If there are more than two (2) quotes, the Government will conduct a comparative assessment of at least the two (2) lowest price quotes. The award will be made to the offeror’s whose quote is determined to have both a fair & reasonable price and to be the most advantageous to the Government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. All other additional contract requirement for this acquisition can be found in the attached SF 1449. The closing date and time for this solicitation is 27 August 2025 at 10:00AM Eastern Standard Time (EST). The primary point of contact for this solicitation is Dedriene Green (dedriene.l.green@usmc.mil) - 843.228.1995. Secondary point of contact is Star Brown (starleana.brown@usmc.mil) -843.228.2407Aug 27, 2025 10:00 AM EDTUsed Household and Office Goods MovingRELOCATION SERVICESTotal Small Business Set-Aside (FAR 19.5)Dedriene Green | Starleana BrownAug 25, 2025
23--ESR_2025_TRACTOR RENTAL_VALEAmendment 0001 is to extend the solicitation closing date from 25 August 2025; 1700 PST to 29 August 2025; 1700 PST. All other terms and conditions of the solicitation are the same.Aug 29, 2025 05:00 PM PDTIndustrial Truck, Tractor, Trailer, and Stacker Machinery ManufacturingTRUCKS AND TRUCK TRACTORS, WHEELEDTotal Small Business Set-Aside (FAR 19.5)Mahlmeister, CarrieAug 25, 2025
Replacement/installation of an Intrusion Detection System (IDS) at the GSA Federal Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.Replacement/installation of an Intrusion Detection System (IDS) at the GSA Federal Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505Sep 03, 2025 09:00 AM PDTSecurity Systems Services (except Locksmiths)INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Thomas E WestlakeAug 25, 2025
FIELDS POINT COMPOSTING TOILETS REPLACEMENTThis project will replace the three composting toilet fiberglass structures located in the basement of the Fields Point Landing building. These old composting toilets are failing and pose a health and human safety risk to the staff at Fields Point due to exposure to human waste. The objective is to remove the old failing units from the basement at Fields Point and replace them with new poly units to allow for a healthy and safe working environment for our concessionaire. The Contract will be required to deliver roto-molded composting toilets to Fields Point Landing, 17100 S Lakeshore Rd Chelan, WA 98816 in the Okanogan-Wenatchee National Forest. The Current composting toilet is a Clivus Multrum Model 15, and the Forest Service is requesting a Brand Name or Equal for this project. This project is 100% set aside for Small Business. This is Firm Fixed Price Contract. Technical Point of Contact is Michael Plank at (509) 784-4625 or email michael.plank@usda.gov Jorge Somoza, Contracting Officer, at (509) 423-2224 or Email jorge.somoza@usda.gov Place of Performance: Fields Point Landing, 17100 S Lakeshore Rd Chelan, WA 98816Sep 15, 2025 02:00 PM PDTPrefabricated Metal Building and Component ManufacturingMAINTENANCE OF WASTE TREATMENT AND STORAGE FACILITIESTotal Small Business Set-Aside (FAR 19.5)Jorge A. SomozaAug 25, 2025
Biostatistical Support and Data Extraction for the PTSD Trial Standardized Data Repository in support of VA Portland Healthcare System, Portland, ORThis solicitation has been amended to reopen the solicitation and make changes to the Price/Cost schedule and applicable section of the Statement of Work. The project period of performance has been changed to 09/22/2025 - 09/21/2026. Please review amendment 36C26025Q0712 0002 and sign/return with offer. This solicitation has been amended to respond to questions received. Please review amendment 36C26025Q0712 0001 and sign/return with offers. This is a combined synopsis/solicitation for commercial products and commercial services as prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented in the attached Request for Quotation (RFQ). This announcement constitutes the only solicitation. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. This announcement constitutes the only solicitation. The solicitation number is 36C26025Q0712 and is attached. This solicitation is set aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 541714, with a small business size standard of 1000 Employees. VA Portland Healthcare System is seeking Biostatistical Support and Data Extraction for the PTSD Trial Standardized Data Repository. Service Location: VA Portland Healthcare System 3710 SW U.S. Veterans Hospital Rd. Portland, OR 97239-2964 Period of performance: 08/01/2025 – 07/30/2026 Award will be based upon the evaluation factors listed in Section E of the attached RFQ. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. Offers must be emailed to Jennifer Robles jennifer.robles1@va.gov and received no later than 3PM Mountain Standard Time on 07/16/2025. Questions may be submitted to Jennifer Robles jennifer.robles1@va.gov no later than 3pm MDT on 07/09/2025. No late quotations will be accepted.Sep 03, 2025 03:00 PM MDTResearch and Development in Biotechnology (except Nanobiotechnology)R&D- GENERAL SCIENCE/TECHNOLOGY: PHYSICAL SCIENCES (APPLIED RESEARCH/EXPLORATORY DEVELOPMENT)Total Small Business Set-Aside (FAR 19.5)Jennifer RoblesAug 25, 2025
AWARD NOTIFICATION: Security Monitoring Services (Fairchild AFB)Security Systems Services (except Locksmiths)INSPECTION- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Nathan Bond | Patrick RangelAug 25, 2025
Rambo Gate Generator RepairThis is a combined synopsis/solicitation for a generator repair at Fairchild AFB, WA. Please see attached Combo and Statement of Work for further details. Complete all highlighed portions of the attached Combo and return with your proposal. Please provide a technical description of the services and labor being offered, per FAR 52.212-1(b)(4). Email all questions and quotes to both Lt Mikeeli Hanson and MSgt Matthew Rumptz. Quotes are due by 10:00 AM PST on 26 August 2025. * See Amendment 0002 which re-opens the solicitation and revises the PoP from 10 days ADC to 30 days ADC. Offerors are required to confirm their ability to meet the 30 day ADC lead time.Aug 26, 2025 10:00 AM PDTCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceMAINT-REP OF POWER DISTRIBUTION EQTotal Small Business Set-Aside (FAR 19.5)Mikeeli C. Hanson | MSgt Matthew RumptzAug 25, 2025
HOOD_EXHAUST ASSYSOLICITATION FOR COMMERCIAL ITEMS DLA MARITIME PUGET SOUND intends to procure, HOOD, EXHAUST ASSEMBLY manufactured in accordance with material specifications. The solicitation will be issued as 100% Small Business SET-ASIDE; commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. SOLE SOURCE TO: SPD ELECTRICAL SYSTEMS The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to: PUGET SOUND NAVAL SHIPYARD RECEIVING OFFICER PSNS BLDG 514 D1 1400 FARRAGUT AVE N4523A BREMERTON WA 98314-5001 The NAICS is:3332722 & the Product Service Code (PSC)/or FSC is: 4140 ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: naomi.larson@dla.mil Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. All responsible sources interested in submitting offers must: 1)Complete the pricing for each CLIN listed. 2)Provide cage code. 2) Complete all representations and certifications found in the solicitation. 3) Provide manufacturer information of proposed items. 4) Return all pages of the completed original solicitation package, signed. 5) Ensure current registration in the system for award management (SAM.gov). 6) Included lead time for delivery (please quote FOB destination). In order to be considered for award, IF the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period**Sep 12, 2025 10:00 AM PDTBolt, Nut, Screw, Rivet, and Washer ManufacturingFANS, AIR CIRCULATORS, AND BLOWER EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)NAOMI LARSONAug 25, 2025
SPMYM225Q2566 SILVER CYANIDE AGCNTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2) AND THAT YOU HAVE COMPLETED ITEMS 1 THROUGH 6 NOTED BELOW. Attached is a solicitation. If you are able to quote please be sure to: 1. Read box 28 and sign page 1 boxes 30 a, b, and c. 2. This solicitation is written as FOB Destination. (If you wish to quote FOB Origin please check box 11 on page 1 and give an estimate of delivery cost.) 3. Annotate the lead time. 4. Annotate the name of the manufacturer, if they are large or small business and the city/state/country of manufacturing. 5. Return this information with your quote. 6. Clause 52.204-24 has 2 questions that must be answered. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** EMAIL: donna.todd@dla.mil PHONE: 385-591-1057Aug 27, 2025 10:00 AM PDTAll Other Miscellaneous Chemical Product and Preparation ManufacturingCHEMICALSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 25, 2025
RTA AV System ReplacementThe contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to replace the current Resistance Training Academics AV System, in accordance with the attached Statement of Work. A site visit will be conducted at Fairchild AFB on Thursday, August 21 at 10:00 AM Pacific Time for the purpose of answering questions regarding this solicitation.Provide the name of attendee (not to exceed 2 per firm) along with contact information to Sarah O’Neil (Contracting Specialist) at sarah.oneil.1@us.af.mil 509-247-5767 and Brian Fernandez (Contracting Officer) at brian.fernandez.5@us.af.mil 509-247-4882 not later than Wednesday, August 20 at 10:00 AM Pacific Time. Do not send social security numbers via email. This information must be provided in advance in order to ensure access to the military base/site visit and adequate accommodation for attendees. Due to security limitations for base access only U.S. citizens are allowed at the site visit. Amendment 001 was published on 19 August 2025. It incorporates a revised SOW w/ an updated address and publishes questions and answers. The revised SOW (Attach.1 - Statement of Work Rev 01) was mistakenly uploaded with Amend 001 without the floor plan that was on the original SOW document. This was corrected on 8/25.Sep 08, 2025 10:00 AM PDTAudio and Video Equipment ManufacturingVIDEO RECORDING AND REPRODUCING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Sarah O'Neil | Brian Michael FernandezAug 25, 2025
Umpqua NF, North Umpqua RD and Diamond Lake RD, North Zone FY26 Fall Tree Planting8/25/2025: Add "Attachment 11-d Vicinity Map" to Attachments. No further changes or additions. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation, under # 1240BK25Q0078. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This procurement is set aside for Small Business. The NAICS code is 115310 and the Small Business Size Standard is $11.5 million. Offeror must have an active registration at the website: www.sam.gov, at the time of award. To respond to Request for Quote, submit all of the following through Email: 1) written response to evaluation criteria 2) complete "Representations and Certifications" within Solicitation document 3) provide your DOL-MSPA and OR-BOLI licensing and certificates 4) complete Atttachment 1 - Schedule of Items. Submit your quote package by Email to: paula.winningham@usda.gov, no later than due date and time. Email questions to: paula.winningham@usda.govAug 29, 2025 02:00 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Paula S. WinninghamAug 25, 2025
VA Portland Healthcare System Floor Care Tile and Grout Antimicrobial SealantSEE ATTACHED REQUEST FOR QUOTE FOR FULL DETAILS AND REQUIREMENTS SUMMARY: Contractor shall furnish to the Government all labor, supervision, supplies, tools and equipment, travel, and services necessary to complete restoration apply antimicrobial sealant to approximately 92,305 square feet (sq ft) of flooring, tile and grout. The contractor shall also supply quarterly maintenance services for 92,305(sq ft). This refers to the tile flooring, to include the immediate 4 inches of ceramic tile from the floor up the wall. Restorative services, as requested, to maintain a "like new” appearance of the ceramic tiled flooring and grout. All surfaces must be free of dirt, debris, odors, and stains. Missing grout shall be replaced and match in both color and texture. Services shall include, but are limited to chemicals, restoration cleaning, coating removal, deep cleaning, scratch removal, and baseboard repair. The Contractor IS NOT required to repair loose or broken tiles. Place of Performance: Portland VA Medical Center 3710 SW US Veterans Hospital Road, Portland OR, 97239 Approximately 78,715 sq ft Vancouver VA Medical Center 1601 East 4th Plain Boulevard, Vancouver, WA 98661 Approximately 13,590 sq ft Approximate square footage of floor type: VCT – 67,894 sq ft Portland VAMC-56,421 sq ft Vancouver VAMC-11,473 sq ft Ceramic Tile and Grout – 17,454 sq ft Portland VAMC- 15,337 sq ft Vancouver VAMC-2,117 sq ft Terrazzo – 6,957 sq ft Portland VAMC-6,957 sq ft Site Visit is scheduled at the for the following dates and times: a. 9/3/2025 at 8:00am PT, Portland VA Medical Center meeting at the atrium Building 100 1st Floor. b. 9/4/2025 8:00am PT, Vancouver VA Medical Center Building 19 EMS office. IMPORTANT! Vendors shall submit in writing the names and phone numbers of the attendees by email to jennifer.seaseneville@va.gov by 2:00pm PT on 8/29/2025. If no vendor provides advance notice, the site visit will be cancelled. No other site visits will be scheduled or authorized. Attendance is at the vendor’s expense. Vendors are limited to two (2) visitors per company (including any subcontractors) due to limited spacing and courtesy to VA Patients and Clinic Staff. Absolutely no questions pertaining to the solicitation (line items, PWS, etc.) should be asked and/or answered at the site visit. In the event questions are answered, these are not binding. Questions to this RFQ shall be submitted via electronic mail to the Contract Specialist, Jennifer Sease-Neville at jennifer.seaseneville@va.gov. Questions shall be accepted until 9/5/2025 10:00am PT. The Government is not obligated to respond to any questions received after that date and time. All questions received within the designated timeframe that the Government considers relevant, will be answered. Responses to questions will be provided as amendment to the RFQ that will be made available to all potential Offerors. Telephonic inquiries are not acceptable and will not receive a response.Sep 05, 2025 05:00 PM PDTFlooring ContractorsHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Jennifer Sease-NevilleAug 25, 2025
Crane Water Weight Bags - USCGC STORIS (WAGB 21) - WAThis is a combined synopsis/solicitation for commercial supplies prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number: 70Z08525Q14503A01 Type of Contract: Firm-Fixed-Price Set-Aside: Total Small Business Set-Aside (FAR 19.5) NAICS Code: 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing Size Standard: 1,250 employees Requirement: The U.S. Coast Guard requires the procurement of two (2) crane water weight bags for proof load testing. Bags shall meet the specifications outlined in the attached Statement of Work (SOW). Submission of Quotes: Quotes must be submitted via email to SKC Vance P. Hughes/ vance.p.hughes@uscg.mil by date/time specified in this notice. A standard itemized proposal is acceptable. Quotes must include: Unit and total pricing, product specifications/cut sheets confirming compliance with requirements, and delivery schedule. Award Basis: The Government intends to award a purchase order to the responsible small business whose quote is most advantageous to the Government, considering price and other evaluation factors. SAM Registration: All vendors must be actively registered in the System for Award Management (SAM) at sam.gov to be eligible for award. Applicable FAR Clauses: FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services FAR 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services Other clauses in effect under the current Federal Acquisition Circular apply and are incorporated by reference.Aug 27, 2025 10:00 AM PDTOverhead Traveling Crane, Hoist, and Monorail System ManufacturingPHYSICAL PROPERTIES TEST EQTotal Small Business Set-Aside (FAR 19.5)Vance P. HughesAug 23, 2025
VTC System Procurement with Ancillary Installation- 08/22/2025 QandA-2 posted - 08/22/2025 QandA posted This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a BRAND NAME, BRAND NAME OR EQUAL Firm Fixed Price (FFP) RFQ. This solicitation is prepared in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective 6/11/2025. This is a TOTAL SMALL BUSINESS SET_ASIDE solicitation and the North American Industry Classification System (NAICS) code is 334310 with an industry size standard of 750 employees and the associated Product Service Code (PSC) is 7E20. The Technical evaluation factors for the procurment will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. A responsible quoter is one whose quotation conforms to the solicitation and will be most advantageous to the Government. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from https://www.acquisition.gov/?q=browsefar.Sep 04, 2025 02:00 AM PDTAudio and Video Equipment ManufacturingIT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Productivity Tool (HW/Perpetual SW)Total Small Business Set-Aside (FAR 19.5)WFL Simplified AcquisitionAug 22, 2025
Water and Sewer Operator Services at Walla Walla VAMCSee Amendment 0003. The purpose of this Amendment 0002 is to incorporate clarifications corrections, and confirmations to the solicitation. Amendment 0001 is to incorporate clarifications and updates resulting from the site visit Q&A and to update the Performance Work Statement (PWS) accordingly. These changes ensure compliance with state requirements, address operational details and provide additional facility-specific information to prospective contractors. The Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla WA requires the Creation and implementation of a Water Management Plan, and overall water system management and testing services. QUOTE SUBMISSION REQUIREMENTS Quote Submission: Contractors shall submit quotes via email to Adam Hill, adam.hill3@va.gov on or before the close date of this solicitation on 08/22/2025. Complete quote package shall include the following: a signed SF1449, acknowledgement of any amendments (if applicable): Submission requirements: a. Signed 1449 & Acknowledgement of any amendments Include DUNS/UEI and Cage Code. b. Price quote with firm-fixed prices for each CLIN. c. See Part I under E.6 d. See Part II under E.6 e. See Part III under E.6 f. See Part IV under E.6 g. See Part V under E.6 Note: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer and quote. Failure to submit product technical information and submission requirements may result in a quoted offer being determined as not.Aug 28, 2025 08:00 AM PDTWater Supply and Irrigation SystemsWATER QUALITY SUPPORT SERVICESTotal Small Business Set-Aside (FAR 19.5)Adam HillAug 22, 2025
Building 1058 Tanks – Inspect and Repair Wastewater Holding and Transfer SystemsNaval Undersea Warfare Center Division (NUWC) Keyport is soliciting for services to inspect and repair wastewater holding and transfer systems at Building 1058. This requirement is being issued as a combined synopsis/solicitation for commercial Items in accordance with FAR 12.6, as supplemented with additional information included in the attached solicitation. This announcement constitutes only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation, issued as request for quotation (RFQ) N0025325Q7013 is attached to this announcement. The proposed contract is 100% set aside for small business concerns. Applicable North American Industry Classification System (NAICS) code for this requirement is 562211 and has a size standard of 47 million. Offerors are required to provide FOB Destination pricing to NUWC Keyport, WA 98345- 7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: joseph.m.matz5.civ@us.navy.mil No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation, and respond to this RFQ with associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. Company quote forms may be provided but not substituted for a completed solicitation amendment pages. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFAR). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The offeror must have a current registration and completed repr esentations and certifications in the Beta System for Award Management (SAM) at website https://sam.gov/ a Federal government owned website.Sep 02, 2025 01:00 PM PDTHazardous Waste Treatment and DisposalOTHER ENVIRONMENTAL SERVICESTotal Small Business Set-Aside (FAR 19.5)Joseph MatzAug 22, 2025
ROGUE RIVER SISKIYOU SEPTIC AND VAULT PUMPINGCombined Synopsis/Solicitation for Commercial Services ROGUE RIVER SISKIYOU SEPTIC AND VAULT PUMPING This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is 1240BE25Q0080 and is issued as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, effective 07 August 2025. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991, Septic Tank and Related Services $9,000,000. The PSC is S222, Waste Treatment/Storage Contract Line-Item Number (CLIN) Structure/Price Schedule: See Attachment One. Description of Requirement: The Contractor is to provide services for the removal and disposal of sewage and foreign debris found in the septic/vault toilets that are not classified as sewage, and other incidentals necessary but not mentioned to perform toilet pumping. See Attachment 1: Schedule of Items and Performance Work Statement Place of Performance: Rogue River Siskiyou Ranger Districts Period of Performance (POP): Base Period 25 September 2025 - 31 December 2025 Option Year 1 01 January 2026 – 31 December 2026 Option Year 2 01 January 2027 - 31 December 2027 FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) (Provision) Addenda to Provision FAR 52.212-1: For simplified acquisitions, the word quote or quoter is substituted in provision FAR 52.212-1 for the word offer or offeror. Addenda to Provision FAR 52.212-1 paragraph (b) Submission of Offers: 1) Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/ 2) Offers submitted in response to this solicitation shall include a technical proposal, a price proposal, and contractor representations and certifications. a) Past Performance – provide a list of similar projects completed by your firm over the past three years. Include a brief description of the project, dollar amount, year completed, and project owner contact information (name, phone, and email). The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor. b) Price Proposal – Include the following: 1) the completed Schedule of Items of this solicitation, and 2) acknowledgement of any amendments to this solicitation by following the instructions that accompany the amendment(s). Quoter may quote on ONE or MORE ranger districts. The quote will be a fixed firm price and will include ALL fees associated with the service provided. Fixed Firm price rate includes Mileage, removal and disposal of sewage and foreign debris found in the septic systems that are not classified as sewage, charging dry tanks with water, and other incidentals necessary but not mentioned to perform toilet pumping. Multiple awards, by District, may result from this solicitation. There is a column where vendors may indicate a reduction in price if two or more sites are ordered at the same time and the vault/septic pumping can be combined into one trip. c) Representations and Certifications – Fill in the check boxes for provisions FAR 52.204-26, FAR 52.204-24(if applicable), FAR 52.212-3, and Employment of Eligible Worker-Workforce Certification found in paragraph(x) of this solicitation and include a copy with your offer. 3) Submit offer by email to _Jared.Machgan@usda.gov_ so that it is delivered into this inbox by the due date and time. Emails should contain 3 separate attachments (Technical Proposal, Price Proposal, and Representations and Certifications) in Microsoft Word, Excel, or Adobe PDF format. Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer from __Jared Machgan. 4) Address questions about this solicitation to _Jared Machgan at Jared.Machgan@usda.gov. (End of provision) FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021) (Provision) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: ___Technical Capability, Past Performance, and Price_____ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) Attachments List: The following attachments are made a part of this solicitation. Performance Work Statement and Schedule of Items Ranger Districts Vault Toilet Information Sheets Area Maps Wage RatesSep 11, 2025 05:00 PM PDTSeptic Tank and Related ServicesWASTE TREATMENT AND STORAGETotal Small Business Set-Aside (FAR 19.5)Jared MachganAug 22, 2025
SPMYM225Q2521-0001 HEX HEAD CAPSCREWBolt, Nut, Screw, Rivet, and Washer ManufacturingSCREWSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 22, 2025
SPMYM225Q1915-0002 RELAY COILOther Electronic Component ManufacturingCOILS AND TRANSFORMERSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 22, 2025
N - Well Pump Repair, Parish Cabin CampgroundSeeking qualified contractors to provide quotes for the repair of a water well experiencing a pump failure. The scope of work includes an inspection of the well system, diagnosis of the problem, and necessary repairs or replacements, such as pump repair/replacement, and addressing any structural or piping issues. All work must comply with local regulations and industry standards.Aug 28, 2025 01:00 PM EDTWater and Sewer Line and Related Structures ConstructionINSTALL OF PUMPS & COMPRESSORSTotal Small Business Set-Aside (FAR 19.5)Thomas Lucas Contracting OfficerAug 22, 2025
USCGC Healy Emergency Diesel Generator TurbochargerThis is posted for informational purposes only this has been awarded VIA JOTFOC STATEMENT OF WORK (SOW) FOR HEALY ADG Turbo OBJECTIVE The goal is to supply CGC Healy with the part listed in the table below. Quantity MSI Item Number 1 9528223 1 40108833-MP Address: USCGC Healy Port Engineers 1519 Alaskan Way S Bldg 1 Seattle, WA 98134 The parts need to be shipped by 31Aug25. These parts will be shipped to Base Seattle for installation during HEALY’s next availability. Please contact LT Sarah Passilla at (510) 437-6206 or sarah.l.passilla@uscg.mil with questions regarding this SOW.Aug 27, 2025 08:00 AM PDTShip Building and RepairingMISCELLANEOUS SHIP AND MARINE EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Justin Wooldridge | Lindsay MongioviAug 22, 2025
Emergency Eyewash and Shower Station Inspection and Maintenance Service for Puget Sound VAHCSThis will be a contract to provide Emergency eyewash and shower station maintenanace for the Puget Sound VAHCS which includes Seattle and Amaerican Lake Campus and 7 additional CBOCs. Amendment 0001 to this soliction adds a Site Vist, adds two clauses, 52.217-8 and 52.217-9 referencing contract options and also updates the price cost schedule form monthly to weekly inspections.Aug 29, 2025 04:30 PM PDTFacilities Support ServicesINSPECTION- MISCELLANEOUSTotal Small Business Set-Aside (FAR 19.5)Brian MillingtonAug 22, 2025
O-RINGTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** IF YOU ARE ABLE TO PROVIDE A QUOTE, PLEASE ENSURE TO: 1. Fill out box 17A with business name, address, phone number, and cage code 2. Read box 28. Sign box 30a. Print name and title in box 30b. Date 30c. 3. Fill out the Contractor Point of Contact (POC) underneath VENDOR INFORMATION. 4. Read and notate response for 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021). 5. Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 6. Please quote FOB Destination SILVERDALE, WA. 7. Annotate the lead time. 8. Annotate the name of the manufacturer and the country of manufacturing underneath CERTIFICATION REGARDING ACTUAL MANUFACTURER (BUSINESS SIZE IDENTIFICATION). 9. Return this information with your quote. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. EMAIL: armando.saya@dla.milAug 26, 2025 10:00 AM PDTGasket, Packing, and Sealing Device ManufacturingO-RINGTotal Small Business Set-Aside (FAR 19.5)Armando SayaAug 22, 2025
6515--Clavis EMG/Stim Device or EqualThe VA Portland Healthcare System has a requriement for a handheld EMG/STIM device. See attached solicitation document.Aug 28, 2025 02:00 PM PDTElectromedical and Electrotherapeutic Apparatus ManufacturingMED & SURGICAL INSTRUMENTS,EQ & SUPTotal Small Business Set-Aside (FAR 19.5)Krystal WeeksAug 22, 2025
SALINITY DETECTOR CELLTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. If choosing to quote, please complete and return the solicitation packet to me by the closing date to be considered. IN ORDER TO BE DEEMED RESPONSIVE, THE SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND MUST INCLUDE THE FOLLOWING: 1. Fill out box 17A, then Read box 28 and sign page 1 boxes 30 a, b, and c. 2. Provide your cage code. 3. Please quote FOB Destination Bremerton, WA. 4. Annotate the lead time. 5. Annotate the name of the manufacturer, and the products country of manufacturing. 6. Return this information with your quote. In order to be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE, A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: jack.edwards@dla.mil FAX: 360-476-4121Aug 27, 2025 11:00 AM PDTInstruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process VariablesWATER DISTILLATION EQUIPMENT, MARINE AND INDUSTRIALTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 22, 2025
CABLE 500 MCMOther Communication and Energy Wire ManufacturingWIRE AND CABLE, ELECTRICALTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 22, 2025
W9127N25BA010 Rogue River South Jetty Partial Repair 202522AUG25: Adding the Site Visit Roster to the attachments. No other changes. 11AUG2025: Plan Set did not load with orginal posting. No other changes. Solicitation Notice W9127N25BA010 Rogue River South Jetty Partial Repair 2025 The project is located on the Southern Oregon Coast at the inlet to Rogue River in Gold Beach, Curry County, Oregon. The project consists of procurement, delivery, and placement of jetty armor stone this includes toe and side slope repairs with a 50-foot buffer on either side of the work area. Optional repairs include reconstruction on the channel side of the jetty and on the ocean side of the. The 50-foot buffer will be adjusted to start at the ending station on each side of the full repair area, depending on whether optional work is exercised. Rework and/or reconstruction of the full cross-section may be needed along at least a partial length of the mandatory repair zone. This solicitation will be an Invitation for Bid (IFB). The lowest price and pricing factors only will be used to evaluate proposals. This acquisition will result in a single fixed-price contract. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 – “Other Heavy and Civil Engineering Construction”. The related size standard is $45.0 million. The PSC is Y1KZ Construction of other Conservations and Development Facilities. Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Brian Johnson at brian.m.johnson@usace.army.mil. E-mail is the preferred method for receiving responses to this Solicitation. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOLICITATION OR ANY FOLLOW-UP INFORMATION REQUESTS.Sep 11, 2025 03:00 PM PDTOther Heavy and Civil Engineering ConstructionCONSTRUCTION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIESTotal Small Business Set-Aside (FAR 19.5)Brian Johnson | Christopher BurroughsAug 22, 2025
Pyramid Fire Suppression Road MaintenanceCombined Synopsis/Solicitation for Commercial Services Road Maintenance Service for the Pyramid Fire Suppression Road Maintenance This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is 1240BE25Q0073 and is issued as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04, effective 12 May 2025. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement is 237310, Highway, Street, and Bridge Construction the Small Business Size Standard is $45,000,000. The PSC is Z1LB, Maintenance of Highways/Roads/Streets/Bridges/Rail Contract Line-Item Number (CLIN) Structure/Price Schedule: See Attachment One. Description of Requirement: The Willamette National Forest requires roadway maintenance service on an estimated 54.5 miles of road located on the Sweet Home Ranger District Work scope includes Roadway Surface Maintenance (811), Spot Surfacing Gradation F (813), Load, Haul, and Place Materials (832), Water-bar Installation (833),and Drainage System Maintenance (834). See Attachment 1: Solicitation RFQ 1240BE25Q0073 Pyramid Fire Suppression Road Maintenance for the Willamette National Forest. Place of Performance: The work shall be performed throughout the Sweet Home District, Sweet, Oregon. Period of Performance (POP) Estimated Base Period 15 September 2025 to 31 August 2026 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1(b), Submission of Offers 1) Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/ 2) Offerors shall ensure that all representations and certifications are up-to-date in SAM.gov at time of offer submission. A completed copy of the representations and certifications at FAR 52.212-3 shall be submitted with the offer in Volume I, Technical Proposal. 3) Offers shall be submitted in response to this solicitation in two volumes. Volume I, Technical Proposal. Volume II, Price Proposal. ueiSAM shall be affixed to each volume. (Unique Entity Identifier) Volume 1 a) Technical Proposal – The technical proposal shall address the evaluation factors in 52.212-2. At a minimum technical proposal will include: i) Past Performance – Provide a list of similar projects completed by your firm over the past three years. Similar project is defined as similar to US Forest Service Road Maintenance Service as specified in the Performance Work Statement (See Atch-1). Include a brief description of the project, dollar amount, year completed, and project owner contact information (name, phone, and email). In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor. ii) Technical Capability – Provide a list of equipment and key personnel (with qualifications) that will be used to complete this project. The following key personnel shall be identified by name: Project Lead. A brief resume listing qualifications and competencies related to similar projects shall be included in volume I technical proposal of the quotation: iii) Representations and Certifications –Representations and Certifications of this solicitation and include a copy with Volume I, Technical Proposal. Volume II Price Proposal – Include the following: 1) completed, and sign page 1 of this solicitation. 2) If there are; acknowledge any amendments to this solicitation by completing and signing the posted SF-30. 3) Notification of Subcontracting The Contractor shall notify the Contracting Officer as part of their solicitation response of any subcontract arrangement. The subcontractor shall have the experience and be equipped for such work. The written notification shall include as a minimum: The name, address, UEI number and telephone number of the subcontractor The date upon which the subcontract was entered into and its duration A detailed description of the work being subcontracted including a list of contract items, units, etc., as appropriate. Documentation of the subcontractor's representative authority. Subcontracting any portion of the contract shall not relieve the Prime Contractor of any responsibility under this contract. Any subcontract agreement shall contain all terms and conditions of the prime contract. 4) Submit quotation by email to jared.machgan@usda.gov so that it is delivered into this inbox by the due date and time. Emails should contain 2 separate attachments (Volume I, Technical Proposal and Volume II Price Proposal), in Microsoft Word or Adobe PDF format. Large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer from jared.machgan@usda.gov . 5) Address questions about this solicitation to the contract specialist, Jared Machgan at jared.machgan@usda.gov (End of Provision) 52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021) (a) The Government will award a Firm-Fixed Price contract resulting from this solicitation to Vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The Government will select the quote that represents the best benefit to the Government to fulfill the requirement based on the judgment of the contracting officer and Forest Service users. (b) The Government will select the quote that represents the best benefit to the Government to fulfill the requirement based on the judgment of the contracting officer and Forest Service users. (1). The contracting officer will read all the quotes. (2). Quotes deemed too expensive or not practical for the Forest Service will not be considered further and without notice to the submitter. (3). The Forest Service will compare quotes against each other in an impartial and simplified manner based on FAR part 13. Source selection techniques described in FAR part 15 will not be used. (4). The Government may ask questions to one or more submitters but is not obligated to do so. (5). The Government may reject all quotes. (6). The contracting officer and Forest Service users may use any means available to examine the past performance. (c) A written notice of the award or acceptance of an offer, will be emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party, unless a written notice of withdrawal is received before the award. (End of Provision) 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3909 and 10 U.S.C. 3801). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: ? (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). ? (2) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). ? (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ? (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C.4712); this clause does not apply to contracts of DoD, NASA, Coast Guard, or applicable elements of the intelligence community – see FAR 3.900(a). ? (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). ? (6) [Reserved]. ? (7) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). ? (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). ? (9) 52.204.27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). ? (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders–Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts (DEC 2023) (Pub. L. 115-390, title II). ? (11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders–Prohibition (DEC 2023) (Pub. L. 115-390, title II). ? (ii) Alternate I (DEC 2023) of 52.204-30. ? (12) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (31 U.S.C. 6101 note). ? (13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). ? (14) [Reserved]. ? (15) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (OCT 2022) (15 U.S.C. 657a). ? (16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ? (17) [Reserved]. ? (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). ? (ii) Alternate I (MAR 2020) of 52.219-6. ? (19) (i) 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). ? (ii) Alternate I (MAR 2020) of 52.219-7. ? (20) 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)). ? (21) (i) 52.219-9, Small Business Subcontracting Plan (JAN 2025) (15 U.S.C. 637(d)(4)). ? (ii) Alternate I (NOV 2016) of 52.219-9. ? (iii) Alternate II (NOV 2016) of 52.219-9. ? (iv) Alternate III (JUN 2020) of 52.219-9. ? (v) Alternate IV (JAN 2025) of 52.219-9. ? (22) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). ? (ii) Alternate I (MAR 2020) of 52.219-13. ? (23) 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637s). ? (24) 52.219-16, Liquidated Damages—Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)). ? (25) 52.219-27, Notice of Set-Aside for, or Sole Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). ? (26) (i) 52.219-28, Post award Small Business Program Representation (JAN 2025) (15 U.S.C. 632(a)(2)). ? (ii) Alternate I (MAR 2020) of 52.219-28. ? (27) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (OCT 2022) (15 U.S.C. 637(m)). ? (28) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (OCT 2022) (15 U.S.C. 637(m)). ? (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). ? (30) 52.219-33, Nonmanufacturer Rule (SEP 2021) (15U.S.C. 637(a)(17)). ? (31) 52.222-3, Convict Labor (JUN 2003) (E.O.11755). ? (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126). ? (33) [Reserved]. ? (34) [Reserved]. ? (35) (i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). ? (ii) Alternate I (JUL 2014) of 52.222-35. ? (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). ? (ii) Alternate I (JUL 2014) of 52.222-36. ? (37) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). ? (38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ? (39) (i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). ? (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ? (40) 52.222-54, Employment Eligibility Verification (JAN 2025) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) ? (41) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ? (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ? (42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (MAY 2024) (42 U.S.C. 7671). ? (43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (MAY 2024) (42 U.S.C. 7671). ? (44) 52.223-20, Aerosols (MAY 2024) (42 U.S.C. 7671). ? (45) 52.223-21, Foams (MAY 2024) (42 U.S.C. 7671). ? (46) 52.223-23, Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671). ? (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). ? (ii) Alternate I (JAN 2017) of 52.224-3. ? (48) (i) 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83). ? (ii) Alternate I (OCT 2022) of 52.225-1. ? (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ? (ii) Alternate I [Reserved]. ? (iii) Alternate II (DEC 2022) of 52.225-3. ? (iv) Alternate III (FEB 2024) of 52.225-3. ? (v) Alternate IV (OCT 2022) of 52.225-3. ? (50) 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ? (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ? (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). ? (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). ? (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). ? (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). ? (56) 52.229-12, Tax on Certain Foreign Procurements (FEB 2021). ? (57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). ? (58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). ? (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (31 U.S.C. 3332). ? (60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). ? (61) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ? (62) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ? (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901). ? (64) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)). ? (65) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). ? (ii) Alternate I (APR 2003) of 52.247-64. ? (iii) Alternate II (NOV 2021) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: ? (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). ? (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage/Fringe Benefits 23470 Laborer, Common $18.43_/_$5.36 11270 Operator, Tractor_ $21.46_/__$5.36 23440 Operator, Heavy Equipment_ 29.90_/____5.36_____ ? (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ? (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29U.S.C.206 and 41 U.S.C. chapter 67). ? (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). ? (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). ? (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). ? (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). ? (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). ? (10) 52.247-69, Reporting Requirement for U.S. Flag Air Carriers Regarding Training to Prevent Human Trafficking (JAN 2025) (49 U.S.C. 40118(g)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the claus . i. 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). ii. 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712). iii.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). iv. 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). v. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). vi. 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). vii. (A) 52.204-30, Federal Acquisition Supply Chain Security Act Orders–Prohibition (DEC 2023) (Pub. L. 115-390, title II). (B) Alternate I (DEC 2023) of 52.204-30. viii.. 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. ix. [Reserved]. x. [Reserved]. xi. 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). xii. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). xiii. 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). xiv. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. xv. 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). xvi. (A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). xvii 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). xviii. 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). xix 52.222-54, Employment Eligibility Verification (JAN 2025) (E.O. 12989). xx. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). xxi. 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). xxii. A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. xxiii. 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). xxiv. 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. xxv. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3909 and 10 U.S.C. 3801). Flown down required in accordance with paragraph (c) of 52.232-40. xxvi. 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901). xxvii. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. Additional Terms and Conditions: FAR and AGAR Provisions Provisions Incorporated by Reference: 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representations and Disclosures (DEC 2023) 52.237-1 Site Visit (Apr 1984 (End of Clause) Provisions Incorporated by Full Text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: (a) Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far (b) FAR Provisions are located in FAR Part 52 at https://www.acquisition.gov/far/part-52) (c) Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar (d) AGAR Provisions are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses) (e) Deviations to provisions may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm (End of Provision) 52.252-5 Authorized Deviations in Provisions (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Agriculture Acquisition Regulation (48 CFR Chapter 4) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts (MAY 2024) (DEVIATION FEB 2025) 452.204-70 Modification for Contract Closeout (OCT 2024) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: (a) Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far (b) FAR Clauses are located in FAR Part 52 at https://www.acquisition.gov/far/part-52) (c) Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar (d) AGAR Clauses are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses) (e) Deviations to clauses may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm (End of Clause) 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Agriculture Acquisition Regulation (48 CFR Chapter 4) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) System for Award Management – Notice to Offerors #1: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. System for Award Management – Notice to Offerors #2: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Post Award Conference A post award conference with the successful offeror is required. It will be scheduled within 30 days after the date of contract award. The conference location TBT. Submission of Of...Aug 29, 2025 05:00 PM PDTHighway, Street, and Bridge ConstructionNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared MachganAug 22, 2025
Printer Lease and SupportRequest for Quote 75H71325Q00042 is hereby amended to clarify that ATTACHMENT 2 - IHS IEE REPRESENTATION FORM is not required for all offerors. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation no. 75H71325Q00042 has been issued as a Request for Quotation (RFQ) for a firm fixed price commercial supply contract provide the lease of and support for seven (7) multifunction devices (MFDs). See ATTACHMENT 3 - PRINTER LEASE - SPECIFICATION SHEET for additional details regarding performance requirements under the resulting contract. This is a new requirement. There is no incumbent. The performance period includes a base period of one (1) year and four (4) option periods of one (1) year each. The anticipated start date is in September 2025. The delivery location and place of acceptance is Chemawa Indian Health Center, Salem, Oregon, 97305, F.O.B. Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated August 7, 2025. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition and these clauses: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.202-1, Definitions (Jun 2020), 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021), 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023), 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020), 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023), 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (Jan 2025), 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Jun 2020), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020), 52.222-37, Employment Reports on Veterans (Jun 2020), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking in Persons (Nov 2021), 52.223-6, Drug-Free Workplace (May 2001), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), , 52.229-3, Federal, State, and Local Taxes (Feb 2013), 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-17, Interest (May 2014), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov. 52.204-7, System for Award Management (Nov 2024), 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 52.209-7, Information Regarding Responsibility Matters (Oct 2018) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015), 352.239-74, Electronic and Information Technology Accessibility (Dec 2015) This requirement is set-aside exclusively for small business concerns. The NAICS code is 532420 and the small business size standard is $40 million. ATTACHMENTS ATTACHMENT 1 - SCHEDULE OF ITEMS ATTACHMENT 2 - IHS IEE REPRESENTATION FORM ATTACHMENT 3 - PRINTER LEASE - SPECIFICATION SHEET ATTACHMENT 4 - WAGE DETERMINATION QUOTATION INSTRUCTIONS: (a) The basis for award is lowest price technically acceptable (LPTA). Award will be made to the responsible offeror whose quote conforming to the solicitation is made at the lowest price. Each offeror will submit completed copies of ATTACHMENT 1 - SCHEDULE OF ITEMS. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the prices of individual options are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) IHS IEE Representation form. Indian Economic Enterprises may submit a completed copy of ATTACHMENT 2 - IHS IEE REPRESENTATION FORM. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (e) Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by August 28, 2025 at 5:00 PM PDT by email to jacob.blalock@ihs.gov and PORAOAcquisition@ihs.gov. E-mail subject line shall include the solicitation number “75H71325Q00042 - VENDOR NAME”. For information regarding this solicitation, contact Jacob Blalock by email at jacob.blalock@ihs.gov and copy PORAOAcquisition@ihs.gov. Questions by telephone will not be considered.Aug 28, 2025 05:00 PM PDTOffice Machinery and Equipment Rental and LeasingLEASE-RENT OF OFFICE MACHINESTotal Small Business Set-Aside (FAR 19.5)Jacob BlalockAug 22, 2025
Water DeliveryRequest for Quote 75H71325Q00040 is hereby amended to clarify that ATTACHMENT 2 - IHS IEE REPRESENTATION FORM is not required for all offerors. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation no. 75H71325Q00040 has been issued as a Request for Quotation (RFQ) for a firm fixed price commercial supply contract to provide delivery of distilled water and 5-gallon bottles of drinking water, and the rental of five (5) hot & cold water cooler dispensers to Chemawa Indian Health Center, Western Oregon Service Unit (WOSU) located in Salem, Oregon. Delivery is to be made on an as needed basis, within 3 days of a request. The anticipated period of performance is 9/16/2025 – 9/15/2026 (one year), and may include up to four (4) option periods of one year each. Delivery is to be made during business hours (7:30 AM to 4:30 PM local time). The estimated quantity of water is two-hundred-and-forty (240) 5-gallon bottles of drinking water per year and two-hundred-and-forty (240) gallons of distilled water per year. The estimated number of deliveries is twenty (20). The delivery location and place of acceptance is Chemawa Indian Health Center, Salem, Oregon, 97305, F.O.B. Destination. The incumbent contractor is CLIFFORD & MARTIN, INC., and the incumbent contract is Purchase Order 75H71320P00097, priced at a total of $12,600.00 (including base and four option years). See ATTACHMENT 3 - WATER DELIVERY – SPECIFICATIONS SHEET for additional details. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated August 7, 2025. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition and these clauses: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.202-1, Definitions (Jun 2020), 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021), 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023), 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020), 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023), 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (Jan 2025), 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Jun 2020), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020), 52.222-37, Employment Reports on Veterans (Jun 2020), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking in Persons (Nov 2021), 52.223-6, Drug-Free Workplace (May 2001), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), , 52.229-3, Federal, State, and Local Taxes (Feb 2013), 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-17, Interest (May 2014), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov. 52.204-7, System for Award Management (Nov 2024), 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 52.209-7, Information Regarding Responsibility Matters (Oct 2018) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015), 352.239-74, Electronic and Information Technology Accessibility (Dec 2015) This requirement is set-aside exclusively for small business concerns. The NAICS code is code 312112 and the small business size standard is 1,100 employees. ATTACHMENTS ATTACHMENT 1 - SCHEDULE OF ITEMS ATTACHMENT 2 - IHS IEE REPRESENTATION FORM ATTACHMENT 3 - WATER DELIVERY - SPECIFICATIONS SHEET ATTACHMENT 4 - WAGE DETERMINATION QUOTATION INSTRUCTIONS: (a) The basis for award is lowest price technically acceptable (LPTA). Award will be made to the responsible offeror whose quote conforming to the solicitation is made at the lowest price. Each offeror will submit completed copies of ATTACHMENT 1 - SCHEDULE OF ITEMS. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the prices of individual options are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) IHS IEE Representation form. Indian Economic Enterprises may submit a completed copy of ATTACHMENT 2 - IHS IEE REPRESENTATION FORM. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (e) Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by August 28, 2025 at 5:00 PM PDT by email to jacob.blalock@ihs.gov and PORAOAcquisition@ihs.gov. E-mail subject line shall include the solicitation number “75H71325Q00040 - VENDOR NAME”. For information regarding this solicitation, contact Jacob Blalock by email at jacob.blalock@ihs.gov and copy PORAOAcquisition@ihs.gov. Questions by telephone will not be considered.Aug 28, 2025 05:00 PM PDTBottled Water ManufacturingMISCELLANEOUS ITEMSTotal Small Business Set-Aside (FAR 19.5)Jacob BlalockAug 22, 2025
Interpreter Services for Reasonable Accommodation, NASWI and NSEThe Request for Quotation is for Interpreter Services for Reasonable Accommodation for Naval Air Station Whidbey Island Oak Harbor and Naval Station Everett, Washington. The requirement includes in-person and Virtual Remote Interpreter (VRI) services. The contractor shall perform simultaneous or continuous interpretation, translation, and sign language services for deaf personnel employed by Naval Facilities Engineering Command Northwest (NAVFAC NW), in compliance with the United States Department of State’s Disability and Reasonable Accommodations Regulations (per the Rehabilitation Act of 1973); and CFR part 1630: Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act.This Firm-fixed price contract includes a Base + Two (2) Option Years. In accordance FAR 13.106-2 basis of award for this RFQ is “Price and Past Performance”. Anticipated award date is after September 8, 2025. All responsible sources may submit a quotation which shall be considered by the agency. Request for Quotation (RFQ) and associated amendments shall be made available through the GPE (SAM.gov).Sep 08, 2025 10:00 AM PDTTranslation and Interpretation ServicesSUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETINGTotal Small Business Set-Aside (FAR 19.5)Holly Beecher, Contract Specialist | Rebecca Tangen, Contract OfficerAug 22, 2025
SERE Washer and Dryer MxThe contractor shall provide all necessary labor, personnel, equipment, tools, material, supervision, other items and services necessary to perform inspection, maintenance and repair on all required washer and dryer units with (IAW) combined synopsis/solicitation FA462025QA812 with attachments.Sep 09, 2025 10:00 AM PDTAppliance Repair and MaintenanceMAINT/REPAIR/REBUILD OF EQUIPMENT- CLEANING EQUIPMENT AND SUPPLIESTotal Small Business Set-Aside (FAR 19.5)Yuying Wang | Benjamin HamptonAug 21, 2025
CSU LIGHTSPlease reference this solicitation number SPMYM2-25-Q-2556 CSU LIGHTS in the subject line of your email. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 21, 2025 02:00 PM PDTCommercial, Industrial, and Institutional Electric Lighting Fixture ManufacturingELECTRIC LAMPSTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 21, 2025
Siuslaw NF, Central Coast RD Supply-Bamboo and MeshDescription: Rigid Mesh Seedling Protection Tubes and Bamboo Stakes used for tree planting, solicited under 1240BK25Q0058.All Other Miscellaneous Wood Product ManufacturingLUMBER AND RELATED BASIC WOOD MATERIALSTotal Small Business Set-Aside (FAR 19.5)Paula S. WinninghamAug 21, 2025
Engineering Chairs Delivery OrderOffice Furniture (except Wood) ManufacturingOFFICE FURNITURETotal Small Business Set-Aside (FAR 19.5)Aug 21, 2025
Base Seattle Marque InstallationAMENDMENT TO SOLICITATION: Updated statement of work 08/18/2025 available. The following Sections have been modified 1.3, 2.2.1, 2.3.2, 3.1, and 7.0 The proposal submission date has been updated to 08/21/2025 3PM (PST), Refer to proposal submission for further information. DESCRIPTION OF REQUIREMENT: Provide a modern, commercially supported electronic marquee that Base Command Staff can use to display visual messaging for situational awareness of personnel arriving at the main gate. Place of Performance: U. S. Coast Guard Base Seattle Front Gate 1519 Alaskan Way S, Seattle, WA 98134 Classification: This acquisition is set aside for small business. The NAICS code is 339950 Video-based stadiums display manufacturing. The contract type will be firm fixed price purchase order. Site Visit: A site visit will be arranged for interested offerors. All interested offerors must arrive no later than five minutes prior to the start time indicated. Each offeror is highly encouraged to visit the site to provide the government with an accurate and competitive offer but is not required to submit a quote. Date: 08/13/2025 Start Time: 1000 AM_ Location: U. S. Coast Guard Base Seattle Front Gate 1519 Alaskan Way S, Seattle, WA 98134 Please E-mail Michelle Myhra at Michelle.M.Myhra2@uscg.mil to schedule a site visit no later than 08/11/25, 3:00PM (PST) any offers request after specified date will not be allowed to attend site visit. There will be no more site visits scheduled after date specified Questions: E-mail all questions regarding to this solicitation to the Contract Officer Michelle Myhra at Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT15851 in subject line. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 08/18/25, 12:00 PM (PST). Proposal submission: All proposals shall be required to be on SF 1449 with a breakdown of all labor and material costs along with proper certifications that have been requested. Submit proposals to the following E-mail Address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT15851 in the subject line. Date of offers is due 08/21/25 at 3pm (PST). All offers that are submitted late (by day and time zone) and quotes that do not include a breakdown of cost will not be considered in the award determination. Award: It is the government’s intent to award one responsible proposal which proposes a price that is fair and reasonable and provides the lowest priced, technically acceptable (LPTA) proposal meeting the specifications of the requirement. If the lowest priced proposal is not found to be technically acceptable, the contracting officer will evaluate the next lowest priced proposal, and so on. Proposals determined to be incomplete, unreasonable, or unrealistic will not be considered for award. Under FAR 4.1103, a prospective contractor shall be registered in System Award Management (SAM) prior to the award. Failure for contractors to be registered in SAM shall result in Contracting Officer proceeding with the next successful registered offeror. Website: www.sam.gov.Aug 21, 2025 03:00 PM PDTSign ManufacturingSIGNS,AD DISPLAYS & IDENT PLATESTotal Small Business Set-Aside (FAR 19.5)Michelle Myhra | Saul BustamanteAug 21, 2025
Vegetation Management IDIQ**Amendment** During initial evaluations, omissions of content required in FAR Clause 52.212-2, Evaluation-Commercial Products and Commercial Services, were identified. This amendment is issued primarily to update the solicitation's submission requirements and evaluation criteria to ensure alignment with FAR 52.212-2. The changes include: Clarified Instructions to Offerors (Addendum to FAR 52.212-1): Added description of Work Plan Submission, Past Performance Submission, and Other Submission requirements. Revised Evaluation Procedures (FAR 52.212-2): Updated evaluation to include assessment of work plan, past performance, and price, with the addition of a color-coded chart utilizing adjectival ratings. These revisions are intended to provide clarity to offerors and ensure compliance with applicable FAR provisions. **Amendment US Army Corps of Engineers, Portland District, has a requirement for Vegetation Management in the Willamette Valley and Rogue River Basin region. This requirement is 100% set aside for Small Business. This combination synopsis/solicitation is to establish a Firm Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ) (also called a Multiple Award Task Order Contract (MATOC)) contract. The contract area of this Performance Work Statement (PWS) consists of dams and reservoirs within Jackson, Linn, Lane, and Marion counties of Oregon. The Willamette Valley and Rogue River Basin Project consists of 15 interconnected dams and reservoirs as shown in Attachment A. Each of these dams and reservoirs require a Vegetation-Free Zone to allow reliable access to, and along, applicable levees, floodwalls, embankment dams, and critical appurtenant structures in all flood damage reduction systems. The Vegetation-Free Zone allows access by personnel and equipment for surveillance, inspection, maintenance, monitoring, and flood fighting and provides unobstructed space for construction of temporary flood-control structures. Access is typically by four-wheel-drive vehicles, but occasionally requires larger equipment such as tractors, bulldozers, dump trucks, and helicopters. The work covered by this contract and its prospective Task Orders shall consist of performing vegetation management at sites within the Willamette Valley and Rogue River Basin in accordance with the performance-based specifications contained herein and contained in Task Orders issued against this contract. The Contractor shall furnish all labor, equipment, materials and supplies necessary to perform tree/shrub clearing, vegetative/debris clearing, herbicide application, mowing, and biological vegetation control (e.g. goats). **PLEASE NOTE THAT THIS IS A MANDATORY SITE VISIT ATTENDANCE REQUIREMENT. PER THE TERMS OF THE ATTACHED COMBINATION SYNOPSIS-SOLICITATION, IF YOU DO NOT ATTEND THE SITE VISIT, YOU WILL NOT BE CONSIDERED FOR EVALATUION**Aug 29, 2025 12:00 PM PDTLandscaping ServicesHOUSEKEEPING- LANDSCAPING/GROUNDSKEEPINGTotal Small Business Set-Aside (FAR 19.5)Joshua Mahon | Darrell HutchensAug 21, 2025
UPS Power Wiring for Backbone Upgrade- UPDATE: No vendors attended the site visit held on 08/21/2025 at 1:00 pm PT. - Amendment 0001 to the solicitation is posted on 08/18/2025. - Attachment 0005_Site Visit was added under Amendment 0001 which is posted on 08/18/2025. - QandA 08-18-2025 posted on 08/18/2025. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is an OPEN-MARKET Firm Fixed Price (FFP) RFQ. This solicitation is prepared in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective 6/11/2025. This is a TOTAL SMALL BUSINESS SET-ASIDE solicitation, and the North American Industry Classification System (NAICS) code is 335311with an industry size standard of 750 or fewer employees and the associated Product Service Code (PSC) is N061. The technical evaluation factors for this procurement will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis A responsible quoter is one whose quotation conforms to the solicitation and will be most advantageous to the Government. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from https://www.acquisition.gov/?q=browsefar.Aug 27, 2025 02:00 PM PDTPower, Distribution, and Specialty Transformer ManufacturingINSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)WFL Simplified AcquisitionAug 21, 2025
Army Band Sound System ResetThis is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. Solicitation number/FY25-W914KZ0012287719 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 Dated 22 April 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20240425. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% Small Business under North American Industry Classification Standards (NAICS) code 449210. This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon best value to the Government, and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. The date, time and request for quote offers are due by 26 August 2025 at 12:00 P.M. Eastern time on to Hyejin.lee11.civ@army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE. ALL QUESTIONS MUST BE IN WRITING (EMAIL). SOUND SYSTEM RESET CLIN 1: Sound System Reset 133rd Army Band Sound Reset 1ea Cost________________ This is a brand name or equal requirement. See attached specifications. NOTE: VENDOR MUST PROVIDE CAGE CODE, SAM UEI IN QUOTE AND GSA SCHEDULE IF AVAILABLE. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.211-6, Brand Name or Equal (IF APPLICABLE) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items “all or none” is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference – SEE http://www.acquisition.gov DFARS 252.201-7000, Contracting Officer’s Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225–7055, Representation Regarding Business Operations with the Maduro Regime DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.Aug 26, 2025 12:00 PM EDTElectronics and Appliance RetailersMUSICAL INSTRUMENTSTotal Small Business Set-Aside (FAR 19.5)Jeanie LeeAug 21, 2025
MAGNETTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE BETA SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE BETA SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** ** Late bid consider no award** ** Please provide MFR's name and Country of origin** ** Please provide the lead time** ** SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND RETURNED. INCOMPLETE SOLICITATIONS OR QUOTES WITH UN-RETURNED SOLICITATIONS WILL NOT BE CONSIDERED** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: JUNGHEE.KIM@DLA.MIL FAX: 360-476-4121Aug 22, 2025 05:00 PM PDTAll Other Miscellaneous General Purpose Machinery ManufacturingMISC MATERIALS HANDLING EQTotal Small Business Set-Aside (FAR 19.5)JUNGHEE KIMAug 21, 2025
RUBBER, ELECTRICAL SAFETYTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). ** Late bid will not be considered for award** ** Please provide MFR's name and Country of origin** ** Please provide the lead time** ** SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND RETURNED. INCOMPLETE SOLICITATIONS OR QUOTES WITH UN-RETURNED SOLICITATIONS WILL NOT BE CONSIDERED** EMAIL: rosalie.aranzanso@dla.mil PHONE: 385.591.1050Aug 22, 2025 12:00 PM PDTAll Other Rubber Product ManufacturingRUBBER FABRICATED MATERIALSTotal Small Business Set-Aside (FAR 19.5)ROSALIE ARANZANSOAug 21, 2025
Fire Rappelling Anchor InspectionWe greatly appreciate all offerors for your interest and hope you will consider future opportunities with Fairchild AFB.Building Inspection ServicesINSPECT SVCS/FIRE-RESCUE-SAFETY EQTotal Small Business Set-Aside (FAR 19.5)Mimi Robertson Lake | Paul BlaisAug 21, 2025
Bull Prairie Hand Pile Call OrderThis is a NOTICE OF INTENT to issue a BPA call against an existing Blanket Purchase Agreement (BPA #1240BE22A00XX) established under FAR 13.303 for the acquisition of “Bull Prairie Pile”. The purpose of this solicitation is to hand pile previously cut fuels. Seven units totaling 490 acres of hand piling. This action is conducted under FAR 13.303-5 for placing calls against an established BPA. The BPA was awarded to multiple small businesses under a competitive process.Sep 02, 2025 04:30 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Andrea PollockAug 21, 2025
47QSSC-25-Q-0221 - KOMPRISEContractor must be an Authorized reseller of Komprise and provide a Letter of Authorization (LOA) to be cosidered for award. This one-time buy pursuant to the award of a high-priority requisitions will be solicited via Sam.gov and set aside for small businesses, NAICS Code 541519. Specifications: *BRAND NAME ONLY* FAR 6.302-1(c) is being invoked to limit sources to only - MFR: Komprise See Brand Name Justification (Attachment A) P/N1: KMP-ANQS-1PB-1 Item: Analysis Only and Assessment for up to 1PB Qty: 3 P/N2: KDC-RESVC-1 Item: Basic Remote Services including setup, training, and knowledge transfer - 5 hr block Qty: 1 P/N3: KDC-RESVC-KT Item: Product Training (KTP) 6-hour block. Instructor led course for 1 student Qty: 4 *Contractor shall have a current and active account in SAM.gov *Contractor must acknowledge, mark the order as shipped, and provide tracking information through the vendor portal or EDI. Technical specifications include that items must be brand name specific to the requested part number/s. Vendors must adhere to Mil-Std-129R Marking And Shipping Label Requirements if applicable, eDelivery orders and orders with no physical product being shipped may not be applicable. The award will be made using the evaluation criteria of the lowest price technically acceptable (LPTA) with FOB Destination pricing. Contractor must be an Authorized reseller of Komprise and provide a Letter of Authorization (LOA). Vendor must be compliant with the delivery schedule. Delivery will be 30 calendar days After Receipt of Order (ARO) to: e-delivery address will be available upon award NUWC DIVISION KEYPORT 610 Dowell St. Keyport, WA 98345 Award is subject to the terms and conditions of the RFQ document, including but not limited to the following: 1. Contractor must submit quote for ALL line items in the Excel Quote worksheet (attachment B) as an attachment. Quotes that do not include all line items will not be considered for award (all or none). 2. Contractors shall submit a letter of authorization (LOA) from Komprise. If you would like to provide a quote, please submit your quote to Katie Garry at kathryn.garry@gsa.gov, and , referencing solicitation number 47QSSC-25-Q-0221 - Komprise in the subject line no later than 26 August 2025 4:00pm EST.Aug 26, 2025 04:00 PM EDTOther Computer Related ServicesIT AND TELECOM - IT MANAGEMENT TOOLS/PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)Total Small Business Set-Aside (FAR 19.5)Katie GarryAug 21, 2025
WA NP OLYM 115(1) , Repair Storm Damage on Mora RoadWA NP OLYM 115(1), Repair Storm Damage on Mora Road Olympic National Park, Clallam County, Washington. This Work consists of stabilizing the embankment with riprap and engineered log jams. Project Location: Approximately 15 Miles W of Forks (city), Clallam County, Washington. Project Length: 0.1 Miles Estimated Price Range: Between: Between $2,000,000 and $5,000,000 Tentative Solicitation Date: Fall/Winter 2025 Tentative Fixed Completion Date: Winter 2026 See Attachments for additional information.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeAug 21, 2025
W9124D26QA003 Spokane MEPS Noon MealsProvide Boxed Noon Meals (sub sandwiches) to applicants processing through the Spokane Military Entrance Processing Station (MEPS) in accordance with the attached Product and Delivery Specification Details for the base period of 1 October 2025 through 30 September 2026 with two, one-year option periods.Sep 05, 2025 10:00 AM EDTPerishable Prepared Food ManufacturingCOMPOSITE FOOD PACKAGESTotal Small Business Set-Aside (FAR 19.5)David Quintin | Tara GlassAug 21, 2025
W9124D26QA003 Spokane MEPS Noon MealsThe Mission Installation Contracting Command - Knox intends to issue a Request for Quotation (RFQ) to provide boxed noon meals for applicants processing through the Spokane Military Entrance Processing Station (MEPS), located at 8510 W. Highway 2, Spokane, WA 99224. The period of performance is 1 October 2025, or date of contract award, whichever is later, through 30 September 2026, with two one-year option periods. The RFQ will be posted to the SAM.gov website on or about 21 August 2025 with quotes due on or about 5 September 2025. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Vendors are cautioned to check the website periodically for amendments. All contractors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of a contract. Faxed quotes or amendments will not be accepted. All questions must be submitted in writing to David Quintin and Tara Glass via email at david.k.quintin.civ@army.mil and tara.e.glass.civ@army.mil no later than 10:00 AM Eastern Time, 28 August 2025.Sep 05, 2025 10:00 AM EDTPerishable Prepared Food ManufacturingCOMPOSITE FOOD PACKAGESTotal Small Business Set-Aside (FAR 19.5)David Quintin | Tara GlassAug 21, 2025
ASW PUMPSEE ATTACHED SOLE SOURCE SOLICITATION AND AMENDMENTAug 22, 2025 08:00 AM PDTOther Measuring and Controlling Device ManufacturingELECT ELECTRONIC MEASURING INSTRUMTTotal Small Business Set-Aside (FAR 19.5)TRICIA WINTERSTEENAug 21, 2025
Malheur NF FY25 Range Fence ConstructionPlease see attached solicitation and all supporting documents.Sep 18, 2025 04:30 PM PDTAll Other Specialty Trade ContractorsCONSTRUCTION OF OTHER NON-BUILDING FACILITIESTotal Small Business Set-Aside (FAR 19.5)SUSIE FELTON | Justin HolderAug 20, 2025
New Kitchen Hood Extinguishing Systems Inspection, Testing and MaintenanceThe Roseburg VA requires Inspection, Service, Testing, and Maintenance of its Kitchen Ventilation Hoods. See solcitation. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.Sep 03, 2025 10:00 AM PDTFacilities Support ServicesMAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLSTotal Small Business Set-Aside (FAR 19.5)Darien JusticeAug 20, 2025
MNA Spillway Repair Pit LightingThe following specifications pertain to the purchase of new light fixtures, wiring, and associated parts necessary to repair the lighting circuits in the Spillway Gate Repair Pit. There are two gate repair pits located just north of the 22 spillway hoists. These repair pits are used to repair the spillway gates.Sep 01, 2025 11:00 AM PDTCommercial, Industrial, and Institutional Electric Lighting Fixture ManufacturingINDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURESTotal Small Business Set-Aside (FAR 19.5)Keree GravesAug 20, 2025
TD Fire Extinguisher & Emergency Equipment ServiceCOMBINED SYNOPSIS/SOLICITATION W9127N25QA071 TD Fire Extinguisher and Emergency Maintenance Services U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 1. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W9127N25QA71 is a Request For Quotes under FAR Part 13 for the establishment of a single award, firm fixed price contract for Fire Extinguisher and Emergency Maintenance Services. The Dalles Lock & Dam requires hydrotesting, as well as annual and monthly inspections of fire extinguisher (FE), self-contained breathing apparatus (SCBA), emergency breathing apparatus (EBA), compressed gas (oxygen) bottles, and automatic external defibrillator (AED). 2. Period of Performance (PoP). Base year with 1 Option Year: - Base Year - 1 October 2025 - 30 Sept 2026. - Option Year 1 - 1 October 2026 - 30 Sept 2027. 3. General Information: This effort is to include all associated works required and described in attachment 1 - TD Fire Ext & Maint. Service (PWS). The solicitation document's incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 541990 - All Other Professional, Scientific, and Technical Services with a Small Business Size Standard of $19.5M. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in Attachment 1 - PWS and Attachment 2 - Price Schedule 4. Description: The Government requests pricing, and O&M literature for the following item. a. Refer to attachment 2 - Price Schedule 5. Instructions: 52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (MAR 2023) - ADDENDUM Proposals shall include the following: a. UEI Number b. Cage Code c. Contractor Name d. Payment Term (net30) or Discount e. Point of Contact & Phone # f. Email Address g. Date Offer Expires (i). Technical capability of the item offered to meet the Government requirement. Your quote package, MUST include spec sheets/information brochures for the services quoted in your package. Information should clearly show and demonstrate your company's ability to meet the stated requirement. Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation. Offerors shall submit quotes via email, oral offers will not be accepted. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Any questions generated from this solicitation must be submitted to consuelo.j.kiser@usace.army.mil by 15 August 2025 by 12:00 PM Pacific Time (PT). When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions. Any questions received after 15 August 2025, 12 PM PT may not be answered. Submissions: Quotes are due no later than 21 August 2025, at 5:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Consuelo Kiser by email at consuelo.j.kiser@usace.army.mil. No late submissions will be accepted. Quotes must be emailed to: consuelo.j.kiser@usace.army.mil & suzanne.w.hunt@usace.army.mil Upon award and satisfactory completion of delivery, invoices shall be submitted as follows in accordance with FAR clause 52.212-4(g): i. Submit one electronic PDF invoice to Millington (USACE Finance Center) via email address: CEFC-G2invoices@usace.army.mil; copy the COR, Wylesha Wilcox, Wylesha.L.Wilcox@usace.army.mil and Heather Pyles, Heather.L.Pyles@usace.army.mil on the invoice submission. (End of provision) 6. Evaluation: 52.212-2 EVALUATION - COMMERICAL ITEMS (NOV 2021) (The evaluation of quotes will be IAW FAR Part 13.106-2 (b). The total evaluated price will be calculated by totaling all contract line items (CLINs). The award will be made based on the best overall quote that is determined to be the most beneficial to the Government, with appropriate consideration given to the two (2) evaluation factors. The Government will award a Contract to the responsible Offeror whose quote conforms to the solicitation and is expected to result from selection of the technically acceptable quote with the lowest evaluated price. To be technically acceptable, an Offeror must submit a proposal that clearly meets the minimum requirements of the solicitation and determined acceptable based on the below evaluation factors. 6.1 Factors to be evaluated: The evaluation of all quotes will be: Factor # 1 - will be rated as Acceptable or Unacceptable in accordance with the performance objectives stated in the Attachment 1 - TD Fire Ext & Maint. Service PWS and Attachment 2 - Price Schedule. Factor #2 - Price. An evaluation will be performed on the proposed prices. The evaluation will not be assigned an adjectival rating, yet it will be evaluated for completeness and reasonableness. (End of Provision) 6.2 Contracting Officer Authority Only a warranted Contracting Officer (either a Contracting Officer or an Administrative Contracting Officer (ACO)), acting within the appointed limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract, the contractor shall not proceed with the change and shall immediately notify the Contracting Officer. Proceeding with any work not authorized by the Contracting Officer will be at the Contractor's risk. For additional information regarding this solicitation contact: Consuelo Kiser at consuelo.j.kiser@usace.army.mil 7. Attachments: a. Solicitation b. Attachment 1 - TD Fire Ext., and Maint. Service PWS. c. Attachment 2 - Price Schedule d. Attachment 3 - 20250708-WD Rev 28 2015-5583 (Klickitat & Wasco Counties) e. Clauses and Provision, found at the end of SolicitationAug 21, 2025 05:00 PM PDTAll Other Professional, Scientific, and Technical ServicesINSPECTION- FIRE CONTROL EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Consuelo Kiser | Suzanne HuntAug 20, 2025
Inverted Fluorescence MicroscopeInverted Fluorescence MicroscopeAug 25, 2025 05:00 PM PDTAnalytical Laboratory Instrument ManufacturingOPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIESTotal Small Business Set-Aside (FAR 19.5)Phillip FolgerAug 20, 2025
BLADDER PLUGSolicitation SPMYM2-25-Q-2410 BLADDER PLUGS Contract Opportunity Type: Pre-solicitation (Original) DLA Maritime Puget Sound intends to issue a solicitation for the procurement of Bladder Plugs for the Puget Sound Naval Shipyard (see attached table with Base year + 4 option years). IAW ATTACHED ordering data. This requirement has a Distribution “D" drawing, vendors must have an active account in the Joint Certification Program (JCP). TO REQUEST THE DRAWING YOU MUST SEND YOUR CAGE CODE TO tricia.wintersteen@dla.mil TO VERIFY YOUR ACCOUNT IS ACTIVE IN JCP. Website: https://public.logisticsinformationservice.dla.mil/jpc/search.aspx The solicitation number for this requirement is SPMYM2-25-Q-2410 and is expected to be posted on or around 8/25/2025 This requirement will be solicited as a 100% small business set-aside using the commercial item procedures in FAR Parts 12 and 13.5 The resultant contract will be a firm fixed price (FFP) indefinite delivery indefinite quantity contract. The FOB will be DESTINATION: Puget Sound Naval Shipyard Bremerton, WA NAICS Code is 326299 Product Service Code 9320 The completed solicitation MUST BE EMAILED TO THE BUYER. Any questions MUST BE EMAILED. The period of performance date will be adjusted at the time of the award. OFFERORS WISHING TO SUBMIT AN OFFER ARE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE RFQ from SAM.GOV and to frequently monitor for any amendments. A list of bidders will not be maintained by this office, NO TELEPHONE OR FAX REQUESTS FOR THE RFQ PACKAGE WILL BE ACCEPTED. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of the same. FIRMS INTERESTED IN SUBMITTING PROPOSALS MUST: COMPLETE THE ENTIRE SOLICITATION DOCUMENT to include representations and certifications, provisions and clauses, provide all product technical specification documentation and technical compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam.Aug 26, 2025 10:00 AM PDTAll Other Rubber Product ManufacturingRUBBER FABRICATED MATERIALSTotal Small Business Set-Aside (FAR 19.5)TRICIA WINTERSTEENAug 20, 2025
Laundry Service Medical and Environmental DivisionAmendment to solicitation: Update to Statement of Works: Medical: Updated section 1.1.2 and added 1.1.3 Evironmental: Updated section 1.1.2 New deadline for proposal is 8/22/2025, 3 PM (PST) Description of services: This contract is to provide linen and laundry services for Base Seattle Medical and Environmental divisions. Contractor shall provide all personnel, equipment, tools, material, supervision, and other items and services necessary to perform linen and laundry service. Contracting Office Address: U.S. Coast Guard Base Seattle 1519 Alaskan Way S. Seattle, WA 98134 United States Tasks: Medical: The Contractor shall pick up two bags of soiled laundry, weighing approximately 30 pounds, from the medical facility on a weekly basis. The total weight of soiled laundry (scrubs, towels, and linens) collected shall not exceed 60 pounds per week. The pickup location is in Building 1, 2nd Floor, specifically from the Physical Therapy and Dental Rooms. Environmental: The contractor shall pick up various quantities of shop rag (bags) not to exceed 10 five-gallon bags of soiled shop rags for laundry and/or replacement from the HazWaste Accumulation Facility (HWAF) bi-weekly; located in BLDG 14 between warehouse and security. Clean inventory of shop rags, (red rags or suitable substitute, 10 packs 14x14, red cotton shop towels) used in various shops for tool cleaning and machine maintenance (rags may contain small quantities/trace concentrations of synthetic or petroleum-based oil, lubricant, or related cleaning solvent). Special qualifications: Medical: CDC infection control guidelines shall be followed while providing laundry service for the medical division. Refer to documentation in the attachment section for more details. Environmental: Due to the possible presence of synthetic or petroleum-based oil, lubricant, or related cleaning solvent, the contractor is required to provide a copy of their National Pollutant discharge Elimination System (NPDES) permit; if the vendor doesn’t have nor maintain an Industrial wastewater discharge NPDES permit; the vendor may provide and submit a copy of the vendors state, county, city provided wastewater discharge exemption letter, or other state approved and provided laundry facility operational water quality permit or water quality certification as applicable. Classification: This acquisition is set aside for small business. The NAICS is 812320 Dry Cleaning and Laundry Services (except Coin-Operated). The contract type will be a firm fixed price purchase order with base and option years. Site Visit: There will be no site visits held for this solicitation. Questions: E-mail all questions regarding the solicitation to Michelle.M.Myhra2@uscg.mil. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 08/18/25 1200 pm (PST). Proposal submission: All proposals shall be required to be on SF 1449 with a breakdown of cost for materials and labor for base and option year pricing. Submit quotes to the following E-mail address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT15860 in the subject line. Date of offers is due on 08/22/2025 at 3:00PM PST. All offers that are submitted late (by day and time zone) will not be considered in award determination. Award: Award is based on best value to the government, evaluation criteria is past performance of contractor performing the work, cost, and technically acceptable. Under FAR 4.1103, prospective contractor shall be registered in System Award Management (SAM) prior to the award. Failure for the contractor to be registered in SAM shall result in Contracting Officer proceeding with the next successful registered offeror. Website: www.sam.gov Performance Start Date: Start date will occur September 16, 2025. Once award has been made, coordinate with Michelle Myhra at Michelle.M.Myhra2@uscg.mil Further details of this project are in the statement of work provided in the documents section of this solicitation.Aug 22, 2025 03:00 PM PDTDrycleaning and Laundry Services (except Coin-Operated)LAUNDRY AND DRYCLEANING SERVICESTotal Small Business Set-Aside (FAR 19.5)Michelle MyhraAug 20, 2025
DISPOSABLE CONTAINEROther Metal Container ManufacturingMISCELLANEOUS PREFABRICATED STRUCTURESTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 20, 2025
Display equipment for Northwest DistrictAmendment to solicitation: There has been an update to the "Special Requirements" section of this description and additional information has been provided. The proposal submission date has been updated to 8/22/2025 3 PM (PST). Refer to quote submission for further information. DESCRIPTION OF REQUIREMENT: Contractor shall replace and dispose of aging displays and provide new ones Place of Performance: USCG Northwest District Jackson Federal Building 915 2nd Ave Seatlle, WA. 98174 Classification: This acquisition is set aside small business. The NAICS code is 3341188 Classified as Flat panel display. The contract type will be firm fixed price purchase order. Site Visit: There will be no site visits held for this solicitation. Special requirements: The contractor shall perform the following tasks: Remove (8) existing display monitors and install (8) 55 in LED LCD monitor 19x10 HDMI DP, manufacture part number UN552SN and (4) bezel frame kits manufacture part number UN552V. No substitutions or equivalent items will suffice. See the attachment section for more details. Turn over removed monitors to the U.S. Coast Guard for proper disposal Contractor is responsible for physical installation, testing, and configuration. A representative from the U.S. Coast Guard will be on site for any assistance during install and configuration. Questions: E-mail all questions regarding to this solicitation shall be submitted in writing to the Contract Officer Michelle Myhra, E-mail: Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT00123 in subject line. Questions regarding the supply request will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 08/15/2025. Quote submission: All quotes shall be required to be on SF 1449 with a breakdown of cost such as material, shipping, and labor. Submit quotes to the following E-mail Address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT00123 in the subject line. Date of offers due on 08/22/2025 at 3pm (PST). All offers that are submitted late (by day and time zone) will not be considered in award determination. Award: It is the government’s intent to select for the award to the one responsible quote which proposes a price that is fair and reasonable and provides the lowest priced, technically acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be technically acceptable, the contracting officer will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to the award. Failure for contractor to be registered in SAM shall result in Contracting Officer proceeding with the next successful registered offeror. Website: www.sam.govAug 22, 2025 03:00 PM PDTComputer Terminal and Other Computer Peripheral Equipment ManufacturingSIGNS,AD DISPLAYS & IDENT PLATESTotal Small Business Set-Aside (FAR 19.5)Michelle Myhra | Patrick HasselbringAug 20, 2025
Tsubaki Brand STS Roller Chains for Delivery to Bonneville ProjectCOMBINED SYNOPSIS/SOLICITATION W9127N25QA087 Submerged Traveling Fish Screens (STS) Roller Chains Bonneville Lock and Dam Project U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 20 August 2025 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 332618 – Other Fabricated Wire Product Manufacturing, with a size standard of 500 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. The Government requests pricing for the following items: Solicitation W9127N25QA087 is a Request for Quotes (RFQ) under FAR Part 13 for the establishment of a FOB destination, firm fixed price, for purchase of eight (8) STS Roller Chains – Brand Name: TSUBAKI for the Bonneville Lock and Dam. Delivery Information: Delivery: No Later Than Twelve (12) Weeks After Receipt of Award. FOB: Destination. Shipping Costs to be Included in the Unit Prices of the CLIN(s) below. Delivery Address: USACE PORTLAND DISTRICT BONNEVILLE LOCK & DAM PROJECT USACE PORTLAND DISTRICT BONNEVILLE LOCK AND DAM CASCADE LOCKS OR 97014-0150 Submissions: All inquiries regarding to this solicitation shall be submitted in writing to Contract Specialist Rattiya Oaks at rattiya.p.oaks@usace.army.mil no later than Monday, 25 August 2025 at 09:00 Pacific Standard Time (PST) for the Government response. Any questions submitted after that date may not be answered. Quotes shall be submitted in reply to this solicitation no later than Tuesday, 01 September 2025, at 16:00 Pacific Standard Time (PST). Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. Quote submission shall include the following: Response to Technical Evaluation Pricing for CLIN 0001 All quotes for this solicitation shall be submitted in writing to Contract Specialist Rattiya Oaks at rattiya.p.oaks@usace.army.mil and Contracting Officer Suzanne Hunt at Suzanne.W.Hunt@usace.army.mil by the closing date with email subject “W9127N25QA087 BONN STS Roller Chains”.Sep 01, 2025 04:00 PM PDTOther Fabricated Wire Product ManufacturingCHAIN AND WIRE ROPETotal Small Business Set-Aside (FAR 19.5)Rattiya Oaks | Suzanne HuntAug 20, 2025
COLLPASIBLE STACKABLE SHIPPING CONTAINERCorrugated and Solid Fiber Box ManufacturingBOXES, CARTONS, AND CRATESTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 20, 2025
INSULATION, SLEEVINGAll Other Miscellaneous Textile Product MillsWALLBOARD BLDG & THERMAL INSULATIONTotal Small Business Set-Aside (FAR 19.5)KAREN CRESWELLAug 20, 2025
Middle Fork Wildlife Tree and Down CreationSolicitation number is 1240BK25Q0071 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement 115310 Support Activities for Forestry The small business size standard is $11 million. Contract Line Item Number (CLIN) Structure: Refer to Schedule of Items and Price Sheet (RFQ 1240BK25Q0071 pdf). Description of Requirement: The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items and non-personal services necessary to provide routine maintenance and repair services to elevators as described in the RFQ 1240BK25Q0071 pdf. A site visit has not been scheduled for this requirement. Offerors are however encouraged to conduct their own research into the area, this research is at the offerors own expense and is not reimbursable by the government. Questions concerning this solicitation shall be submitted electronically via email to Deborah.Hill@usda.gov and Jared.Machgant@usda.gov no later than Friday, August 15, 2025 at 17:00 PM PT Time Answers to offerors questions will be posted in SAM.gov no later than Friday, August 22, 2025 at 17:00 PM PT Time All amendments to the solicitation will be posted in SAM.gov. Offers shall be submitted electronically via email to Jared.Machgan@usda.gov and no later than Friday, Friday, August 22, at 17:00 PM PT Time. Offerors shall ensure offers are delivered into this inbox by the due date and time. Emails should contain 3 separate attachments: Technical Capability (in Microsoft Word or PDF format), Past Performance (in PDF format), and Price (in Microsoft Excel format). Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer. System for Award Management – Notice to Offerors #1: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. System for Award Management – Notice to Offerors #2: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Government Point of Contacts: Primary Contracting Officer Jared Machgan Jared.Machgan@usda.gov Attachments: 1. RFQ 1240BK25Q0071 Middle Fork Ranger District Wildlife Tree and Down Wood Creation 2. Exhibit 6 Tree Illustrations for Girdling 3. Exhibit 9 Sample Tree Registers 4. DUIS 5. Unit Map 6. Wage Rates 08/20/2025 Amendment 0001 correction to the Schedule of Items. See SF30 attachment. Offer due date has been extended to 08/27/2025 1700 PTAug 27, 2025 05:00 AM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared D MachganAug 20, 2025
Fire Extinguisher Maintenance ServicesThis is a 100% Total Small Business Set-Aside solicitation for Fire Extinguisher maintenance and inspection services. Please see attached solicitation for all applicable clauses, provisions, invoicing, and shipping information. Please complete solicitation and email to: gayle.n.mayani.mil@us.navy.mil AND ashley.a.rollin.civ@us.navy.milAug 26, 2025 12:00 PM PDTCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceFIRE FIGHTING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Gayle Mayani | Ashley RollinAug 20, 2025
Angell Job Corps Center Site Utilities RehabilitationScope of Contract This project includes multiple critical rehabilitation of site utilities including reconstructing the failing wastewater irrigation field, replacing sewer line and manhole replacements, and miscellaneous wastewater treatment plant repairs to become in compliance with the State of Oregon. Project Schedule Construction shall be completed within 240 days. Project Location This project is located at the Angell Job Corps Civilian Conservation Center located 4.0 of miles from Yachats, Oregon in Lincoln County. The address is 335 NE Blodgett Rd, Yachats, OR 97498. Statement of Work/Specifications Work for this project requires the contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: 1. Base Item No. 1 –Wastewater Irrigation Field Reconstruction 2. Base Item No. 2 –Sewer Line and Manholes Repairs and Replacement 3. Base Item No. 3 –Hydrant Demo 4. Base Item No. 4 –B2888 and B2083 DWV Pipe Replacement 5. Base Item No. 5 –Wastewater Treatment Plant Repairs 6. Base Item No. 6 –B0704 Lift Station Floats, Hangers, and Alarm 7. Base Item No. 7 –B0704 Wastewater Building Ventilation MAGNITUDE OF CONSTRUCTION PROJECT Per FAR Subpart 36.204, the anticipated price range of this project is Between $250,000 and $500,000. The applicable Wage Determination is OR2040092 (see Attachment 7). KEY DATES Tentative date for posting the Request for Proposal(RFP) is 09/04/2025. Tentative date for closing RFP 45 days after posting. Project must be completed by 240 days from Notice to Proceed (NTP). The solicitation and all supporting documents will be posted on this website (SAM.gov) free of charge. ATTACHMENTS Attachment 1 Reserved Attachment 2 Drawings Attachment 3 Plans Attachment 4 Schedule of Items Attachment 5 Specifications Attachment 6 Utility Plan Attachment 7 Davis-Bacon WD OR2040092Sep 04, 2025 03:00 PM EDTWater and Sewer Line and Related Structures ConstructionREPAIR OR ALTERATION OF SCHOOLSTotal Small Business Set-Aside (FAR 19.5)Bradley Martin | Ian BarnesAug 20, 2025
Willamette NF, Detroit Ranger District Third Year Reforestation SurveyThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation, under # 1240BK25Q0079. The solicitation document and incorporated provisions and clauses are those in effectthrough FAC 2025-04 effective June 11, 2025, FAR Part 1 Model Deviation, FAR Part 10 Model Deviation, and FAR Part 34 Model Deviation. This procurement is set aside for Small Business. The NAICS code is 115310 and the Small Business Size Standard is $11.5 million. Willamette NF, Detroit Ranger District Third Year Reforestation Survey: This is a stocking survey contract on the Willamette National Forest designed to obtain current and accurate information on the conifer stocking levels of stands that were planted following the 2020 wildfires on the Detroit Ranger District. The surveys will be completed to determine regeneration levels, available seed sources and additional treatment needs for meeting minimum stocking standards. Slopes may be in excess of 60%. Stands may have considerable amounts of dead slash, standing fire killed/weakened trees with overhead hazards, and live brush. Operations shall be confined to lands within the Willamette National Forest. To respond, complete the following per Solicitation instructions: 1) Prepare a written response to evaluation criteria 2) Attachment 1: Schedule of Items 3) Representations and Certifications. Submit response package by email, no later than the due date. Email package to: paula.winningham@usda.gov Questions may be directed to: paula.winningham@usda.gov Offerors must have an "Active" registration at www.sam.gov, by time of award.Sep 08, 2025 02:00 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Paula S. WinninghamAug 20, 2025
STS Mesh Screens for Delivery to Bonneville ProjectCOMBINED SYNOPSIS/SOLICITATION W9127N25QA084 Submerged Traveling Fish Screens (STS) Fish Screen Mesh Panels Bonneville Lock and Dam Project U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing, with a size standard of 700 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. The Government requests pricing for the following items: Solicitation W9127N25QA084 is a Request for Quotes (RFQ) under FAR Part 13 for the establishment of a FOB destination, firm fixed price, for manufacturer and purchase of sixteen (16) Fish Screen Mesh Panels for the Bonneville Lock and Dam. Delivery Information: Delivery: No Later Than Eight (8) Weeks After Receipt of Award. FOB: Destination Delivery Address: USACE PORTLAND DISTRICT BONNEVILLE LOCK & DAM PROJECT USACE PORTLAND DISTRICT BONNEVILLE LOCK AND DAM CASCADE LOCKS OR 97014-0150 Submissions: All inquiries regarding to this solicitation shall be submitted in writing to Contract Specialist Rattiya Oaks at rattiya.p.oaks@usace.army.mil no later than Monday, 18 August 2025 at 09:00 Pacific Standard Time (PST) for the Government response. Any questions submitted after that date may not be answered. Quotes shall be submitted in reply to this solicitation no later than Tuesday, 26 August 2025, at 16:00 Pacific Standard Time (PST). Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. Quote submission shall include the following: Response to Technical Evaluation Pricing for CLIN 0001 All quotes for this solicitation shall be submitted in writing to Contract Specialist Rattiya Oaks at rattiya.p.oaks@usace.army.mil and Contracting Officer Suzanne Hunt at Suzanne.W.Hunt@usace.army.mil by the closing date with email subject “W9127N25QA084 BONN STS Mesh Screens”.Aug 26, 2025 04:00 PM PDTAll Other Miscellaneous General Purpose Machinery ManufacturingMISCELLANEOUS FABRICATED NONMETALLIC MATERIALSTotal Small Business Set-Aside (FAR 19.5)Rattiya Oaks | Suzanne HuntAug 20, 2025
Veteran’s Health Administration CBOC ExpansionNOTE: This solicitation is only available to contractors who currently hold a contract with GSA under the Region 10 Eastern Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), for Construction Services. Access to any and all documents related to this solicitation will only be granted to the point of contact identified for the IDIQ contract holder.Sep 04, 2025 12:00 PM PDTCommercial and Institutional Building ConstructionREPAIR OR ALTERATION OF OFFICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Chad Jasper | Dane AndersonAug 20, 2025
CHAIN SLINGSSEE ATTACHED SOLICITATION, SALIENTS, AND REQUIRED CDRLSAug 21, 2025 10:00 AM PDTAll Other Miscellaneous Fabricated Metal Product ManufacturingRIGGING AND RIGGING GEARTotal Small Business Set-Aside (FAR 19.5)TRICIA WINTERSTEENAug 20, 2025
USCGC Henry Blake MiniVisc ViscometerSTATEMENT OF WORK RDD:02SEPT2025 CGC HNERY BLAKE OPFAC: 13-15529 LOCATION: Everett, WA EQUIPMENT: L/O Test Equipment COMPONENT AFFECTED: MiniVisc 3000 portable viscometer, 10-350 cSt, 40C MPC: Product required is referenced in 98620-001 TP: Product required is referenced in 9126-665-A, Oil Viscosity Reader-Spectrovisc Q3000 Series Vendor shall supply: (1) 800-00137 MiniVisc 3000 portable viscometer, 10-350 cSt, 40C. Including USB adapter, cable, AC adapter and charger, user's guide, operation manual, and instructional video DVD (1) SA1002 MiniVisc series standard accessory kits, including SPV Pipette/ Cleaning Pad kits, Low viscosity standard and high viscosity Standard LOCATION/POC: CGC HENRY BLAKE SCPO Ryan Stanson ryan.r.stanson@uscg.mil (410) 340-2005 Address: USCGC HENRY BLAKE (WLM-563) 2000 West Marine View Drive Everett, WA 98207 1 (425) 304-5740Aug 25, 2025 08:00 AM PDTShip Building and RepairingMISCELLANEOUS SHIP AND MARINE EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Justin Wooldridge | Lindsay MongioviAug 20, 2025
BALL NUTTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** IF YOU ARE ABLE TO PROVIDE A QUOTE, PLEASE ENSURE TO: 1. Fill out box 17A with business name, address, phone number, and cage code 2. Read box 28. Sign box 30a. Print name and title in box 30b. Date 30c. 3. Fill out the Contractor Point of Contact (POC) underneath VENDOR INFORMATION. 4. Read and notate response for 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021). 5. Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 6. Please quote FOB Destination SILVERDALE, WA. 7. Annotate the lead time. 8. Annotate the name of the manufacturer and the country of manufacturing underneath CERTIFICATION REGARDING ACTUAL MANUFACTURER (BUSINESS SIZE IDENTIFICATION). 9. Return this information with your quote. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. EMAIL: armando.saya@dla.milAug 21, 2025 10:00 AM PDTBolt, Nut, Screw, Rivet, and Washer ManufacturingNUTS AND WASHERSTotal Small Business Set-Aside (FAR 19.5)Armando SayaAug 20, 2025
WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022Invitation for Bids: WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022 The Invitation for Bids (IFB), Plans, Physical Data, and the Construction Contract Administration Document per FAR 36.211 are posted under attachments. QA 08-20-2025 Posted 08252025Aug 28, 2025 02:00 PM PDTHighway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeAug 20, 2025
Bobcat Skid Loader RepairThe contractor shall provide all personnel, tools, materials, labor, and supervision required to provide Bobcat skid loader repair services IAW the Statement of Work. Amend 01 has been posted. Added revised attach.1Aug 21, 2025 01:00 PM PDTCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceMAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Amn Emma Raycroft | Paul BlaisAug 20, 2025
Wet Chemical Analysis for 100 Alfalfa SamplesQuestions and Answers. Q1: Will all 100 samples be received at once, or will they arrive in batches? A1: No, they would come all at once Q2: Will samples be shipped from 24106 N. Bunn Rd, Prosser, WA 99350? A2: Yes, they will be shipped from this address. Q3: The Statement of Work (SOW) states that the company will deliver data for the tests within six months of receipt of the dried leaf tissues. However, the Service Provisions document, under FAR 52.212-1 Instructions to Offerors, specifies that the required services are to be conducted over a 30-day period after receipt of order (ARO). Could you please confirm whether the services are to be completed within six months? A3: Yes, services should be completed within six months, but there should be no reason why an analytical chemical lab would take any longer than 30 days once the samples were received and they began processing. Q4: Are the methods outlined in the table below acceptable for the required tests? A4: These are powdered/ground alfalfa samples. The wet chemistry analyses are for forage quality assessments. If the protocols listed are for that purpose, then yes they are acceptable. Q5: Is there a specific requirement you are trying to meet? What is the purpose of testing? A5: Yes, we are interested in calibrating our in-house Perkin Elmer FT 9700 NIR instrument for alfalfa forage quality testing. We have many samples we would like to evaluate/test for forage quality and when purchased, the instrument came with Perkin Elmer expertise time to develop a model/calibrated equation. We need some ‘control’ wet chemistry samples to work with the Perkin Elmer expert to develop this calibrated equation. David Honigs https://www.azom.com/article.aspx?ArticleID=21279 Q6: Do you have a spec or method to be used for testing? (ASTM, ISO, MIL spec, etc.) A6: I am not sure what this is asking, but the company we have worked with before and our lowest price quote (Cumberland Valley Analytical Services) has several accreditations and certifications. These include the National Forage Testing Association (NFTA) certification for chemistry and NIR. Q7: Are there specific elements you are interested in testing for? A7: Ca, P, Mg, K, Na, Fe, Mn, Zn, Cu – these are the ones included in the CVAS quote and are the primary elements contributing to animal nutrition from alfalfa hay. Q8: Do you have a detection limit? A8: I don’t know the answer to this question. This is beyond my chemical analysis expertise. Q9: Is your sample a solid, liquid, or powder? A9: Ours samples are ground stem samples from alfalfa collected from field evaluations over a two-year period. Samples are ground on Wiley and cyclone mills. Q10: What is the sample you plan to send for testing? A10: Alfalfa, leaf from a plant, Dry and ground/powdered (Wiley and cyclone mill) alfalfa stem samples. Q11: How many samples do you plan on submitting? A11: We have ~2,500 samples of which 100 (~5%) are going to be submitted. Q12: What is the base material of the sample? A12: I think this is the alfalfa stem samples (lower ~15 cm) from field grown plants. Q13: Approximate size/shape of the sample in question? (If solid) A13: We would ‘normally’ ship these in small Ziplock bags. Q14: who is required to collect the samples, is it the government or the contractor? A14: They are in our possession now and not further ‘collecting’ is needed. This is a Solicitation for commercial items prepared in accordance with the format in Subpart 8.4, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation number 1232SA25Q0565 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The associated NAICS code is 541715 (Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)) with a small business size standard of 1,000 Employees. USDA, ARS, PGITRU 24106 N. Bunn Rd. Prosser, WA 99350 Is looking for procurement of the Wet Chemical Analysis for 100 Alfalfa Samples which fits with the associated Statement of Work. A site visit is scheduled to be determined (if needed). Vendors interested in attending the site visit must notify Lynn Hults at lynn.hults@usda.gov by to be determined to be added to the approved list. The Government anticipates award of a Firm Fixed Price contract. Each quote must show a breakdown giving price of each element, provide descriptive literature or information showing that the quoted services meet all parts of the Statement of Work. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-2. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the RFQ and specifications using Lowest Price Technically Acceptable (LPTA) to the Government in accordance with FAR 8.405 considering two major areas: technical acceptance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 8.405. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The Technical aspects will be evaluated based on the ability to meet the minimum standards in the Performance Work Statement (PWS). The proposals will be evaluated started at the lowest price first. If the lowest is not acceptable then the next lowest will be evaluated. Technically Acceptable; Quote clearly meets the minimum requirements of the PWS. Technically Unacceptable; Quote does not meet the minimum requirements of the PWS. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition are in the attached document titled Service Provisions 1157580. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than Friday, August 22, 2025, at 4:00 PM Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than Tuesday August 19, 2025, by 3:00 PM Central Standard Time. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.Aug 27, 2025 04:00 PM CDTResearch and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)SPECIAL STUDIES/ANALYSIS- CHEMICAL/BIOLOGICALTotal Small Business Set-Aside (FAR 19.5)lynn HultsAug 20, 2025
Amendment 2--RFP for Janitorial Services--Bothell, WashingtonAmendment 2 provides questions and answers regarding this solicitation. Q : Can you provide a breakdown of the flooring types and their approximate size, to be able to quote the semi-annual floor work? A: The Task Chart shows the approximate square footage of each area. The areas that need mopped are bathrooms, kitchen, stairway tunnel, and the Logistics office area. The majority of the areas are paneled carpet pieces. The mopped floors are linoleum style and bathrooms are like a stone type tile. Q: Regarding consumables, can you provide a monthly estimate of the number & type of cases / cartridges / boxes of each consumable? A: The consumables are a little bit harder to determine. Normally, the site has approximately 47 people using the facilities in a 24 hour period. Currently, the site has 26 people so they are going through almost half of what they should be going through and they don’t know when they will be have 47 people again. The site utilizes 8” rolls of paper towels. The rolls are 600 feet long and we have dispensers in all three bathrooms and the kitchen. They also use Purell ES4 Antibacterial Foaming Soap Refills because they have the dispenser for that type. They currently use two sizes of trash bags. The small size is actually too small but they will finish out what they have in stock. The other is a large (55-60 gallon) 2.5 mil black bag. The requirement for toilet paper is mainly a minimum of 2 ply, standard roles. They do not utilize the large rolls. They also purchase Pine-Sol, Simple Green and bleach from time to time. When they purchased their last order of supplies, they still had a large personnel footprint. Right after, they lost about 14 people so they still have some of everything. Q : Could you clarify the timeline for fund disbursement to the awardee once the contract is executed? Are there particular milestones or conditions that must be fulfilled before the funds are released? Additionally, for option years, "Can you explain how the contract addresses option years? Are there provisions for extending the contract beyond the initial term, and if so, what criteria must be met to exercise those options? A: Payment will be made when you submit an invoice. You may submit an invoice monthly. As long as you are providing services in accordance with the contract, payment will be made. The first payment will be made after an invoice is submitted after the first month of services. No payment will be made prior to services rendered. There are no option years on this contract and will be competed again after 12 months. Amendment 1 updates the solicitation to specify that the Prime Offeror must be within a 30 mile radius of the facility specified in the Statement of Work. Please see "2.4.1 - Amendment 1--RFP" in the attachments section. This is a Request for Proposal for janitorial services at the Federal Emergency Management Agency (FEMA) buidling in Bothell, Washington. The work described in the Statement of Work provides for management, supervision, labor, transportation, supplies, material, equipment, required to perform the Janitorial Services and miscellaneous utility work effectively, economically, and satisfactorily at the FEMA Bothell Facility. Please see the attached documents for details about the requirement. Email the Contracting Officer listed with questions. Proposals are due 08/22/2025 by 5:00 PM EST.Aug 22, 2025 05:00 PM EDTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Tara ShirleyAug 20, 2025
OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0PROJECT: OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0 LOCATION: 14 miles west of Gilchrist, OR WORK: This project consists of grinding, paving, and striping of approximately 1 mile of roadway. See “Project Description” posted under attachments for additional details. LENGTH: 1.02 miles TENTATIVE SOLICITATION DATE: Fall 2025 TENTATIVE COMPLETION DATE: Summer 2026 CONTRACT TYPE: Sealed Bid, Firm-Fixed-Price ESTIMATED PRICE RANGE: Between $700,000 and $2,000,000. INTERESTED VENDORS LIST: To view the Interested Vendors List, you must register as a SAM user, be logged in, and linked to an entity. If you are signed into SAM.gov with your registered entity and you cannot see the Interested Vendors List, you will need to be assigned the Contract Opportunities Administrator role for your entity in SAM.gov. If you need assistance, call the Federal Service Desk at 866-606-8220. THIS SOLICITATION IS OFFERED AS A SMALL BUSINESS SET-ASIDE. To ensure you receive notification when the solicitation documents are posted to SAM.gov, please click on the “follow” button at the top of the opportunity page. When solicitation documents are issued, the INVITATION FOR BIDS (specifications and plans) will be posted at this link.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeAug 19, 2025
WAREHOUSE PALLET RACK INSTALLSee attached solicitation for details.Aug 29, 2025 12:00 PM PDTGeneral Warehousing and StorageMISC MATERIALS HANDLING EQTotal Small Business Set-Aside (FAR 19.5)Ashley RollinAug 19, 2025
AIR HANDLING UNITS (AHU) EXHAUST FANS REPLACEMENTThis is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is an OPEN-MARKET Firm Fixed Price (FFP) RFQ. This solicitation is prepared in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective 6/11/2025. This is a TOTAL SMALL BUSINESS SET_ASIDE solicitation and the North American Industry Classification System (NAICS) code is 238220 with an industry size standard of $19 million and the associated Product Service Code (PSC) is J041. The Technical evaluation factors for this procurement will be evaluated on Lowest Price Technically Acceptable (LPTA) basis. A responsible quoter is one whose quotation conforms to the solicitation and will be most advantageous to the Government. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from https://www.acquisition.gov/?q=browsefar.Sep 10, 2025 02:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsMAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)WFL Simplified AcquisitionAug 19, 2025
Mill Creek VegetationThe work identified herein shall include pesticide spraying, and may include some mechanical removal of invasive and nuisance vegetation. The work shall be performed at the areas described in this contract and shown on the included maps. The Contractor shall furnish all necessary labor, equipment, supplies, materials, licenses, permits, transportation, training, and supervision to satisfactorily perform all work required by this contract in the manner and frequencies specified herein.Aug 26, 2025 11:00 AM PDTLandscaping ServicesHOUSEKEEPING- LANDSCAPING/GROUNDSKEEPINGTotal Small Business Set-Aside (FAR 19.5)Keree GravesAug 19, 2025
SPMYM225Q2521-0001 HEX HEAD CAPSCREWTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2) AND THAT YOU HAVE COMPLETED ITEMS 1 THROUGH 6 NOTED BELOW. Attached is a solicitation. If you are able to quote please be sure to: 1. Read box 28 and sign page 1 boxes 30 a, b, and c. 2. This solicitation is written as FOB Destination. (If you wish to quote FOB Origin please check box 11 on page 1 and give an estimate of delivery cost.) 3. Annotate the lead time. 4. Annotate the name of the manufacturer, if they are large or small business and the city/state/country of manufacturing. 5. Return this information with your quote. 6. Clause 52.204-24 has 2 questions that must be answered. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** EMAIL: donna.todd@dla.mil PHONE: 385-591-1057Aug 20, 2025 04:00 PM PDTBolt, Nut, Screw, Rivet, and Washer ManufacturingSCREWSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 19, 2025
WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022PROJECT: WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022 LOCATION: This project includes nine Emergency Relief for Federally Owned (ERFO) sites within the Olympic National Forest in Clallam County, Washington. WORK: The work consists of drainage, slope stabilization, reinforced soil slopes, special rock embankment, and pavement repairs. See “Project Description” posted under attachments for additional details. LENGTH: 0.35 miles TENTATIVE COMPLETION DATE: Fall 2026 TENTATIVE SOLICITATION DATE: Fall 2025 CONTRACT TYPE: Sealed Bid, Firm-Fixed-Price ESTIMATED PRICE RANGE: Between $ 2,000,000 and $5,000,000. INTERESTED VENDORS LIST: To view the Interested Vendors List, you must register as a SAM user, be logged in, and linked to an entity. If you are signed into SAM.gov with your registered entity and you cannot see the Interested Vendors List, you will need to be assigned the Contract Opportunities Administrator role for your entity in SAM.gov. If you need assistance, call the Federal Service Desk at 866-606-8220. THIS SOLICITATION IS OFFERED AS A SMALL BUSINESS SET-ASIDE. To ensure you receive notification when the solicitation documents are posted to SAM.gov, please click on the “follow” button at the top of the opportunity page. When solicitation documents are issued, the INVITATION FOR BIDS (specifications and plans) will be posted at this link.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeAug 19, 2025
RETAINER_SEALGasket, Packing, and Sealing Device ManufacturingPACKING AND GASKET MATERIALSTotal Small Business Set-Aside (FAR 19.5)NAOMI LARSONAug 19, 2025
194th Comm Sq Spectrum AnalyzerSee Attached Solicitation.Sep 03, 2025 07:00 AM PDTOther Electronic Component ManufacturingELECT ELECTRONIC MEASURING INSTRUMTTotal Small Business Set-Aside (FAR 19.5)194th Contracting OfficeAug 19, 2025
OR FLAP DOT CRGNSA 100(9), Historic Columbia River Highway State Trail, Perham Creek to Mitchell PointPROJECT: OR FLAP DOT CRGNSA 100(9), Historic Columbia River Highway State Trail, Perham Creek to Mitchell Point LOCATION: 5 miles west of Hood River, OR WORK: This project consists of trail construction including clearing, excavation, grading, walls, bridges, drainage, aggregate-base and asphalt surface course. See “Project Description” posted under attachments for additional details. LENGTH: 1.03 miles TENTATIVE COMPLETION DATE: Winter 2026 CONTRACT TYPE: Sealed Bid, Firm-Fixed-Price ESTIMATED PRICE RANGE: Between $5,000,000 and $ 10,000,000 INTERESTED VENDORS LIST: To view the Interested Vendors List, you must register as a SAM user, be logged in, and linked to an entity. If you are signed into SAM.gov with your registered entity and you cannot see the Interested Vendors List, you will need to be assigned the Contract Opportunities Administrator role for your entity in SAM.gov. If you need assistance, call the Federal Service Desk at 866-606-8220. THIS SOLICITATION IS OFFERED AS A SMALL BUSINESS SET-ASIDE. This project is anticipated to be solicited Fall 2025. To ensure you receive notification when the solicitation documents are posted to SAM.gov, please click on the “follow” button at the top of the opportunity page. When solicitation documents are issued, the INVITATION FOR BIDS (specifications and plans) will be posted at this link.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeAug 19, 2025
Diamond Lake Recreation Area Visitor's Center Lead Abatement & SidingSee attached.Sep 10, 2025 04:00 PM PDTSiding ContractorsREPAIR OR ALTERATION OF RECREATIONAL BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Darcy J RapozaAug 19, 2025
SPMYM225Q2418-0001 SEAL REPAIR KITGasket, Packing, and Sealing Device ManufacturingPACKING AND GASKET MATERIALSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 19, 2025
SPMYM225Q2368-0001 CLOTH, FILTERING, LINT FREEAll Other Miscellaneous Textile Product MillsBROOMS, BRUSHES, MOPS, AND SPONGESTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 19, 2025
Link 16 AntennaRadio and Television Broadcasting and Wireless Communications Equipment ManufacturingANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Caitlin Thinnes | Jason RiceAug 19, 2025
Fire Extinguisher Maintenance ServicesNAVSUP Fleet Logistics Center Puget Sound, in support of CNRNW, is negotiating for a firm fixed price service type contract to provide fire extinguisher inpsection and maintenance for Navy Region Nowrthwest installations . Complete description in attached solicitation. Requirement is being procured using FAR part 12 and 13 Procedures. This solicitation and any subsequent amendments will be posted on the SAM.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. No telephone or fax requests will be accepted, and no hard-copy solicitation or amendment will be mailed or faxed. Offerors must be registered in the System for Awards Management (SAM) in order to participate in this procurement at https://www.sam.gov. Solicitation questions should be submitted to the Purchasing Agent gayle.n.myani.mil@us.navy.mil / ashley.a.rollin.cv@us.navy.milAug 26, 2025 12:00 PM PDTCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceFIRE FIGHTING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Gayle Mayani | Ashley RollinAug 19, 2025
Janitorial Services, Wenatachee River Ranger DistrictAMENDMENT 01, Issued 8/19/2025: Corrects the technical POC's telephone number. BACKGROUND: The Oka-Wen is one of the largest forests in the Pacific Northwest Region with six ranger districts covering more than 3.8 million acres in north-central Washington State. The Forest has a diverse landscape ranging from high, glaciated alpine peaks along the Cascade Crest to the dry and rugged shrub-steppe country at its eastern edge. It stretches 180 miles south from the Canada border. The Oka-Wen engages in interagency and collaborative efforts at state, county, and federal levels. The Forest is a leader in implementing a Forest Restoration Strategy that recognizes the role and needs of fire-adapted communities and wildlife. PURPOSE: Provide commercial janitorial services to the Wenatchee River Ranger District (WRRD). Services are required to maintain a clean and attractive workplace environment that boosts staff morale and presents each facility in their best appearance to enhance public relations and attractiveness of the facilities. DESCRIPTION OF SERVICES: The contractor shall furnish all labor, supervision, management, tools, materials, equipment, supplies, facilities, transportation, and other items and non-personal services necessary to provide commercial janitorial services to the WRRD facilities for a guaranteed base year and four (4) option years. The contractor shall provide services in accordance with this PWS, and all applicable federal, state and local laws and regulations. SOLICITATION: Refer to the attachment section for the full solicitation.Sep 03, 2025 01:00 PM PDTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Brian A. Johnson, Contracting OfficerAug 19, 2025
STEEL GRITPlease reference this solicitation number SPMYM2-25-Q-2539 STEEL GRIT in the subject line of your email. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 20, 2025 08:00 AM PDTAbrasive Product ManufacturingABRASIVE MATERIALSTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 19, 2025
HAZMAT BUILDINGTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. If choosing to quote, please complete and return the solicitation packet to me by the closing date to be considered. IN ORDER TO BE DEEMED RESPONSIVE, THE SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND MUST INCLUDE THE FOLLOWING: 1. Fill out box 17A, then Read box 28 and sign page 1 boxes 30 a, b, and c. 2. Provide your cage code. 3. Please quote FOB Destination Bremerton, WA. 4. Annotate the lead time. 5. Annotate the name of the manufacturer, and the products country of manufacturing. 6. Return this information with your quote. In order to be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE, A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: jack.edwards@dla.mil FAX: 360-476-4121Aug 20, 2025 12:00 PM PDTPrefabricated Metal Building and Component ManufacturingMISCELLANEOUS PREFABRICATED STRUCTURESTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 19, 2025
METAL STRAPPINGTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement.? Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: deborah.beierle@dla.mil PHONE: 385-591-9033Aug 20, 2025 02:00 PM PDTPackaging Machinery ManufacturingPACKAGING AND PACKING BULK MATERIALSTotal Small Business Set-Aside (FAR 19.5)Deborah BeierleAug 19, 2025
STUD FULL BODYPlease reference this solicitation number SPMYM2-25-Q-2505 STUD FULL BODY in the subject line of your email The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Proposed pricing shall be provided on a unit price line-item basis in the solicitation. Only fully completed quotes submitted with completed and signed solicitation will be considered. Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 22, 2025 08:00 AM PDTBolt, Nut, Screw, Rivet, and Washer ManufacturingSTUDSTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 19, 2025
In-Situ Root CameraAnalytical Laboratory Instrument ManufacturingLABORATORY EQUIPMENT AND SUPPLIESTotal Small Business Set-Aside (FAR 19.5)Brian BruskyAug 19, 2025
FY26 Washer and Dryer LeaseContractor shall provide and deliver washers and dryers on a lease basis IAW combined synopsis/solicitation FA462025QA953 with attachments. Amendment 1. The purpose of this Amendment is to: Update the Attachment 2. Pricing Schedule due to an administrative error that refers to the base year on the option year 1 tab and contains irrelevant pricing information below each pricing table. See attached for corrected pricing schedule. Amendment 2. Please see attached amendment 002 document for details of amendment. Amendment 3. Please see attached amendment 003 document for details of amendment. Amendment 4. Please see attached amendment 004 document for details of amendment.Aug 25, 2025 10:00 AM PDTConsumer Electronics and Appliances RentalLEASE-RENT OF CLEANING EQTotal Small Business Set-Aside (FAR 19.5)Nicholas P. Kortis | Brian Michael FernandezAug 19, 2025
WELDING TRACTOR PACKAGESOLICITATION FOR COMMERCIAL ITEMS THIS IS CURRENTLY AN UNFUNDED REQUIREMENT FAR 52.232-18 Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. DLA MARITIME PUGET SOUND intends to procure, WELDING TRACTOR PACKAGE manufactured in accordance with material specifications. The solicitation will be issued as; 100% SBSA (small business set-aside) commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. SOLE SOURCE TO: ESAB WELDING AUTOMATION The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to: PUGET SOUND NAVAL SHIPYARD RECEIVING OFFICER PSNS BLDG 514 D1 1400 FARRAGUT AVE N4523A BREMERTON WA 98314-5001 The NAICS is:333992 & the Product Service Code (PSC)/or FSC is: 3439 ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: naomi.larson@dla.mil Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. All responsible sources interested in submitting offers must: 1)Complete the pricing for each CLIN listed. 2)Provide cage code. 2) Complete all representations and certifications found in the solicitation. 3) Provide manufacturer information of proposed items. 4) Return all pages of the completed original solicitation package, signed. 5) Ensure current registration in the system for award management (SAM.gov). 6) Included lead time for delivery (please quote FOB destination). In order to be considered for award, IF the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period**Aug 20, 2025 03:00 PM PDTWelding and Soldering Equipment ManufacturingMISC WELD SOLDER & BRAZING SUPPLYTotal Small Business Set-Aside (FAR 19.5)NAOMI LARSONAug 19, 2025
Centrifuges Clinical & LaboratoryThe Walla Walla VAMC has a requirement for five (5) clinical centrifuges for coagulation studies that are capable of centrifugation of citrated blood tubes with the ability to produce poor platelet plasma. The Walla Walla VAMC has a requirement for eleven (9) centrifuges that meet specific operational and ergonomic requirements for laboratory use. The centrifuges must be able to run almost nonstop, daily.Aug 22, 2025 03:00 PM PDTSurgical Appliance and Supplies ManufacturingLABORATORY EQUIPMENT AND SUPPLIESTotal Small Business Set-Aside (FAR 19.5)Tracy HeathAug 19, 2025
USCGC Polar Star Motor and Pump Spare PartsThis is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08525Q0029523 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a totally small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. All responses from interested vendors must be received on/before 0800 Pacific Time, September 1st, 2025, and will be reviewed by the Government. The United States Coast Guard Surface Force Logistics Center has a requirement for the following: The CTR shall provide parts requested for USCGC POLAR START motor and pump spare parts CTR shall provide the following: STATEMENT OF WORK (SOW) FOR CGC Polar Star Motor and Pump Spare Parts OBJECTIVE The goal is to supply CGC Polar Star with the parts listed in the tables below. S/N 045534-045538 Model L3MF-112/170-IHOKRO-G QTY Item # Description 2 POS 062 Mechanical Seal 2 POS 031 O-Ring 2 POS 046 Gasket 2 POS 170 Radial Groove Ball Bearing S/N 045539 Model L3MF-112/170-IHOKRO-G QTY Item # Description 1 POS 062 Mechanical Seal 1 POS 031 O-Ring 1 POS 046 Gasket 1 POS 170 Rdial Groove Ball Bearing S/N 045527 Model L3MF-045/090-IFOKSO-G QTY Item # Description 1 POS 062 Mechanical Seal 1 POS 031 Gasket 1 POS 046 Gasket 1 POS 170 Radial Groove Ball Bearing S/N 045528-045533 Model L3MF-052/085-IFOKSO-G QTY Item # Description 2 POS 062 Mechanical Seal 2 POS 031 Gasket 2 POS 046 Gasket 2 POS 170 Radial Groove Ball Bearing S/N 045534-045538 Model L3MF-112/170-IHOKRO-G QTY Item # Description 2 Complete Spindle Set Complete Spindle Set, Includes POS 150,151(2), 172, 173, 180 and Material Cert S/N 045539 Model L3MF-112/170-IHOKRO-G QTY Item # Description 1 Complete Spindle Set Complete Spindle Set, Includes POS 150,151(2), 172, 173, 180 and Material Cert S/N 045527 Model L3MF-045/090-IFOKSO-G QTY Item # Description 1 Complete Spindle Set Complete Spindle Set, Includes POS 150,151(2), 172, 173, 180 and Material Cert S/N 045528-045533 Model L3MF-052/085-IFOKSO-G QTY Item # Description 1 Complete Spindle Set Complete Spindle Set, Includes POS 150,151(2), 172, 173, 180 and Material Cert Delivery Address: ATTN: Brad Jopling USCGC Polar Star Port Engineers 1519 Alaskan Way S Bldg 1 Seattle, WA 98134 The parts need to be shipped by 01Feb25. These parts will be shipped to Base Seattle for installation during CGC Polar Star’s next availability. Please contact James Early at (206) 815-0822 or james.m.early2@uscg.mil with questions regarding this SOW. SEE ATTACHMENTSSep 01, 2025 08:00 AM PDTShip Building and RepairingMISCELLANEOUS SHIP AND MARINE EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)DONNA O'NEAL | ULISES BALMACEDAAug 19, 2025
Road Maintenance SlaterThe Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items and non-personal services necessary to provide routine road maintenance as described in the Performance Work Statement (Attachment 1).Sep 04, 2025 04:30 PM PDTHighway, Street, and Bridge ConstructionNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Lorenzo Montoya | Raymond Padgett IIIAug 19, 2025
Roof Replacement USCG Station Siuslaw RiverAmendment to solicitation: Update to soliciation to correct location error . Pay attention to site visit, question, and bid closing dates, they have changed. DESCRIPTION OF REQUIREMENT: To replace and repair the roof and return to 100% functionality. Place of Performance: U. S. Coast Guard Station Siuslaw River 4255 Coast Guard Road Florence, OR 97439 Period of performance: Project to be completed by 11/01/2025 Classification: This acquisition is set aside for small business. The NAICS code is 238160 Roofing Contractors. The contract type will be firm fixed price purchase order. Site Visit: A site visit will be arranged for interested offerors. All interested offerors must arrive no later than five minutes prior to the start time indicated. Each offeror is highly encouraged to visit the site to provide the government with an accurate and competitive offer but is not required to submit a quote. Date: 08/13/2025 Start Time: 1000 AM_ Location: USCG Station Siuslaw River 4255 Coast Guard Rd Florence, OR 97439 Please E-mail Michelle Myhra at Michelle.M.Myhra2@uscg.mil to schedule a site visit no later than 08/12/25, 3:00PM (PST) any offers request after specified date will not be allowed to attend site visit. There will be no more site visits scheduled after date specified Questions: E-mail all questions regarding to this solicitation to the Contract Officer Michelle Myhra at Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT00011 in subject line. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 08/15/25, 12:00 PM (PST). Proposal submission: All proposals shall be required to be on SF 1449 with a breakdown of all labor and material costs along with proper certifications that have been requested. Submit proposals to the following E-mail Address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT00011 in the subject line. Date of offers is due 08/20/25 at 3pm (PST). All offers that are submitted late (by day and time zone) and quotes that do not include a breakdown of cost will not be considered in the award determination. Award: It is the government’s intent to award one responsible proposal which proposes a price that is fair and reasonable and provides the lowest priced, technically acceptable (LPTA) proposal meeting the specifications of the requirement. If the lowest priced proposal is not found to be technically acceptable, the contracting officer will evaluate the next lowest priced proposal, and so on. Proposals determined to be incomplete, unreasonable, or unrealistic will not be considered for award. Under FAR 4.1103, a prospective contractor shall be registered in System Award Management (SAM) prior to the award. Failure for contractors to be registered in SAM shall result in Contracting Officer proceeding with the next successful registered offeror. Website: www.sam.gov.Aug 20, 2025 03:00 PM PDTRoofing ContractorsROOFING AND SIDING MATERIALSTotal Small Business Set-Aside (FAR 19.5)Michelle Myhra | Ava StowAug 18, 2025
Operational Testing, Evaluation, and Maintenance for MK VI 78-Foot Patrol Boat18 AUG 2025 - Amendment 0001 has been posted. Please see attachments. Answers to RFC 01-08 have been posted. See C9 attachment. 14 AUG 2025 - Answers to RFC 01-03 have been posted. See C9 attachment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and Federal Acquisitions Regulation (FAR) part 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a standalone Firm-Fixed-Price contract to accomplish operational testing, evaluation, training, and maintenenace for MK VI 78-Foot Patrol Boat (78PB) Work will be accomplished at Naval Base Kitsap (NBK) Bangor – Keyport Bangor (KB) Docks, Dabob Bay, Hood Canal, Puget Sound, Strait of Juan de Fuca, and out to and including Warning Area W-237-B (North) Operating Area (Navy-8). SCOPE OVERVIEW: To provide corrective maintenance and preventive maintenance to reactivate and maintain the 78PB1501. Provide training to Maintenance Supervisor, Maintenance Technicians and U.S. Navy Contracted Operators to perform the same work, and operate 78PB1501 in waters. The Period of Performance is 30 September 2025 to 29 September 2025. This is a 100% Small Business setaside under the North American Industry Classification System (NAICS) 336611, Business Size Standard of 1,300 employees. All offerers must be registered with the System for Award Management (SAM) to receive award of Government contracts. See the attached RFQ and other documents for details of the requirement and submittal instructions.Aug 29, 2025 02:00 PM PDTShip Building and RepairingMAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKSTotal Small Business Set-Aside (FAR 19.5)ALICE ROBERTSON | Nathan DeGuzmanAug 18, 2025
Fire and Carbon Monoxide Alarm and Notification SystemLayout, installation, and testing of a commercial fire and carbon monoxide alarm system in two attached buildings totaling approximately 4800 square feet. For a detailed description of the requirements, see the Performance Work Statement, Attachment 1.Sep 02, 2025 04:00 PM PDTSecurity Systems Services (except Locksmiths)MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Lorenzo Montoya | Raymond Padgett IIIAug 18, 2025
Window Cleaning, Seattle Air Route Traffic Control Center (ARTCC) and Terminal Radar Approach Control (TRACON)This solicitation (SIR) is for Window Cleaning Services for the Federal Aviation Administration (FAA) Seattle (SEA) Air Route Traffic Control Center (ARTCC) in Auburn, WA and the Terminal Radar Approach Control (TRACON) in Burien, WA to be completed as required in the Statement of Work (SOW) that is located as attachment J-1. This requirement is set-aside for small businesses. The principal North American Industry Classification System (NAICS) code applicate to this effort is 561720 - Janitorial Services. Site Visits attendance is recommended, however, not required. Names of those attending and the name of the company they are representing will be required. Each company will be limited to two (2) attendees. *Email Aaron Ivanushka (Aaron.Ivanushka@faa.gov / 425-961-2569) by noon on 8/4/2025 to attend the site visit at the SEA TRACON on 8/11/25 at 9:00 AM local time. The SEA TRACON is located at 825 S. 160th St., Burien, WA 98148. **The address to the SEA ARTCC is 3101 Auburn Way S., Auburn WA 98902. Email Brian Flott (Brian.Flott@faa.gov / 253-351-3351) to coordinate a visit. Government-issued photo ID is required to enter each campus. Questions will not be answered during the site visit. Please document all your questions while at the site visit and submit them to Veronica L. Ransom via email at Veronica.L.Ransom@faa.gov by the date and time as directed below. Questions or comments pertaining to this SIR must be submitted in written form via email to Veronica L. Ransom at Veronica.L.Ransom@faa.gov no later than noon Eastern Time on Monday, August 13, 2025. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 6:00 pm Eastern Time on Monday, August 18, 2025. All responses must reference the solicitation number (697DCK-25-R-00397) and be submitted to the following email addresses: Veronica.L.Ransom@faa.gov. SA18 PROPOSAL CONTENT Submission of Offer. An Offeror shall submit an offer which shall include the following. Proposal (Provide 1 copy). NOTE: The contractor’s proposal shall include: [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken. [ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued). [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST through Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed. [ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract. [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019). [ ] No less than three (3) Past Experience References of similar work (e.g. must be window cleaning services of a similar size and scope to the requirements in the SIR). [ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that shows completion of similar work (e.g. must be window cleaning services of a similar size and scope to the requirements in the SIR). SA61 CONSIDERATION OF PRICE - LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) SOURCE SELECTION The offeror must submit pricing information as prescribed in PART I - SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Each offeror is required to provide a price for each contract line item (CLIN). Failure to comply may result in the rejection of the subject offer. A single award will be made. There shall be no split award. In the event that the CLIN price for any line item is materially unbalanced, the entire offer may be rejected without discussion with the offeror. In the event of any disparity between the CLIN price and the total offered price, the CLIN price shall be deemed correct, and the total offered amount shall be revised accordingly, unless available information indicates otherwise. (End of Provision) Contractors must be registered with the System for Award Management (www.sam.gov) with an Active status on the date established for receipt of offers (August 21, 2025). Reference AMS Clause 3.3.1-33, paragraph (d), “if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.” DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH VERONICA L. RANSOM, CONTRACTING OFFICER VIA EMAIL (Veronica.L.Ransom@faa.gov). NO PHONE CALLS WILL BE ACCEPTED. MILESTONES SIR posted – 7/29/25 *TRACON Site Visit Attendee List Due – 8/4/2025 by noon *TRACON Site Visit – 8/11/25 @ 9:00AM local time **Coordinate SEA ARTCC site visits with Brian Flott (Brian.Flott@faa.gov / 253-351-3351)** Questions Due – 8/13/25 by noon ET Answers/Amendments Posted By (if necessary) – 8/18/25 by 6:00 pm ET Proposals Due – 8/21/25 by 5:00 pm ET All submissions must be received no later than 5:00 pm Eastern Time on Thursday, August 21, 2025. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted. The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned.Aug 21, 2025 05:00 PM EDTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Veronica L. RansomAug 18, 2025
Centrifuges Clinical & LaboratoryCentrifuges Clinical & Laboratory Presolicitation Notice.Aug 22, 2025 03:00 PM PDTSurgical Appliance and Supplies ManufacturingLABORATORY EQUIPMENT AND SUPPLIESTotal Small Business Set-Aside (FAR 19.5)Tracy HeathAug 18, 2025
Hose AssembliesAMENDMENT 2: A potential vendor requested to have the solicitation due date extended. A copy of the request/response is added to the attachments page. The solicitation is extended to August 25, 2025 at 9:00AM. (solicitation period 8.15.2025 - 8.25.2025) AMENDMENT: 8.15.2025: This requirement is being re-solicited and specific new requirements added. Please pay attention to the all documents and requirements. Added to the attachments: solicitation modification that must be electronically signed and returned as verification of receipt. NOTE: A conformed copy of the solicitation with additonal information and new attachments are included. > return 1) vendor information sheet (filled-in), 2) solicitation amendment (signed), 3) conformed copy of solicitation, 4) Mfr & Part number submittal > the solicitation period is 8.15.2025 - 8.20.2025 (time due is on solicitation ). ------ NOTE: Read all paperwork carefully for compliance and pay special attention to the NAICS Code being used. The NAICS Code must be listed in your SAM profile. 1. Make sure there is a Point of Contact Name, Email, and Phone Number on your submittal. 2. RETURN all paperwork requested (RFQ & any attached forms). This is a combined synopsis solicitation for a HOSE ASSEMBLIES See the attached RFQ and other documents for details of the requirement and submittal instructions. Note- all ordering data sheets are imbedded into the solicitation document. PARTIAL DELIVERY AUTHORIZEDAug 25, 2025 09:00 AM PDTAll Other Miscellaneous Fabricated Metal Product ManufacturingHOSE AND FLEXIBLE TUBINGTotal Small Business Set-Aside (FAR 19.5)Melissa Ayers | Edwin BaldoriaAug 18, 2025
Georgeville Well DrillingSee Amendment 1 dated 6/30/2025 See Amendment 2 dated 7/1/2025 See Amendment 3 dated 7/2/2025 See Amendment 4 dated 7/18/2025 See Amendment 5 dated 8/15/2025 See Amendment 6 dated 8/18/2025 See attached SOLICITATION NOTICE for solicitation number 75H70125Q00027 for a construction project for the Indian Health Service (IHS). The purpose of this project is for construction of a new municipal water well in the Georgeville Community including well test pumping and water quality analysis.. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 Water and Sewer Line and Related Structures Construction. The associated size standard for this procurement is $45 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation for details. LOCATION OF PROJECT: Goldendale, WA See project documents. TERO: TERO fees do apply. CONSTRUCTION DURATION: Period of Performance is 180 calendar days after issuance of a Notice to Proceed. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $100,000.00 and $250,000.00 SITE VISIT: See FAR 52.236-27 CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 15 and 36 procedures. PROPOSAL REQUIREMENTS: See Sections L&M of the solicitation. PROPOSAL DUE DATE: The offeror’s proposal shall be submitted electronically no later than the due date and time indicated in block 13 of the SF 1442, unless changed by amendment. EVALUATION: In accordance with FAR 15.101-2, the evaluation for this award will be based on the lowest price technically acceptable proposal (LPTA). See Sections L&M of the solicitation for specific requirements. Prices proposed must reflect the offeror’s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government. Price is the discriminating factor for award among eligible offers. The total firm fixed price listed in block 17 of the SF1442 shall be utilized for the overall price evaluation and to determine the lowest priced offer. QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Thupten Tsering, at Thupten.Tsering@ihs.gov. NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $45 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM.Aug 21, 2025 02:00 PM PDTWater and Sewer Line and Related Structures ConstructionCONSTRUCTION OF WATER SUPPLY FACILITIESTotal Small Business Set-Aside (FAR 19.5)Thupten TseringAug 18, 2025
ECRD Stocking SurveysThis is a stocking survey contract designed to obtain current and accurate information on the stocking levels of stands that were planted with conifers. Data will be used to determine whether further actions are required to obtain satisfactory stocking.Sep 03, 2025 03:00 PM CDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- TREE THINNINGTotal Small Business Set-Aside (FAR 19.5)Tawana Green | Jason TanamorAug 18, 2025
IX527 and IX528 BARGE PRESERVATION, INSPECTION, REPAIR, AND MAINTENANCE (PIRM) SUPPORT SERVICESThe Signatures Department (Code 70) of the Naval Surface Warfare Center Carderock Division (NSWCCD) is responsible for development of stealth technology to support Navy surface ship and submarine program goals. As part of its mission, Code 70 develops, operates and maintains major acoustic research, development, test, and evaluation (RDT&E) facilities at the Southeast Alaska Acoustic Measurement Facility (SEAFAC), located on Back Island, near Ketchikan, Alaska. SEAFAC is the primary acoustic measurement facility for Pacific Fleet submarines. SEAFAC has two major test sites - a static site where the test vessel is suspended at various depths for specific noise investigations and an underway site for performing noise investigations at various speed conditions and depths. The IX527 and IX528 Service Craft are permanently moored at NSWCCD SEAFAC Static Site in Western Behm Canal near Back Island. The Service Craft are modified from their original construction to include a moon pool and large deckhouse structure and sail area. The Contractor shall provide inspection, repair, maintenance, and preservation support services of the SEAFAC static site service craft IX527 and IX528. Requirement Specifications for the IX527 and IX528 services are outlined in this Statement of Work (SOW) as attachments in Section J.Sep 29, 2025 01:00 PM PDTShip Building and RepairingMAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKSTotal Small Business Set-Aside (FAR 19.5)Alexander C. Lambis | James M. McGarveyAug 18, 2025
LGA Vertical Barrier ScreensAmendment 2 a. Extend the offeror due date to August 26, 2025 at 12:00 PM PST. Amendment 1 a. Extend the offeror due date to August 18, 2025 at 12:00 PM PST. SolicitationAug 26, 2025 12:00 PM PDTAll Other Plastics Product ManufacturingPLASTICS FABRICATED MATERIALSTotal Small Business Set-Aside (FAR 19.5)Tonya French | Kristin HernandezAug 18, 2025
MNA Spillway Repair Pit LightingThe following specifications pertain to the purchase of new light fixtures, wiring, and associated parts necessary to repair the lighting circuits in the Spillway Gate Repair Pit. There are two gate repair pits located just north of the 22 spillway hoists. These repair pits are used to repair the spillway gates.Sep 01, 2025 11:00 AM PDTCommercial, Industrial, and Institutional Electric Lighting Fixture ManufacturingINDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURESTotal Small Business Set-Aside (FAR 19.5)Keree Graves | Kristin HernandezAug 18, 2025
Tree Tagging and Measurement at the Improved Seed Deployment TrialThis is a Special Notice/ Notice of Intent to issue a BPA call against an existing Blanket Purchase Agreement established under FAR 13.303 for the acquisition of “Tree Tagging and Measurement at the Improved Seed Deployment Trial”. This work includes tagging, measuring (condition, basal diameter, height increment and total height), and geolocating (with provided GPS unit) each seedling across all 9 sites in the trial This action is conducted under FAR 13.303-5 for placing calls against an established BPA. The BPA was awarded to multiple small businesses under a competitive process and only current Land Management Integrated Resources (LMIR) BPA holders will be considered for award.Sep 01, 2025 03:00 PM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Ricky McLellanAug 18, 2025
Facility Parking Lot Gate Replacement08/18/2025, Amendment 0001 posted. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is BRAND NAME and BRAND NAME OR EQUAL FIRM FIXED PRICE (FFP) RFQ. This solicitation is prepared in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective 6/11/2025. This is a SMALL BUSSINESS SET_ASIDE solicitation and the North American Industry Classification System (NAICS) code is 238290 with an industry size standard of $22 million and the associated Product Service Code (PSC) is N056. The Technical evaluation factors for this procurement will be evaluated on Lowest Price Technically Acceptable (LPTA) basis. A responsible quoter is one whose quotation conforms to the solicitation and will be most advantageous to the Government. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from https://www.acquisition.gov/?q=browsefar. It is the responsibility of all interested vendors to check https://highways.dot.gov/federallands/ business/simplified-acquisitions for any Amendments or Question and Answer documentation which shall be incorporated into your response accordingly.Aug 20, 2025 02:00 PM PDTOther Building Equipment ContractorsINSTALL OF CONTRUCT MATERIALTotal Small Business Set-Aside (FAR 19.5)WFL Simplified AcquisitionAug 18, 2025
Willamette NF Middle Fork Ranger District Bedrock Danger Tree Mitigation Phase 2Combined Synopsis/Solicitation for Commercial Services FY 2025 Bedrock Danger Tree Mitigation Phase 2 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is 1240BE25Q0079 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04, effective 15 May 2025. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310, Support Activities for Forestry-Fuels Management Services Size Standard is $34,000,000. The PSC is F018, NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE Contract Line-Item Number (CLIN) Structure/Price Schedule: See Attachment One. Description of Requirement: The Willamette National Forest requires the removal hazardous trees and road repair with associated with associated equipment and materials. The scope includes Roadway Surface Maintenance, Spot Surfacing Gradation F, Load, Haul, and Place Materials, Water-bar Installation, and Drainage System Maintenance. See Attachment 1: Solicitation RFQ 1240BE25Q0079 Bedrock Danger Tree Mitigation Phase 2 on the Willamette National Forest. Place of Performance: The work shall be performed throughout the Middle Fork Ranger District, Westfir, Oregon. Period of Performance (POP): 29 September 2025 through 31 August 2026 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1(b), Submission of Offers Addenda to paragraph (b) Submission of Quotes: 1) Quoters must have an active entity registration in the System for Award Management in order to submit a quote. https://www.sam.gov/SAM/ 2) Quotes submitted in response to this solicitation shall Technical Quote, Reverent Experience, Price Proposal a) Technical Quote– The technical quote shall address the evaluation factors in 52.212-2. At a minimum technical quote will include: 1. Equipment - Describe the equipment you will use to accomplish the project (see equipment list in the Schedule of Items). Include make and model of proposed equipment. Describe cutting/processing abilities and limitations regarding tree size. Please limit this information to 2 pages 2. Key Personnel - List the names and proposed duties of key personnel who will be assigned to the project as well as their experience, including the overall Project Manager, Logging Supervisor, Supervisor, Falling Crew and individual sub-managers (such as individuals supervising sub-contractors. Limit this response to no more than 2 pages. Do you have enough equipment and personnel to complete the project within the period of performance? 3. Availability. Availability means that the contractor is available to start project with short notice (3-5 days) Provide a list of contracts you currently are working on or have been awarded to show your availability for this award. Do you have enough equipment and personnel to complete this project within the period of performance? 4. Relevant Experience - List of references to call or contact from the last 3 years Each reference shall include the following information: Date of contract Type of work, contract name, etc Contract number Acres Agency CO and/or COR name & telephone number And answer the following questions: 7. Quality of Work - - the quoter will be evaluated on compliance with previous contract requirements, accuracy of work and technical excellence 8. Business -the quoter will be evaluated on demonstrated effective management, ability to manage projects involving subcontracts, working relationship with Contracting Officer and technical representatives, reasonable/cooperative behavior, flexibility, effective contractor recommended solutions, business like concern for Government interest. 9. Timeliness of Performance – the quoter will be evaluated on meeting contract milestones, reliability, responsiveness to direction deliverable completed on time and adherence to contract schedule. 10. Cost control - the quoter will be evaluated on the ability to perform the work within or below budget, use of cost efficiencies, submission of reasonably priced change proposal and providing current, accurate and complete billing. Other sources may be utilized to determine quoters’ experience and evaluator knowledge of quoters performance may be utilized. a) Price Quote– Include the following: 1) completed, and sign page 1 of this solicitation, 2) Acknowledge any amendments for this solicitation by completing and signing the posted SF-30. 3) Notification of Subcontracting The Contractor shall notify the Contracting Officer as part of their solicitation response of any subcontract arrangement. The subcontractor shall have the experience and be equipped for such work. The written notification shall include as a minimum: The name, address, UEI number and telephone number of the subcontractor The date upon which the subcontract was entered into and its duration A detailed description of the work being subcontracted including a list of contract items, units, etc., as appropriate. Documentation of the subcontractor's representative authority. Subcontracting any portion of the contract shall not relieve the Prime Contractor of any responsibility under this contract. Any subcontract agreement shall contain all terms and conditions of the prime contract. 4) Submit quote by email to Jared Machgan Jared.Machgan@usda.gov_ so that it is delivered into this inbox by the due date and time. Emails should contain 4 separate attachments (Technical Reverent Experience, Price Proposal, and Subcontractor information (if subcontracting.) in Microsoft Word or Adobe PDF format. Be aware that large attachments may increase the time required to deliver an email. It is the quoters responsibility to confirm receipt of the quote from _Jared.Machgan@usda.gov_. 5) Address questions about this solicitation to _ Jared Machgan Jared.Machgan@usda.gov_. (End of Provision) 52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021) (a) The Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The Government will select the quote that represents the best benefit to the Government to fulfill the requirement based on the judgment of the contracting officer and Forest Service users. (1). The contracting officer will read all quotes. (2). Quotes deemed too expensive or not practical for the Forest Service will not be considered further and without notice to the submitter. (3). The Forest Service will compare quotes against each other in an impartial and simplified manner based on FAR part 13. Source selection techniques described in FAR part 15 will not be used. (4). The Government may ask questions to one or more submitters but is not obligated to do so. (5). The Government may reject all quotes. (6). The contracting officer and Forest Service users may use any means available to examine the past performance. (7). The Government may discuss price or price discounts with the one or more submitters before awarding an order or rejecting all quotes. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Submission of Offers: No Later than 13 September 2025 17:00 PM Pacific Offers shall be submitted electronically via email to jared.machgan@usda.gov Government Point of Contacts: Contracting Officer Jared Machgan jared.machgan@usda.gov Attachments List: The following attachments are made a part of this solicitation. 1. Schedule of Items Performance Work Statement 2. Wage Rates 3 Fire Protection and Suppression Measures for Region 6 4 Area Maps 5 Fire Plan Fillable Form 6. Willamette National Forest Road Rules 2016 7. Danger Tree Priority Roads List Amendment Notes: 1. 08/18/2025 Amendment 0001 added to posting Updated Scedule and Performane Work Statement added.Sep 13, 2025 05:00 AM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared D MachganAug 18, 2025
CABLE 500 MCMTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. If choosing to quote, please complete and return the solicitation packet to me by the closing date to be considered. IN ORDER TO BE DEEMED RESPONSIVE, THE SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND MUST INCLUDE THE FOLLOWING: 1. Fill out box 17A, then Read box 28 and sign page 1 boxes 30 a, b, and c. 2. Provide your cage code. 3. Please quote FOB Destination Bremerton, WA. 4. Annotate the lead time. 5. Annotate the name of the manufacturer, and the products country of manufacturing. 6. Return this information with your quote. In order to be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE, A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: jack.edwards@dla.mil FAX: 360-476-4121Aug 19, 2025 10:00 AM PDTOther Communication and Energy Wire ManufacturingWIRE AND CABLE, ELECTRICALTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 18, 2025
FUEL PODSTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** IF YOU ARE ABLE TO QUOTE PLEASE BE SURE TO: 1. READ BOX 28 AND SIGN PAGE 1 BOXES 30 A, B, AND C. 2. PROVIDE YOUR CAGE CODE. 3. REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016). 4. PLEASE QUOTE FOB DESTINATION SILVERDALE, WA. 5. ANNOTATE THE LEAD TIME. 6. CHECK THE APPLICABLE BOXES IN 52.204-24 D(1) AND (2). 7. ANNOTATE THE NAME OF THE MANUFACTURER AND THE COUNTRY OF MANUFACTURING. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. EMAIL: diana.baldwin@dla.milAug 20, 2025 10:00 AM PDTAll Other Miscellaneous General Purpose Machinery ManufacturingPOWER AND HAND PUMPSTotal Small Business Set-Aside (FAR 19.5)Diana BaldwinAug 18, 2025
DUCT, FLEXIBLETHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement.? Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: deborah.beierle@dla.mil PHONE: 385-591-9033Aug 19, 2025 12:00 PM PDTRubber and Plastics Hoses and Belting ManufacturingHOSE AND FLEXIBLE TUBINGTotal Small Business Set-Aside (FAR 19.5)Deborah BeierleAug 18, 2025
GROUNDSKEEPING AT NOAA Manchester Research Station, East Port Orchard, WACOMBINED SYNOPSIS/SOLICITATION The contractor shall provide all supervision, personnel, supplies/materials, equipment, transportation, and other items and services as necessary to perform lawn care and landscape maintenance services as required under this contract. Lawn maintenance service shall include grass mowing to an appropriate height, trimming and edging around buildings/property boundary, and sidewalks as well as the removal of grass clippings. Additional landscape maintenance includes flowerbed weeding, tree and shrub pruning, fence line vegetation maintenance, and grass weeding except for grass areas (including all gravel transition strips around the buildings), and removal of other pruned vegetation materials in accordance with the full Statement of Work and Terms & Conditions herein. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF25Q0055. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 (Jun 2025) (Deviation 2025-07) (May 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $9,500,000.00. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001 – Base Year Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for the performance of lawn care and landscape maintenance services in accordance with the attached statement of work. Location of work: 7305 Beach Drive, E. Port Orchard, Washington. Period of Performance is one year following the date of award. CLIN 1001 – Option Year 1 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. CLIN 2001 – Option Year 2 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. CLIN 3001 – Option Year 3 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. CLIN 4001 – Option Year41 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. (vi) Description of requirements is as follows: See attached Statement of Work which applies to Base Year and all Option Years 1 –4, and Department of Labor Wage Rates: WD # 2015-5525, Revision No. 28, dated 7/8/2025, which can be found on: https://sam.gov/content/wage-determinations INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years. Period of performance shall be: Base Year: 12 months from Date of Award (DOA). Option Period 1: 12 months, dates to be determined after DOA is known. Option Period 2: 12 months, dates to be determined after DOA is known. Option Period 3: 12 months, dates to be determined after DOA is known. Option Period 4: 12 months, dates to be determined after DOA is known. Place of Performance is7305 Beach Drive, E. Port Orchard, Washington. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror’s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 5:00PM EST/EDT on 08/21/2025. All quotes must be submitted electronically via email to SUZANNE.JOHNSTON@NOAA.GOV. (xvi) Any questions regarding this solicitation should be submitted electronically via email to SUZANNE.JOHNSTON@NOAA.GOV. UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO SUZANNE.JOHNSTON@NOAA.GOV.. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 8/29/2025 at 5pm EST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Minh Trinh, P.E at thanh.m.trinh@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to SUZANNE.JOHNSTON@NOAA.GOV. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to SUZANNE.JOHNSTON@NOAA.GOV. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. TECHNICAL APPROACH and CAPABILITY., PAST PERFORMANCE & PRICE with price being significantly more important than Technical and past performance THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) STATEMENT OF WORK (SOW) DEPARTMENT OF COMMERCE (DOC) NATIONAL OCEANIC ATMOSPHERIC ADMINISTRATION (NOAA) NORTHWEST FISHIERIES SCIENCE CENTER (NWFSC) MANCHESTER RESEARCH STATION NON-PERSONAL SERVICES FOR GROUNDSKEEPING AT MANCHESTER Organization: The Manchester Research Station, Northwest Fisheries Science Center (NWFSC) of the National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC), is a Federal Agency located in Manchester, WA Background: Manchester Research Station is located at 7305 Beach Drive, East Port Orchard, WA 98366. The main project site consists of approximately 1.25 acres, parts of which are occupied by buildings, roads, walks, parking lots, and other paved or gravel surfaces. The purpose of this contract is to maintain the landscaping areas, in a professional manner. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Continuous Service Requirements: The contractor shall provide all supervision, personnel, supplies/materials, equipment, transportation, and other items and services as necessary to perform lawn care and landscape maintenance services as required under this contract. Lawn maintenance service shall include grass mowing to an appropriate height, trimming and edging around buildings/property boundary, and sidewalks as well as the removal of grass clippings. Additional landscape maintenance includes flowerbed weeding, tree and shrub pruning, fence line vegetation maintenance, and grass weeding except for grass areas (including all gravel transition strips around the buildings), and removal of other pruned vegetation materials. Weekly landscaping services shall be performed by the Contractor on a continuous cycle from April 1, to September 30, during valid years of the contract, to maintain: evenly cut grass, neatly edged boarders, and free of debris; weed-free beds of healthy, correctly pruned, cultivated, and mulched plants and flowers; and grounds free of pine cones, sticks, and other debris. The grounds shall reflect an overall well-manicured appearance. Additional clarifications: Non-personal grounds keeping services are to be performed minimally once a week, Tuesday through Thursday (excluding Federal Holidays), or more often as needed in order to keep lawns uniformly groomed at an appropriate height. Commercially available Non-Toxic and/or Organic Herbicides may be applied to weeds in the gravel parking areas, along the edges of the paved parking areas. As well as along cracks and crevices in the sidewalk and parking areas. Dead vegetation shall be removed from applied herbicide areas during subsequent visits. Maintenance of flower beds, shrubs, and trees should be completed as specified in the following paragraphs. This includes trimming/pruning of trees and shrubs, removal of blackberry and other obnoxious plants, and weeding and mulching of flower beds. Grounds keeping tasks shall be completed in entirety during each visit. Mowing & Edging Specifications: Mowing shall occur as needed in order to maintain the grass lawns in a professional manner at a respectful height of approximately 2-3 inches. Expect weekly service from April-August and bi-weekly thereafter, as conditions dictate. A mulching blade on the mower is desired but not required. Mowing/weeding of parking lots and building edges, fence lines, around buildings, and cracks in cement walkway shall be completed during each visit for mowing. Sidewalks and paved areas shall be swept or blown free of any resulting dirt, debris, or grass clippings. Walkways, curbs, and parking surfaces shall be properly edged such that grass growth does not encroach upon the top surface. Grass around signposts, telephone poles, fire hydrants, and other fixed objects shall be kept neatly trimmed. Areas immediately adjacent to (within one foot) telephone poles, fire hydrants, and other fixed objects shall be edged and kept free of weeds and grass. Grass clipping may be left in place as mulch unless large clumps occur, which need to be removed. All large cluster of grass cuttings, litter blown onto the yard, and other debris resulting from vendor operations are to be removed from the work site prior to the end of the workday. Grounds keeping waste shall be hauled to an approved vendor for disposal and processed in accordance with all federal, state, and local regulations. Weeding Specifications: Weeding at all landscaped areas, curbs, sidewalks, and other gravel or paved areas shall be completed during each visit and resulting vegetation accumulation shall be removed and disposed of off-site. Weeding of parking lots and building edges, fence lines, around buildings, and cracks in cement walkway shall be completed during each visit. Pruning Specifications: Pruning of trees, shrubs, and hedges shall be completed minimally once per month, or more often as required, with at least three weeks in between pruning’s, and be pruned in such a manner so as to: Prevent growth in front of windows, over entrance ways or walks, obstruction of utility meters, or which will obstruct vision at roadway intersections. Evenly form and balance the shrub, tree, or plant. Equipment: The vendor shall furnish all of the proper equipment as required to perform the work of this contract in a skillful and orderly manner. Contractor’s tools, equipment, and associated lawn care materials may not be stored at the Government facility. The contractor shall remove all of their equipment at the end of each day’s work. Vendor Point of Contact: The vendor shall employ one person to be designated as the Point of Contact (POC). The Point of Contact shall be available for communication with the Contracting Officers’ Representative (COR). The employee designated as the Point of Contact for the purpose of performing the functions required by this specification is considered key personnel. This person and contact information will be provided within three days after award. Use of Government Facilities: Toilet facilities are available for the Contractor’s use in the Main Office Building. Excluded Items: This contract does not include any normal repairs to the buildings, asphalt, pavements, curbs, concrete sidewalks, benches, signs, underground utilities, telephone poles, fire hydrants, or catch basins. Unless damages were due to or caused by the vendor’s personnel or equipment while in use per this contract, as annotated in the following paragraph. Protection: The contractor shall use reasonable care to avoid damaging existing buildings, equipment, telephone poles, vehicles, landscape plantings, and other equipment on the Point Adams’ site. If the Contractor’s failure to use reasonable care causes damages to any of the aforementioned items, the Contractor shall repair or replace the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Particular care shall be exercised to prevent damage to building glass, light standards, building signs, lights, and siding materials. The Vendor shall park only in the designated parking area and not on the grass area of the property. The vendor is fully responsible for his own security arrangement including his subcontractor’s personnel, material, equipment, and the work performed. The vendor shall take all measures necessary for the protection of work encountered, which has been placed or installed by other contractor(s), either previously or during the performance of the contract. In the event the vendor, his employees, or his subcontractors cause damage to the work placed or installed by another contractor, the Government shall have the right to deduct from payments due the Contractor under this contract an amount equal to the cost of repairing such damages. The vendor shall take all reasonable precautions against damaging any vehicles, which are parked, adjacent to, or near the landscape areas. The Contractor shall be responsible for any damages caused by themselves regardless of whether or not the vehicles impinged upon the Contractor’s work area. Safety: The Contractor shall ensure compliance with all applicable Federal, State of Washington, and local (East Port Orchard) safety regulations. This includes, but is not limited to, regulations established by the Washington State Department of Labor & Industries (L&I) and the Occupational Safety and Health Administration (OSHA). The Contractor is responsible for providing appropriate personal protective equipment (PPE) to their personnel, including but not limited to eye protection, hearing protection, gloves, and other necessary safety items based on the scope of work Deliverables: Inspection of work shall be performed on an on-going basis by NWFSC Manchester staff. Issues and concerns by NWFSC staff will be reported to the CO who will relay these issues and concerns to the Contractor. Therefore, the government may at any time request correction or improvement in maintenance practices if they are found to fall below the standards of the contract specifications. The Contractor may be notified of deficiencies in performance orally or in writing. Oral deficiency notifications will be confirmed in writing. Prompt corrective action shall be taken by the Contractor upon a notice of a deficiency. Performance: Work hours are during facility working hours from 8:00am to 4:00pm, Tuesday through Thursday, excluding federal holidays. The Contractor will perform duties on site only during working hours. A mutually agreed upon day of the week shall be repeated on the following weeks unless prior arrangements are made with the CO. If the scheduled day of work falls on a holiday, services are to be completed the day before or the day after without any need for further communication. All work will be performed at NOAA’s Northwest Fisheries Science Center, Manchester Research Station, 7305 Beach Drive, E. Port Orchard, Washington. Applicable Standards The Contractor shall adhere to all applicable federal, state, and local standards, laws, regulations, and best practices related to landscaping and grounds maintenance services performed within the State of Washington and at federal facilities, including but not limited to: Washington State Department of Labor & Industries (L&I) standards, including the Washington Industrial Safety and Health Act (WISHA) regulations. Washington State Department of Agriculture (WSDA) licensing and certification requirements for the application of herbicides and pesticides. Herbicide application must be performed by a licensed applicator certified in the appropriate category (e.g., Ornamental Weed Control). Compliance with environmental regulations to prevent contamination of soil and water resources and protect native plants and wildlife. Adherence to federal environmental and safety standards applicable to work on federal property. Equipment: The Vendor shall furnish all necessary tools, equipment, and materials required to perform the services described in the Statement of Work. Contractor equipment and materials shall not be stored on Government property and must be removed daily after work. Safety Compliance: The Vendor must comply with all applicable safety regulations and ensure personnel are trained and equipped with appropriate PPE (see Safety section). Communication: The Vendor shall designate a Team Lead who will serve as the primary point of contact for coordination with NWFSC staff and Team Lead will be responsible for daily supervision and quality control. Reporting: The Vendor shall provide any requested documentation relating to certifications, training records, and compliance with contract requirements as requested by the Government. Use of Government Platforms: The Vendor is not required to use any government software or platforms for delivery of services; however, any required communications or reporting shall be coordinated as instructed by the Government Point of Contact. Vendor Requirements The Vendor must meet the following requirements: Professional Certifications: (Vendors must provide copies with proposal) The Contractor shall maintain and provide proof of at least one of the following valid professional certifications, held by either the Team Lead or other key personnel: Certified Professional Horticulturalist (CPH) National Association of Landscape Professionals (NALP) or Washington Association of Landscape Professionals (WALP) certification Coalition of Organic Landscape Professionals (COOL) certification Licensing and Certifications: All required certifications and licenses must be current and valid throughout the contract period, including WSDA pesticide/herbicide applicator licenses where applicable. Qualified Personnel: The Vendor must provide qualified personnel who meet or exceed the Team Lead qualifications described below. The Vendor must submit documentation of qualifications and certifications for all key personnel with proposal. Team Lead Requirements: The Contractor shall designate one individual as the Team Lead, who will be on-site and supervising all landscaping work throughout the contract performance. The Team Lead must have a minimum of three (3) years of directly related landscaping experience. The Team Lead must possess basic horticultural knowledge sufficient to identify common invasive weeds (e.g., Himalayan blackberry, dandelion, morning glory) and distinguish these from desirable native or cultivated plants. The Team Lead must be familiar with all equipment and materials used under this contract to ensure proper and effective application. Effective verbal and written communication skills are required to coordinate with the Government Point of Contact. IT Security The contractor will not require access to Federal Buildings, DOC Systems and includes an IT component. Inclusion of Clause 52.217-8 (Mandatory for services, do not remove) Inclusion of FAR clause 52.217-8, Option to Extend Services, is for use by the Government as outlined at FAR 37.111, Extension of Services. If an option is included, it will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise. Evaluation of options will not obligate the Government to exercise the option(s). Required Knowledge and Experience: The Contractor shall possess and demonstrate the following qualifications and experience to successfully fulfill the requirements of this contract: The designated Team Lead shall have a minimum of three (3) years of experience directly related to landscaping and grounds maintenance services comparable in scope and complexity to those described herein. The Team Lead shall have basic horticultural knowledge sufficient to identify and distinguish between common invasive weeds (e.g., Himalayan blackberry, dandelion, morning glory, nightshade) and desirable native or cultivated plant species indigenous to the Pacific Northwest region. The Team Lead shall be proficient in the operation and maintenance of landscaping equipment, including mowing, trimming, edging, pruning, and the appropriate application of herbicides in accordance with federal, state, and local regulations. All personnel performing landscaping services shall be skilled in their assigned tasks and knowledgeable of safety requirements relevant to their work. The Contractor shall ensure familiarity with and adherence to all applicable federal, state, and local laws, regulations, and best practices relevant to landscaping services and environmental protection, including pesticide and herbicide use and safety protocols. Effective verbal and written communication skills are required for the Team Lead to coordinate and report with Government representatives and on-site personnel. Possession of current professional certifications related to horticulture and landscape management is highly preferred. Acceptable certifications include, but are not limited to: o Certified Professional Horticulturalist (CPH); o Membership or certification from the National Association of Landscape Professionals (NALP) or Washington Association of Landscape Professionals (WALP); o Certification from the Coalition of Organic Landscape Professionals (COOL). The Contractor shall provide proof of current certifications with proposal Evaluation Factors: The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors with price being significantly more important than Technical and past performance. The following factors will be used to evaluate quotations: Technical Evaluation Factors: Factor 1--TECHNICAL APPROACH and CAPABILITY. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable. Factor 2--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction. Offeror shall provide at least three (3) past performance references. Provide name, address, phone number, and name of the project. If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation. Factor 3 - COST/PRICE. The proposed prices/costs will be evaluated. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach. Project Lead: To be provided at time of award Invoice Approver: To be provided at time of award CONTRACTORS INVOICE INVOICES MUST BE SUBMITTED MONTHLY IN ARREARS Per NAM 1330-52.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (FEB 2023) The Contractor must submit payment requests electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use the IPP website to register, access, and submit payment requests. The IPP website address is https://www.ipp.gov. "Payment request" means any request for contract financing payment or invoice payment to the Contractor. To be considered proper, invoices must be prepared in accordance with, and contain all elements specified in, the contract payment clause (e.g., FAR 52.212-4(g), FAR 52.232-25(a)(3), FAR 52.232-26(a)(2), FAR 52.232-27(a)(2)). All invoices are to be submitted in arrears per 31 U.S.C. § 3324. Advance payments are prohibited by 31 U.S.C. § 3324, which provides that, except as provided by a specific appropriation or other law, “a payment under a contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered.” The primary purpose of 31 U.S.C. § 3324 is to protect the Government against the risk of nonperformance (or refusal to refund moneys) by the contractor after receipt of payment. See 22 Comp. Gen. 834, 835 (1946). In its simplest terms, the statute prohibits the Government from paying for goods before they have been received or for services before they have been rendered. The Contractor must include the following documents as attachments to payment requests submitted through the IPP:None If the Contractor is unable to comply with the requirement to submit payment requests through the IPP due to a threat to national security; a matter of unusual or compelling urgency; or because the political, financial, or communications infrastructure of a foreign country does not support access to the IPP, the Contractor must request an exception in writing. Contact the Contracting Officer for more information about requesting an exception. (End of Clause)Aug 29, 2025 05:00 PM EDTLandscaping ServicesHOUSEKEEPING- LANDSCAPING/GROUNDSKEEPINGTotal Small Business Set-Aside (FAR 19.5)Suzanne JohnstonAug 18, 2025
Repair HVAC System & Controls, Building J00567 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.Chord (JBLM), WA.Invitation for Bids for an anticipated firm-fixed-price (FFP) contract to repair the HVAC and Direct Digital Controls (DDC) for Building J00567 on McChord Field, Joint Base Lewis-McChord (JBLM), WA. The project will deliver a fully functional, energy-efficient HVAC system with integrated DDC and network connectivity, supporting remote monitoring and compliance with JBLM and Unified Facilities Criteria (UFC) standards. The contractor shall provide all labor, materials, equipment, and supervision necessary to: (1) demolish and replace the existing HVAC and steam systems in accordance with the construction documents; (2) phase work in 25% sections to maintain conditioned space and facilitate occupant relocation during construction; (3) install new HVAC units, ductwork, and perform testing and balancing to verify performance; (4) implement a BACnet-based DDC system with Java Application Control Engine (JACE) controllers connected to the JBLM network; and (5) install a fiber optic line, network switch, and uninterrupted power supply to support the Enterprise Energy Data Reporting System (EEDRS), including NEMA-rated components where required.Sep 16, 2025 10:00 AM PDTCommercial and Institutional Building ConstructionCONSTRUCTION OF MISCELLANEOUS BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Christopher Baroldy | Shannan JonesAug 16, 2025
N-Upfitting and marking packages installs of Fire Command Packages for the Umatilla National Forest Fleet shopThe contractor shall provide all management, supervision, labor, personnel, materials, equipment, and supplies, unless otherwise specified, necessary to procure and install Procure and Install of Fire Command Packages on 2024 Ford F250 4X4 super cab regular bed and Ford F350 4X4 crew cab, short bed All work shall be performed in accordance with this statement of work and all federal, state and local laws and regulations.Aug 25, 2025 02:00 PM PDTAutomotive Body, Paint, and Interior Repair and MaintenanceINSTALL OF VEHICULAR EQTotal Small Business Set-Aside (FAR 19.5)Matthew Stephens | Sean ButlerAug 16, 2025
N- Upfitting and installs of Fire Command Packages on (8) eight vehicles for the Wallowa Whitman National Forest Fleet shopUpfitting and installs of Fire Command Packages on (8) eight vehicles for the Wallowa Whitman National Forest Fleet shop The contractor shall provide all management, supervision, labor, personnel, materials, equipment, and supplies, unless otherwise specified, necessary to procure and install light bar and grille lights, siren, control head and mount, battery discharge timer, on eight vehicles. **NO Graphics** (3) three Chevrolet Silverado 4500 crew cabs with 9' long utility box (vehicles 3697,4638,4990). (1) one Chevrolet Silverado 3500 crew cab with 9' long utility box (vehicle 4991). (2) two Chevrolet 2500 crew cabs with 6' pickup beds (vehicles 5570, 5572). (2) two Chevrolet 2500 extended cabs with 6' pickup beds (vehicles 5585, 5588). All work shall be performed in accordance with this statement of work and all federal, state and local laws and regulations.Aug 25, 2025 02:00 PM PDTAutomotive Body, Paint, and Interior Repair and MaintenanceINSTALL OF VEHICULAR EQTotal Small Business Set-Aside (FAR 19.5)Matthew Stephens | Rex KamstraAug 15, 2025
Remove/Replace Doors & Windows at Qtrs 5, NPS-ORCAREMOVE AND REPLACE DOORS AND WINDOWS AT QUARTERS 5, OREGON CAVES NATIONAL MONUMENT AND PRESERVE, JOSEPHINE COUNTY, OREGON HOW TO ACCESS SOLICITATION DOCUMENTS: The full solicitation package (Standard Form 1442 and all associated attachments) is available for download from the Attachments section on this page. You can download each attachment individually or download all attachments as a zip file. Refer to the provisions and clauses and other attachments for additional information about this requirement and instructions on how to submit a quotation. SITE VISIT INFORMATION: A site visit is scheduled for Thursday, August 21, 2025 at 1:00 p.m. Pacific Daylight Time. RSVP to Josh Haggett, Facility Manager, Oregon Caves National Monument & Preserve, at joshua_haggett@nps.gov or 541-592-2100 x 2229. While not mandatory, quoters are urged and expected to inspect the site where the work will be performed. See Section L of the solicitation for detailed information about the site visit, including meeting location. QUESTIONS? Submit any questions regarding this solicitation in writing to Contracting Officer Alanna Gardner at alanna_gardner@nps.gov and include solicitation number 140P8425Q0095 in the subject line of the email.Aug 29, 2025 05:00 PM PDTFinish Carpentry ContractorsMAINTENANCE OF MISCELLANEOUS BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Gardner, AlannaAug 15, 2025
McNary Turbine Maintenance PlatformsAmendment 0004 issued 6AUG, updating the Technical Specifications. Bid due date and time remain 15AUG at 11:00 AM PDT. Amendment 0003 issued 15JUL, extending solicitation period to 15AUG at 11:00 AM PDT. Amendment 0002 issued 5JUN, extending solicitation period to 16JUL at 11:00 AM PDT. Amendment 0001 issued 22MAY. Solicitation for McNary Turbine Maintenance PlatformsAug 15, 2025 11:00 AM PDTFabricated Structural Metal ManufacturingSCAFFOLDING EQ & CONCRETE FORMSTotal Small Business Set-Aside (FAR 19.5)Callie Rietfors | Tracy GluckAug 15, 2025
Septic Drain Pump and Drain Field Installation for USDA ARS in Pullman, WAThisi a solicitation/request for qutoes to provide all labor, materials, equipment, supplies, supervision, and transportation needed for drain pump and drain field installation for USDA ARS in Pullman, WA. All work shall be done IAW the Statement of Work (SOW) and other attachments set forth in this solicitation. IAW FAR 36.204 the estimated magnitude for this project is between $25,000 and $100,000. Completion shall be 180 days after Notice to Proceed with bonds due 10 days after award if required. Dept. of Labor General Decision #WA20250042 dated 08/08/2025 is applicable to this requirement. Please see the attachments for important information on when and how to respond along with other necssary details in the attachments.Sep 03, 2025 01:00 PM PDTSite Preparation ContractorsCONSTRUCTION OF SEWAGE AND WASTE FACILITIESTotal Small Business Set-Aside (FAR 19.5)Michael SherlockAug 15, 2025
COLLPASIBLE STACKABLE SHIPPING CONTAINERTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. If choosing to quote, please complete and return the solicitation packet to me by the closing date to be considered. IN ORDER TO BE DEEMED RESPONSIVE, THE SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND MUST INCLUDE THE FOLLOWING: 1. Fill out box 17A, then Read box 28 and sign page 1 boxes 30 a, b, and c. 2. Provide your cage code. 3. Please quote FOB Destination Bremerton, WA. 4. Annotate the lead time. 5. Annotate the name of the manufacturer, and the products country of manufacturing. 6. Return this information with your quote. In order to be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE, A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: jack.edwards@dla.mil FAX: 360-476-4121Aug 18, 2025 03:00 PM PDTCorrugated and Solid Fiber Box ManufacturingBOXES, CARTONS, AND CRATESTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 15, 2025
Bonneville Powerhouse II - Stator Bar Purchase15 August 2025 - the due date to receive quotes has been extended to Monday, 25 August 2025 at 2:00pm PT. COMBINED SYNOPSIS/SOLICITATION W9127N24QA079 Bonneville Powerhouse II – Replacement Stator Bars Purchase U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 1 August 2025 This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W9127N24QA079 is a Request for Quotes under FAR Part 13 for the establishment of a firm fixed price contract to purchase Top Stator Bars for Bonneville Powerhouse II, in Oregon, USA in support of US Army Corps of Engineers (CE), Portland District (NWP). The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 335312 – Motor and Generator Manufacturing with a Small Business Size Standard of 1,250 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of an active SAM registration will make an offeror ineligible for award. The Government requests pricing for the following items: *The attached BID ITEM LIST must be completed and submitted with each vendor's quote. CLIN 0001, Manufacture and Test of 7-each Top Stator Bars Unit Price: ___________________ Extended Price: ___________________ CLIN 0002, Shipping for items in CLIN 0001 Unit Price: __________________ Extended Price: ____________________ CLIN 0003, Option – Manufacture and Test of up to three (3) additional Top Stator Bars Unit Price: __________________ Extended Price: ____________________ CLIN 0004, Option – Shipping for items in CLIN 0003 Unit Price: __________________ Extended Price: ____________________ Delivery Schedule: Delivery of above products is to be no later than 31 March 2026. (If additional time is needed the contractor shall provide justification for additional time within their quote) Supplies will be inspected/accepted: All supplies will be inspected/accepted at Destination by Government. Delivery Information: Ship to: U.S. Army Corps of Engineers Bonneville Lock and Dam I-84 Exit 40 Cascade Locks, OR. 97014 Supplies shall be delivered between Monday through Thursday 0700 – 1600. Excluding Federal holidays. 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (MAR 2023) – ADDENDUM Proposals shall include the following: 1. Name / Date: __________________________________________________________________ 2. Address / Telephone No.: ________________________________________________________ 3. Cage Code (or UEI, both from SAM): ____________________________________________ 4. Quote – Provide pricing in accordance with the foregoing CLINs. Provide a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Submissions: Quotes are due no later than 15 August 2025, at 2:00 PM PT. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Jaren Bowman by email at Jaren.L.Bowman@usace.army.mil. Quotes must be emailed to: Jaren.L.Bowman@usace.army.mil & Darrell.D.Hutchens@usace.army.mil. Upon award and satisfactory completion of delivery and installation, payment will be made through: USACE, Finance Center cefc-g2invoices@usace.army.mil Attn: CEFC-AO-P 5722 Integrity Drive Millington, TN 38054-5005 With an electronic copy submitted to the POCs in the attached Purchase Description (PD). (End of provision) 52.212-2 EVALUATION – COMMERICAL ITEMS (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 (Past Performance) – provide evidence that Offeror has provided Stator Bars for hydrogenerators rated 13-15 kV and 65-100 MVA using materials and methods required by paragraph 5.2 (Bar Design) of the technical specifications. Provide at least two examples of this within the past 10 years. Past Performance is more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Attachments Purchase Description drawing_W57780070646 Final - SAF 385-1 HECP 20230223 SolicitationAug 25, 2025 02:00 PM PDTMotor and Generator ManufacturingWATER TURBINES AND WATER WHEELS; AND COMPONENTSTotal Small Business Set-Aside (FAR 19.5)Jaren Bowman | Darrell HutchensAug 15, 2025
Vessel Charter to Recovery Scientific InstrumentsIn accordance with the Statement of Need, Provide vessel and labor for four days with experience specific to the recovery and redeployment of three NOAA platform-style autonomous acoustic recorder moorings and redeployment of one NOAA subsurface anchored mooring, all in the Strait of Juan de Fuca and/or Puget Sound.Aug 26, 2025 01:00 PM PDTCoastal and Great Lakes Passenger TransportationPASSENGER MARINE CHARTER SERVICETotal Small Business Set-Aside (FAR 19.5)Charles Kendall | Aakanksha BhargavaAug 15, 2025
PRESSURE SENSITIVE TAPETHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement.? Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: david.dominguezjr@dla.mil PHONE: 445-737-0812 FAX: 360-476-4121Aug 19, 2025 11:00 AM PDTOffice Supplies (except Paper) ManufacturingOFFICE SUPPLIESTotal Small Business Set-Aside (FAR 19.5)DAVID DOMINGUEZ | Will MoriwakiAug 15, 2025
WAREHOUSE PALLET RACK INSTALLTHIS IS A FIRM FIXED PRICE SUPPLY?TYPE CONTRACT? NAVSUP Fleet Logistics Center Puget Sound, will be soliciting a Total Small Business Set Aside, for warehouse pallet rack installation and removal of existing racks. The anticipated posting date of the solicitation is on or about 08/18/2025 with a closing date on or about 08/26/2025. Requirement is being procured using FAR Part 12 and 13 procedures. This solicitation and any subsequent amendments will be posted on the SAM.Gov Website: https://sam.gov/content/home/? ? Interested persons may identify their interest and capability to respond to the requirement or submit proposals prior to offer?due date, which will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government. Prospective offerors?are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. Prospective offerors?should register themselves on the SAM.Gov?website. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. Offerors?must also be registered in the System for Awards Management (SAM) in order to receive a Government Award in this procurement at https://sam.gov/content/home? All questions regarding this solicitation should be submitted to Ashley Rollin?at Email: Ashley.a.rollin.civ@us.navy.mil?Aug 26, 2025 12:00 PM EDTGeneral Warehousing and StorageMISC MATERIALS HANDLING EQTotal Small Business Set-Aside (FAR 19.5)Ashley RollinAug 15, 2025
Gifford Pinchot NF MTA HVACThis project involves the supply and installation of two Heat pump systems at one location: the Mt. Adams Ranger District on the Gifford Pinchot National Forest (NF). The existing HVAC systems in place will need to be removed and disposed of by the contractor. There are two ducted Carrier, 20+ year old 5-ton heat pump systems serviced with 3-phase power that have had several repairs over the last few years, and the Forest Service is interested in replacing these systems. Both systems service a zoned 4500 square foot (sf) district office building. The heat pumps are in a purpose built shed adjacent to the office, while the furnaces are in a separate mechanical room. Location: Mt. Adams Ranger District (MARD): The address for this work is as follows: 2455 HWY 141, Trout Lake, WA 98650 Latitude: 46.00003N, Longitude: 121.54463W This acquisition is a 100% Small Business set-aside. The applicable NAICS code is 238220- Plumbing, Heating, and Air Conditioning Contractors. The corresponding size standard is $19 million. Offerors will be evaluated on past performance, relevant experience, technical approach to performing the work, and price. The Contract will be awarded to the offeror whose submittal, in compliance with the solicitation, is the best value to the Government. The Government total estimated value is between $25,000 and $100,000. Payment Bonds (100% each) will be required of the successful awardee for an award equal or greater than $35,000. Paper copies of the solicitation will not be issued. The Government intends to award without discussions, however, reserves the right to conduct discussions should it be deemed in the Government’s best interest. One Firm Fixed-Price (FFP) contract will be awarded. The contract period of performance will be 90 calendar days from the receipt of the notice to proceed, estimated for 09/30/2025. Note: Per FAR 52.204-7(b)(1), System for Award Management (SAM), an Offeror is required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment for any contract resulting from this solicitation. Information on registration may be obtained via: https://www.sam.gov. All Offerors must complete the electronic version of the Representations and Certifications in the SAM system.Aug 28, 2025 04:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Loren Mein | STEVONNE FULLERAug 15, 2025
FES Cold Gas Hoses & TubingNaval Undersea Warfare Center Division (NUWC) Keyport is soliciting for FES Cold Gas Hoses & Tubing in accordance with (IAW) the Statement of Work (SOW) and associated drawings: Name of Part Drawing Number Quantity Hose, Port Activation Valve 8290009 Rev A First Articles – 3 Each and Production Lot – 150 Each Hose, Valve to Bag Port Side 8290011 Rev A First Articles – 3 Each and Production Lot – 150 Each Hose, Valve to Bag Starboard 8290530 Rev A First Articles – 3 Each and Production Lot – 150 Each Hose, Starboard Activation Valve 8290532 Rev A First Articles – 3 Each and Production Lot – 150 Each Fill Hose 8290533 Rev B First Articles – 3 Each and Production Lot – 150 Each This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 13.1, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation, issued as request for quotation (RFQ) N0025325Q9004, is attached to this announcement. The proposed contract is 100% set aside for small business concerns. Applicable North American Industry Classification System (NAICS) code for this requirement is 332912 and has a size standard of 1,000 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport, WA 98345-7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and offers should be submitted via e-mail to: brook.m.smith.civ@us.navy.mil. No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation and respond to this RFQ with associated amendments, if applicable, prior to the closing date and time established may render an offer non-responsive and result in rejection. Company quote forms will NOT be accepted. All details regarding the vendor offer shall be documented in the RFQ. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFAR). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at https://www.dla.mil/Logistics-Operations/Services/JCP/SpecificDD2345Instructions/. Restricted drawings and technical information are available through SAM.gov. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/, a federal government owned website.Sep 04, 2025 01:00 PM PDTFluid Power Valve and Hose Fitting ManufacturingPIPE, TUBE AND RIGID TUBINGTotal Small Business Set-Aside (FAR 19.5)Brook Smith | Naomi NewtonAug 15, 2025
Remove & Replace Trail Handrails, NPS-ORCAREMOVE AND REPLACE TRAIL HANDRAILS, OREGON CAVES NATIONAL MONUMENT AND PRESERVE, JOSEPHINE COUNTY, OREGON HOW TO ACCESS SOLICITATION DOCUMENTS: The full solicitation package (Standard Form 1442 and all associated attachments) is available for download from the Attachments section on this page. You can download each attachment individually or download all attachments as a zip file. Refer to the provisions and clauses and other attachments for additional information about this requirement and instructions on how to submit a quotation. SITE VISIT INFORMATION: A site visit is scheduled for Thursday, August 21, 2025 at 11:00 a.m. Pacific Daylight Time. RSVP to Josh Haggett, Facility Manager, Oregon Caves National Monument & Preserve, at joshua_haggett@nps.gov or 541-592-2100 x. 2229. While not mandatory, quoters are urged and expected to inspect the site where the work will be performed. See Section L of the solicitation for detailed information about the site visit, including meeting location. QUESTIONS? Submit any questions regarding this solicitation in writing to Contracting Officer Alanna Gardner at alanna_gardner@nps.gov and include solicitation number 140P8425Q0092 in the subject line of the email.Aug 29, 2025 05:00 PM PDTAll Other Specialty Trade ContractorsREPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)Total Small Business Set-Aside (FAR 19.5)Gardner, AlannaAug 15, 2025
DRIVER & MOTOR VEHICLE SERVICES - OREGON LOCATOR SERVICESInternal Revenue Service (IRS) field employees research various locator tools and services in order to locate taxpayers and their assets. IRS will award this contract for one year.Aug 21, 2025 12:00 PM CDTINFORMATION RETRIEVALTotal Small Business Set-Aside (FAR 19.5)Tatanisha Mccall | Waquine ThorneAug 15, 2025
John Day Dam STS AccumulatorsCOMBINED SYNOPSIS/SOLICITATION W9127N25QA088 John Day Dam STS Accumulators Klickitat County, WA / Sherman County, OR. U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT 14 August 2025 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation W9127N25QA088 is for the purchase of one hundred (100) new accumulators to replace the current deteriorating accumulators on the Submerged Traveling Screens (STS) at John Day Dam and is hereby issued as a Request for Quote (RFQ). Please see the attached Performance Work Statement and other attachments for additional information. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2025-05. This solicitation is advertised as a total small business set-aside under NAICS Code: 423830 - Industrial Machinery and Equipment Merchant Wholesalers with a size standard of 100 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of SAM registration will make an offeror ineligible for award. Quotes are to be submitted to john.r.scukanec@usace.army.mil,NLT 2:00 PM PST on 28 Aug 2025. Please submit any questions to John Scukanec through email. All questions related to this solicitation must be submitted in writing to John Scukanec, questions will not be responded to by phone. Delivery Information: Delivery/pickup shall be to the following location: Attn: Adrian Mariscal-Arellano John Day Dam Interstate-84, Exit 109 Rufus, OR 97050 Submittal Instructions Quotes shall be submitted to John Scukanec at john.r.scukanec@usace.army.mil and include the following: 1) Solicitation Number 2) Date of Submittal 3) Acknowledgement of any Amendments 4) Pricing for all CLINs. Refer to the "combined synopsis solicitation" in the attachment section for a table layout of all CLINs. 5) Completed Reps and Certs (if not completed in SAM) and return with Quote. FOB destination must be included in the offered price. Firm Fixed Price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.Aug 28, 2025 02:00 PM PDTIndustrial Machinery and Equipment Merchant WholesalersMISCELLANEOUS SPECIAL INDUSTRY MACHINERYTotal Small Business Set-Aside (FAR 19.5)John Scukanec | Suzanne HuntAug 15, 2025
REPAIRS & MAINTENANCE OF ANCHOR WINDLASS FOR USCGC ALEX HALEY (WMEC 39)AMENDMENT 0002 IS HEREBY INCORPORATED WITH THE SOLCITATION. AMENDMENT IS ISSUED TO INCORPORATE THEANSWERS TO THE REQUEST FOR CLARIFICATIONS. PLEASE SEE ATTACHED AMENDMENT 0002. AMENDMENT 0001 IS HEREBY INCORPORATED WITH THE SOLICITATION. AMENDMENT IS ISSUED TO CHANGE THE DUE DATE TO SUBMIT AN OFFER TO THE SOLICITATION. PLEASE SEE ATTACHED AMENDMENT 0001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04 effective 11 June 2025. This requirement is being solicited as a Full and Open competition using FAR Part 12 Acquisition of Commercial Items and FAR 13.5 Simplified Procedures for Certain Commercial Items. This requirement is being solicited as a 100% Small Business Set-Aside. The NAICS Code is 336611 – Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08525QLREP020327. Only one award will be made to the responsive, responsible offeror under this solicitation. The contract will be awarded on a firm-fixed-price basis. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov This requirement is for the repairs and maintenance of the USCGC ALEX HALEY (WMEC 39) consisting of items in accordance with the attached Statement of Work (ATTACHMENT 3). A complete list of work line-item numbers and items, quantities and units of measure is included as ATTACHMENT 1, Schedule of Prices. Place of Performance: All work under this solicitation will be performed at Coast Guard Seattle Base located at 1519 Alaska Way South, Seattle, WA. Description of the Requirement: The United States Coast Guard requires the Contractor to furnish all the necessary labor, material services, equipment, supplies, power, accessories, and such other things as are necessary, except as otherwise specified, to perform the repairs and maintenance to the vessel, in accordance with the solicitation and attached Statement of Work (SOW). Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 30 calendar days from the response date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The period of performance for this acquisition is 08 September 2025 through 29 September 2025. QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Valerie Rivera-Chase, at Vaerie.S.Riverachase@uscg.mil or to the Purchasing Agent, Jesse Perez, at Jesse.R.Perez@uscg.mil. All requests for drawings must be submitted by no later than 11 August 2025 at 1:00 P.M., PST. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than 13 August 2025 at 1:00 P.M., Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://SAM.gov for viewing by all potential Offerors. However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 5, DHS Form 11-0006 Non-Disclosure Agreement, to Valerie.S.RiveraChase@uscg.mil and Jesse.R.Perez@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this requirement. In addition, some references listed in the Statement of Work are subject to Export Control limitations or have otherwise restricted distribution and have been deemed "limited access" and "export controlled" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. Provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021), and its addendum applies to this solicitation. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. NOTE: The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technically Acceptable. Provision at 52.212-3, Offeror Representation & Certifications – Commercial Items, and its addendum applies to this solicitation. See Solicitation Clauses & Provisions to the Request for Quotation, Attachment 2. Clause at 52.213-4, Terms and Conditions-Simplified Acquisition (Other Than Commercial)(Jan 2025), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025), applies to this acquisition. Of those FAR clauses cited in this clause, those annotated with an “X” are applicable to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, RFP, Attachment 2. Contractor(s) must ensure that the following DOCUMENTS and/or information are submitted with their proposal: (i) Offeror's address, Unique Entity ID number. (ii). ATTACHMENT 1, Schedule of Prices. Please complete the table of pricing on this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite line items. COMPOSITE LABOR HOUR RATE which will be included in the Total Evaluated Price for evaluation purposes only. (iii) Proof of Insurance (statement of coverage from current insurance carrier) (iv) Signed copy of any issued amendments to the solicitation. (v) A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov. (vii) Solicitation Contract Clauses and Provisions, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses, and, provisions. (viii) Offeror’s Welding Certification & Procedure. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 01 September 2025. Work covered by this requirement shall be completed within the period of performance for each cutter. Proposal must arrive no later than 10:00 AM, PST on 20 August 2025. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Facsimile proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.S.RiveraChase@uscg.mil, and copy Jesse.R.Perez@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Coast Guard Alameda Base, SFLC – CPD2LREPL, Bldg. 55, 2nd Floor, Alameda, CA 94501. Delivery of the proposal to any other location within the Coast Guard Island will not be sufficient or acceptable. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. LIST OF ATTACHMENTS ATTACHMENT 1 – Schedule of Items – Prices ATTACHMENT 2 - Solicitation Clauses & Provisions ATTACHMENT 3 – Statement of Work – Anchor Windlass ATTACHMENT 4 – Request for Clarification ATTACHMENT 5 - DHS Form 11000-6 Non-Disclosure Agreement ATTACHMENT 6 – Notice for Filing Agency ProtestsAug 18, 2025 12:00 PM PDTShip Building and RepairingNON-NUCLEAR SHIP REPAIR (WEST)Total Small Business Set-Aside (FAR 19.5)Valerie S Rivera-Chase | Jesse PerezAug 14, 2025
Repair and Maintenance of CGC Alex Haley (WMEC 39)AMENDMENT 0002 IS INCORPORATED TO THIS SOLICITATION. AMENDMENT IS ISSUED TO INCORPORATE THE ANSWERS TO THE REQUEST FOR CLARIFICATIONS. PLEASE SEE THE ATTACHED AMENDMENT 0002. AMENDMENT 0001 IS INCORPORATED TO THIS SOLICITATION. AMENDMENT IS ISSUED TO CHANGE THE DUE DATE TO SUBMIT OFFER. PLEASE SEE THE ATTACHED AMENDMENT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation or quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04 effective 11 June 2025. This requirement is being solicited as a Full and Open competition using FAR Part 12 Acquisition of Commercial Items and FAR 13.5 Simplified Procedures for Certain Commercial Items. This requirement is being solicited as a 100% Small Business Set-Aside. The NAICS Code is 336611 – Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08525QLREP020334. Only one award will be made to the responsive, responsible offeror under this solicitation. The contract will be awarded on a firm-fixed-price basis. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for the repairs and maintenance of the USCGC ALEX HALEY (WMEC 39) consisting of the work items in accordance with the attached Statement of Work (ATTACHMENT 3). A complete list of work line-item numbers and items, quantities and units of measure is included as ATTACHMENT 1, Schedule of Items. Place of Performance: All work under this solicitation will be performed at Coast Guard Seattle Base located at 1519 Alaska Way South, Seattle, WA. Description of the Requirement: The United States Coast Guard requires the Contractor to furnish all the necessary labor, material services, equipment, supplies, power, accessories, and such other things as are necessary, except as otherwise specified, to perform the repairs and maintenance to the vessel, in accordance with the solicitation and attached Statement of Work (SOW). Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 30 calendar days from the response date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The period of performance for this acquisition is 08 September 2025 through 29 September 2025. QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Valerie Rivera-Chase, at Valerie.S.Riverachase@uscg.mil or to the Contracting Specialist/Purchasing Agent, Jesse Perez, at Jesse.R.Perez@uscg.mil. All requests for drawings must be submitted, by no later than 11 August 2025 at 1:00 P.M., Pacific Standard Time. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than 13 August 2025 at 1:00 P.M., Pacific Standard Time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://SAM.gov for viewing by all potential Offerors. However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 5, DHS Form 11-0006 Non-Disclosure Agreement, to Valerie.S.Riverachase@uscg.mil and Jesse.R.Perez@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this requirement. In addition, some references listed in the Statement of Work are subject to Export Control limitations or have otherwise restricted distribution and have been deemed "limited access" and "export controlled" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. Provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021), and its addendum applies to this solicitation. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. NOTE: The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technically Acceptable. Provision at 52.212-3, Offeror Representation & Certifications – Commercial Products and Commercial Services (May 2024), and its addendum applies to this solicitation. See Solicitation Clauses & Provisions to the Request for Quotation, Attachment 2. Clause at 52.213-4, Terms and Conditions-Simplified Acquisition (Other Than Commercial) (Jan 2025), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025), applies to this acquisition. Of those FAR clauses cited in this clause, those annotated with an “X” are applicable to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, RFP, Attachment 2. Contractor(s) must ensure that the following DOCUMENTS and/or information are submitted with their proposal: (i) Offeror's address, Unique Entity ID number. (ii). ATTACHMENT 1, Schedule of Prices. Please complete the table of pricing on this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite line items. COMPOSITE LABOR HOUR RATE which will be included in the Total Evaluated Price for evaluation purposes only. (iii) Proof of Insurance (statement of coverage from current insurance carrier) (iv) Signed copy of any issued amendments to the solicitation. (v) A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov. (vii) Solicitation Contract Clauses and Provisions also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses, and, provisions. (viii) Proof of Offeror’s Welder’s Certifications & Procedures. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 01 September, 2025. Work covered by this requirement shall be completed within the period of performance for each cutter. Proposal must arrive no later than 10:00 AM, Pacific Standard Time on 20 August 2025. Proposals received after this date and time will not be considered. Mailed and emailed proposals will be accepted. Facsimile proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.S.Riverachase@uscg.mil, and copy Jesse.R.Perez@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Coast Guard Alameda Base, SFLC – CPD2LREPL, Bldg. 55, 2nd Floor, Alameda, CA 94501. Delivery of the proposal to any other location within the Coast Guard Island will not be sufficient or acceptable. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. LIST OF ATTACHMENTS ATTACHMENT 1 – Schedule of Items – Prices ATTACHMENT 2 - Solicitation Clauses & Provisions ATTACHMENT 3 – Statement of Work – Anchor Windlass ATTACHMENT 4 – Request for Clarification ATTACHMENT 5 - DHS Form 11000-6 Non-Disclosure Agreement ATTACHMENT 6 – Notice for Filing Agency ProtestsAug 18, 2025 12:00 PM PDTShip Building and RepairingNON-NUCLEAR SHIP REPAIR (WEST)Total Small Business Set-Aside (FAR 19.5)Valerie S Rivera-Chase | Jesse PerezAug 14, 2025
Grand Jury Services for the United States Attorney's Office (USAO), Western District of WashingtonGrand Jury Services for the United States Attorney's Office (USAO), Western District of Washington.Aug 29, 2025 02:00 PM EDTCourt Reporting and Stenotype ServicesCOURT REPORTING SERVICESTotal Small Business Set-Aside (FAR 19.5)Elge A. Stevens | Charmella WareAug 14, 2025
Annex LED LightingElectrical Contractors and Other Wiring Installation ContractorsREPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Michelle Farrales | James WassonAug 14, 2025
Angell Job Corps - Sitka Dorm Roofing ReplacementAMENDMENT 001 (8/14/25): The purpose of this amendment is to provide Government responses to Offeror questions. As a result, the following attachments are include or revised: 1) Attachment 4 - Government Responses to Offeror Questions is attached. 2) The site visit sign-in sheet is include for informational purposes. 3) FAR 52.228-13 has been removed, and FAR 52.228-1 has been added. As a reminder, proposals are due no later than 27 August 2025 at 14:00 Eastern Daylight Time via email to ian.barnes@usda.gov. The Contractor acknowledges receipt of Amendment 0001 by completing Items 15A., 15B., and 15C., and returning with their completed Proposal Package. All other terms and conditions of the solicitation remain unchanged. ********BREAK******** This project is to replace the actively leaking roof on the large dorm at the Angell Job Corps Center. Contractor shall remove shingle roofing, repair/replace decayed roof decking and trusses, remove gutters/downspouts. Contractor shall replace with new standing seam aluminum metal roofing system. Project is located at the USDA Forest Service Angel Job Corps Civilian Conservation Center at 335 NE Blodgett Rd, Yachats, OR 97498. One site visit will be held at the following location and time: Date: 6 August 2025 Time: 11:00 Pacific Time Location: Angell Job Corps Civilian Conservation Center 335 NE Blodgett Rd Yachats, OR 97498 Submit all questions by August 13th no later than 14:00 EST. All offers are to be received by August 27th no later than 14:00 EST.Aug 27, 2025 02:00 PM EDTRoofing ContractorsREPAIR OR ALTERATION OF SCHOOLSTotal Small Business Set-Aside (FAR 19.5)Ian BarnesAug 14, 2025
TDA Transformer 9-11 Interim Repair*The purpose of this amendment (W9127N25RA0120008) is to revise Block 13B of the SF 1442 to state that an offer guarantee is not required. Payment and Performance Bonds are required in accordance with FAR 52.228-15, Performance and Payment Bonds—Construction. All other terms and conditions remain unchanged. *The purpose of this amendment (W9127N25RA0120007) is to update the Wage Determination - specifically WA20250050 dated 18 July 2025. *The purpose of this amendment is to provide photographs in response to questions raised during the second site visit. TDA USACE is offering up additional locations to complete the task of fixing the transformers. *The purpose of this amendment is fourfold:To extend the solicitation closing date to August 14, 2025. To incorporate a second site visit, scheduled for July 21, 2025, in response to the unique nature of the requirement (see SF30 for full details). To clarify that AutoCAD will be used in place of MicroStation for all CAD files, reflecting the agency-wide transition toward AutoCAD as the new standard. Updated Wage Determinations - WDOR20250079 and WDWA20250050 *This update reflects CLIN 9 has been revised--replacing the two optional SLINs for asbestos removal (under and over 5 pounds) with a single CLIN for asbestos removal. *This update adds an additional week to the solicitation. New closing date is 07/14/2025. *This update adds an additional two (2) weeks to the solicitation. New closing date is 07/07/2025. *This update adds an additional week to the solicitation. New closing date is 06/20/2025. *This update adds in two videos of the transformers and where the work will be conducted. The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed-price proposal for this project. This announcement is for the construction/modification/repair of The Dalles T9, T10, and T11 transformers located in Klickitat County, Washington and Wasco County, Oregon. Project Scope: The US Army Corps of Engineers (USACE) Portland District seeks Heavy and Civil Engineering Construction Contractors who can provide construction services for The Dalles Lock and Dam (“the Dalles” and “TDA”). The Dalles T9, T10, and T11 transformers are identical 230,000/132,790-13200 Volt, 233,000 kVA class Forced Oil and Forced Air (FOA) three-phase transformers manufactured by General Electric’s Pittsfield, Massachusetts facility in 1972. The T10 transformer was forced out of service in 2018 due to a failed high-voltage neutral conductor internal to the tank between the H1 and H2 windings. All three transformers are located outside on the powerplant intake deck on the Columbia River. Acquisition Strategy: Proposals will be evaluated utilizing the Best Value Tradeoff source selection method. Nonpriced factors are equal in importance. This acquisition will result in a single fixed-price contract. Magnitude of Construction: The estimated cost of the project is between $3,000,000 and $5,000,000. Set Asides and Codes: This acquisition will be 100% Total Small Business Set-Aside. The North American Industrial Classification Code (NAICS) for this acquisition is NAICS: 238210 – Electrical Contractors and Other Wiring Installation. The PSC Code is Z2MD – Repair or Alteration of EPG Facilities – Hydro. The small business size standard is $19 million. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov prior to submission of bids and prior to receiving an award. Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Joseph Jarvis at joseph.b.jarvis@usace.army.mil. E-mail is the preferred method for receiving responses to this notice. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.Aug 14, 2025 05:00 PM PDTElectrical Contractors and Other Wiring Installation ContractorsREPAIR OR ALTERATION OF EPG FACILITIES - HYDROTotal Small Business Set-Aside (FAR 19.5)Joseph B. Jarvis | Cory PfenningAug 14, 2025
Stainless-steel Passive Integrated Transponder (PIT) detection Ice and Trash Sluiceway (ITS) shield FabricationCOMBINED SYNOPSIS/SOLICITATION - W9127N25QA061 Stainless-steel Passive Integrated Transponder (PIT) detection Ice and Trash Sluiceway (ITS) shield U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W9127N25QA61 is a Request For Quotes under FAR Part 13 for the establishment of a Firm Fixed price contract to Fabricate a Stainless-steel Passive Integrated Transponder (PIT) detection Ice and Trash Sluiceway (ITS) shield and incidental related work at Bonneville Lock and Dam, Cascade Locks, OR. This project is to This effort is to include all associated works required and described in attachment 1 – BONN PIT Specification and Attachment 2 – BONN PIT Drawing plans. The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing with a Small Business Size Standard of 750 Employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (MAR 2023) – ADDENDUM Proposals shall include the following: UEI Number CAGE Cod Contractor Name Payment Terms (net30) or Discount Point of Contact and Phone Number Email address Date Offer Expires (i). Technical capability of the item offered to meet the Government requirement. Your quote package, MUST include spec sheets/information brochures for the services quoted in your package. Information should clearly show and demonstrate your company’s ability to meet the stated requirement. Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in the file Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Bidder Inquires: All inquiries regarding this solicitation are to be submitted via ProjNet-Bid at https://projnet.org/projnet/. Telephone and email inquiries will not be accepted. ProjNet-Bid is a web-based program that allow offerors to post questions regarding the solicitation and to review all questions by other offerors, and answers by the U.S. Anny Corps of Engineers. No response will be posted to inquires after Close of Business on August 20, 2025. All bidders will be held to have reviewed the questions and responses in ProjNet-Bid prior to bid submission. To access the ProjNet-Bid website for the first time: 1) Register 2) Click Quick Add Key. (The Agency is USACE) 3) Enter the following information for access: The Bidder Inquiry Key for this solicitation is UXETN9-I2PIRE Valid business contact information (e.g. Company name, contact person, business address, phone number and email address). (required on first project only) For questions about the ProjNet-Bid, access the help tab on the ProjNet website. Submissions: Quotes are due no later than 28 August 2025, at 5:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. Offerors shall submit quotes via email, oral offers will not be accepted. Quotes must be emailed to: consuelo.j.kiser@usace.army.mil & suzanne.w.hunt@usace.army.mil. The offeror shall provide pricing and complete all line items on Standard F on 1442 (SF 1442). Your proposal must be prepared in accordance with the below paragraphs and must include: 1. SF 1442, Solicitation - The SF1442 shall be filled out completely by the offeror and signed by an official that is authorized to bind the company. The offeror shall also acknowledge all amendments to the solicitation in accordance with the instructions on the Standard Form 30 or Block 19 of SF1442. For additional information regarding this solicitation contact: Consuelo Kiser at consuelo.j.kiser@usace.army.mil Attachments Solicitation Attachment 1 – BONN PIT Specification Attachment 2 – BONN PIT Drawing Plans Clauses and Provisions, found at the end of solicitationAug 28, 2025 05:00 PM PDTAll Other Miscellaneous Fabricated Metal Product ManufacturingUNDERWATER SOUND EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Consuelo Kiser | Suzanne HuntAug 14, 2025
Janatorial Services - Snoqualmie Ranger DistrictJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Darnell WilliamsAug 14, 2025
LATTICE BEAMCOMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS DLA MARITIME PUGET SOUND intends to procure, LATTICE BEAM manufactured in accordance with material specifications. The solicitation will be issued as; 100% SBSA (small business set-aside) commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to: PUGET SOUND NAVAL SHIPYARD RECEIVING OFFICER PSNS BLDG 514 D1 1400 FARRAGUT AVE N4523A BREMERTON WA 98314-5001 The NAICS is:532490 & the Product Service Code (PSC)/or FSC is: 5440 ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: naomi.larson@dla.mil Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. All responsible sources interested in submitting offers must: 1)Complete the pricing for each CLIN listed. 2)Provide cage code. 2) Complete all representations and certifications found in the solicitation. 3) Provide manufacturer information of proposed items. 4) Return all pages of the completed original solicitation package, signed. 5) Ensure current registration in the system for award management (SAM.gov). 6) Included lead time for delivery (please quote FOB destination). In order to be considered for award, IF the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period**Aug 14, 2025 03:00 PM PDTOther Commercial and Industrial Machinery and Equipment Rental and LeasingSCAFFOLDING EQ & CONCRETE FORMSTotal Small Business Set-Aside (FAR 19.5)NAOMI LARSONAug 14, 2025
SPMYM225Q2402 FLEXIBLE DUCTAll Other Miscellaneous Fabricated Metal Product ManufacturingHOSE AND FLEXIBLE TUBINGTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 14, 2025
SPMYM225Q2404 LAMINATED CLOTHAll Other Miscellaneous Textile Product MillsTEXTILE FABRICSTotal Small Business Set-Aside (FAR 19.5)DONNA TODDAug 14, 2025
G003--653-25-4-085-0023 NEW Aqua Wellness Program Base Plus FourSYNOPSIS OF PROPOSED CONTRACT ACTIONS (In accordance with FAR 5.2) The Department of Veterans Affairs (VA), Network Contracting Office 20 (NCO 20), is conducting market research on behalf of the Roseburg VA Healthcare System to identify potential contractors capable of providing all necessary labor and materials for Veteran-only free swim and the option to participate in an instructor led aqua aerobic/movement/exercise class services in the Coos Bay / North Bend, Oregon geographical area. The Contractor shall furnish all supplies and services. The NAICS code is 713940, Fitness and Recreational Sports Centers includes establishments primarily engaged in operating fitness and recreational sports facilities with a $17.5M size standard. This means that to be considered a small business under this code for purposes such as government contracting, a business must have annual revenues of $17.5 million or less. This partnership with a Coos Bay/North Bend area pool is to provide all necessary labor and materials for Veteran-only free swim and the option to participate in an instructor led aqua aerobic/movement/exercise class. The contract will reserve the pool facilities for one-hour sessions three times a week for 12-month periods of performance; costs will determine whether 2 or 3 days are possible. Prospective contractors must meet the following factors when being evaluated for technical capability. Specifications / Requirements Supplying all equipment, materials, and instructors to accomplish task Supplying all required safety and/or assistive equipment and personnel  Provide instruction for the Veterans wishing to participate in guided exercise class Track attendance and provide quarterly reports on the number of Veterans who use the pool on a weekly and monthly basis. This information will be provided in an aggregated and anonymous format; no names or identifying information required. The facility and pool must be capable of supporting a minimum of 100 Veterans per each session The pool will have space to accommodate lap swimming/open exercise and an instructed exercise class for interested Veterans.  The pool must be in an indoor year-round temperature-controlled facility. The facility must be in Coos Bay or North Bend, Oregon. Provide the requested information to Jeremiah Middleton at Jeremiah.Middleton2@va.gov before 9:00 AM PST on August 20th, 2025. All question must be submitted in writing, **** No telephonic inquiries will be accepted **** **** There is no solicitation available at this time, and this is not a request for quotes ****Aug 18, 2025 03:30 PM PDTFitness and Recreational Sports CentersSOCIAL- RECREATIONALTotal Small Business Set-Aside (FAR 19.5)Jeremiah MiddletonAug 13, 2025
TWIN LEG SRLSPlease reference this solicitation number SPMYM2-25-Q-2498 TWIN LEG SRLS in the subject line of your email. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 18, 2025 08:00 AM PDTSaw Blade and Handtool ManufacturingHAND TOOLS, NONEDGED, NONPOWEREDTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 13, 2025
Regrade unpaved road, clean culverts, Oregon CavesThis is a solicitation as a Request for Quotes (RFQ) for the National Park Service (NPS) at Oregon Caves National Monument & Preserve (ORCA) for a contractor to regrade 5 miles of gravel and native soil roads, clean culverts and fix any drainage issues on ORCA's 960 and Buck Peak roads. All work will be located outside the city limits of Cave Junction, OR. The traffic surface will be regraded the Buck Peak Road along its entire length of the 137,280 square feet (SF) road, this project will also clean out and maintain 12 culverts, totaling 348 LF. The traffic surface will be regraded, 3-mile-long Fire Escape Road and clean out and maintain eight culverts, totaling 917 linear feet (LF). Equipment will be needed for dust control and compaction of aggregate. Access to the 960 and Buck Peak roads will need to remain accessible during this process. PINN does not have onsite storage space available for materials. Refer to the project Specifications, solicitation Attachment 4. AWARD DATE AND PROJECT SCHEDULE. This is a very fast turn-around for submitting a quote and starting work after award. The government will award the contract first week of September 2025. The pre-construction meeting will occur the second week of September and Notice to Proceed will be issued immediately after the pre-construction meeting so contractor has that in-hand for mobbing to the site Sept 15th. Completion time once onsite work begins is 45 calendar days, from September 15, 2025 to October 30, 20205. The overall total period of performance of the contract will include time permitted for issuance of a seasonal shutdown after award to postpone onsite road and culvert work until Spring/Summer 2026 if that becomes necessary. NOTE: Ideally, Government would prefer that road work occur between September through October 2025 per weather holding in good conditions, however, should a seasonal shutdown need to go into effect, Quoter can plan/schedule for work to occur in Spring/Summer 2026 in lieu of starting in September 2025. Government accepts weather may not be only contingency affecting project schedule - supply chain, availability of materials, deliveries, etc., may also impact schedule. SMALL BUSINESS SET-ASIDE. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. The North American Industry Classification System (NAICS) Code for this requirement is 237310, Highway, Street and Bridge Construction, with a corresponding size standard of $45 million in annual gross receipts for the past three years. In accordance with Federal Acquisition Regulation (FAR) Subpart 36.204, the estimated magnitude of this construction project is less than $25,000. BEST VALUE PROCUREMENT. The Government intends to award a single, firm-fixed-price contract. Evaluation for award will be made in accordance with Simplified Acquisition Procedures of FAR Subparts 13, 15, and 36. Award selection will be made on a Best Value determination made after consideration of price and non-price factors as listed in Section M of the solicitation. Refer to Section L, Instructions to Quoters, and Section M, Evaluation Factors, and all other terms, provisions and clauses for this solicitation in Attachment no. 2. WHERE TO CHECK FOR AMENDMENTS TO SOLICITATION. Prospective quoters must visit SAM.gov periodically to check for amendments and other changes to the solicitation documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however, offerors who have not established and/or maintained an active registration at www.SAM.gov by the offer due date and time will be considered either ineligible or non-responsive and will be not considered for award. QUESTIONS? All questions shall be submitted in writing, emailed to: Phaedra_Fuller@nps.gov and cc: Joshua_Haggett@nps.gov. Email shall contain Solicitation number 140P8425Q0059 in the subject line of the email. If questions pertain to technical specification, include the specific citation within the specs for the question asked. Any Questions and Answers (Q and A) from the site visit will be posted as an amendment in SAM.gov, so keep watch for that. Any additional questions will be compiled and provided via additional amendment(s) in SAM.gov. Final questions are due no later than three (3) days prior to solicitation closing date. The Government reserves the right to cancel this solicitation.Aug 29, 2025 04:00 PM PDTHighway, Street, and Bridge ConstructionMAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Fuller, PhaedraAug 13, 2025
6515--Imaging Personal Protective EquipmentSee AttachmentAug 21, 2025 01:00 PM MDTSurgical Appliance and Supplies ManufacturingMED & SURGICAL INSTRUMENTS,EQ & SUPTotal Small Business Set-Aside (FAR 19.5)Nazanin KreinerAug 13, 2025
Bradford Island Fish Ladder Exit Dredging 2025Bradford Island Fish Ladder Exit Dredging 2025 Technical Matters: Submit technical inquiries and questions related to this IFB via Bidder Inquiry in ProjNet at https://www.projnet.org at least 5 calendar days prior to the date established in the IFB for receipt of bids. The Government reserves the right to decline addressing questions received less than 5 calendar days prior to receipt of bids. If an Offeror believes that the requirements in this IFB contain an error(s), omission(s), or are otherwise unsound, immediately notify the Contract Specialist via email with supporting rationale.Aug 29, 2025 01:00 PM PDTOther Heavy and Civil Engineering ConstructionCONSTRUCTION OF DREDGING FACILITIESTotal Small Business Set-Aside (FAR 19.5)Julia Carlton | Brandon LasichAug 13, 2025
POWER CABLEPlease reference this solicitation number SPMYM2-25-Q-2319 CABLE POWER in the subject line of your email. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. Firms interested in submitting offers must: 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 14, 2025 03:00 PM PDTOther Communication and Energy Wire ManufacturingWIRE AND CABLE, ELECTRICALTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 13, 2025
Siskiyou Mountain Ranger District Lawn MaintenanceThis is a combined synopsis/solicitation for commercial products and/or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.The combined synopsis/solicitation number is 1240BF25Q0039and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract.The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 17 January 2025. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement is S208, Housekeeping- Landscaping/Groundskeeping. The small business size standard is 9.5 million. Questions concerning this solicitation shall be submitted electronically via email to Bridgette.jones@usda.gov and Lorenzo.Montoya@usda.gov no later than August 19, 2025, at 4:00 PM (Eastern Time). Answers to offerors questions will be posted in SAM.gov no later than August 25, 2025, at 4:00 PM (Eastern Time). All amendments to the solicitation will be posted in SAM.gov. Acknowledge receipt and understanding of all amendments to this solicitation by sending an email to Bridgette.Jones@usda.gov and Lorenzo. Montoya@usda.gov. In the email, include the solicitation and amendment number. Offers shall be submitted electronically via email to Bridgette. Jones @usda.gov and Lorenzo.Montoyaya@usda.gov no later than August 27, 2025, 4:00 PM Eastern Time. Offerors shall ensure offers are delivered into this inbox by the due date and time. Emails should contain 3 separate attachments: Technical Capability (in Microsoft Word or PDF format), Past Performance (in PDF format), and Price (in Microsoft Excel format). Be aware that large attachments may increase the time required to deliver an email. It is the offeror’s responsibility to confirm receipt of the offer.Aug 27, 2025 04:00 PM EDTLandscaping ServicesHOUSEKEEPING- LANDSCAPING/GROUNDSKEEPINGTotal Small Business Set-Aside (FAR 19.5)Bridgette Jones | Lorenzo MontoyaAug 13, 2025
Electronic Security System MaintenanceSolicitation for an Electronic Security System (ESS) Maintenance Contract.Aug 21, 2025 04:00 PM PDTSecurity Systems Services (except Locksmiths)INSPECTION- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Ruth A. JohnsonAug 13, 2025
VALVE BODYIndustrial Valve ManufacturingVALVES, NONPOWEREDTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 13, 2025
NEOPRENE, RUBBERPlease reference this solicitation number SPMYM2-25-Q-2341 NEOPRENE, RUBBER in the subject line of your email. Standalone spec sheet (pdf format) is required for evaluation. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 14, 2025 01:00 PM PDTAll Other Rubber Product ManufacturingRUBBER FABRICATED MATERIALSTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 13, 2025
TIRE REPLACEMENTNOTICE TO ALL OFFERORS: The Government anticipates awarding a firm, fixed price contract in accordance with FAR Part 12 and 13 in response to quotes/proposals received in response to this solicitation. A firm, fixed price contract places the maximum risk and full responsibility for all costs and resulting profit or loss on the contractor, offerors are advised to consider these risks when pricing their quotes/proposals. 2. See block 8 on page 1 of the solicitation for the closing date and time. 3. The deadline for submission of questions regarding the solicitation's terms, conditions, specifications, and/or the statement of work (SOW) / performance work statement (PWS) is 1 day prior to the solicitation's closing date. Submit via email, to the Contracting Official 2 days prior to solicitation closing date. FLC Puget Sound Manchester requires Fleet Tire Replacement for fuel trucks, work trucks and Oil Spill Response Boat Trailers. Current fleet tires are over 10 years old and require replacement. See attache solicitation and SOW.Aug 15, 2025 12:00 PM PDTAll Other Automotive Repair and MaintenanceMAINT-REP OF TIRES & TUBESTotal Small Business Set-Aside (FAR 19.5)Denise ManorAug 13, 2025
Umpqua NF, Tiller RD, South Zone FY26 Fall Tree PlantingThis is a combined synopsis/solicitation for commercial items prepared in accordance with theformat in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This procurement is set aside for Small Business. The NAICS code is 115310 and the Small Business Size Standard is $11.5 million. To respond to this Request for Quote, submit a 1) Written response to the evaluation criteria, 2) provide copies of your DOL-MSPA and OR-BOLI certificates and licensing, and 3) sign and return Attachment 1 - Schedule of Items. Email and questions and/or your quote package to: paula.winningham@usda.gov, no later than August 28, 2025, by 2pm PST.Aug 28, 2025 02:00 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Paula S. WinninghamAug 13, 2025
West Bend / Flat Mow Call OrderThis is a NOTICE OF INTENT to issue a BPA call against an existing Blanket Purchase Agreement ( BPA #1204N020A00XX) established under FAR 13.303 for the acquisition of “West Bend / Flat Mow”. It is the purpose of this solicitation to secure services to 1) mow/masticate existing brush and small standing live small conifer trees less than 2” dbh (seedlings) on 907 acres (546 mandatory and 361 optional acres). Services will be accomplished by use of Contractor furnished and Contractor operated equipment.Aug 19, 2025 04:30 PM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- TREE THINNINGTotal Small Business Set-Aside (FAR 19.5)Andrea PollockAug 13, 2025
Fire Detection, Alarm and Suppression System Inspection Service - FY25 FDC SeaTacU.S. Department of Justice Federal Bureau of Prisons Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 August 13, 2025 (i) This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 15B61125Q00000019. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. Completed solicitation package must be returned no later than 2:00 p.m. Pacific Standard Time on August 22, 2025, via email to SET-Contracting-S@bop.gov. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. (iv) This solicitation is being issued as a total small business set-aside. The NAICS for this requirement is 922160 with a size standard of $25,000,000. (v) The following items are required: Fire Suppression and Detection System Inspection, Testing, and Certification services for FDC SeaTac, as detailed in the attached solicitation and Statement of Work (SOW). Attachment A – BRQ 15B61125Q00000019 Attachment B – SOW Annual Fire Suppression and Detection Inspection (vi) This solicitation is expected to result in a single award of a firm-fixed price contract to a Washington State licensed and bonded commercial fire systems testing and inspection company. (vii) Service to be completed at the Federal Detention Center, SeaTac, WA by August 31, 2025. Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 (viii) FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively. (ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below. Price – The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; and Past Performance – Past performance information shall include prior experience, similar performances undertaken by the contractor, information provided on CPARS, and/or any other information deemed relevant by the Contracting Officer. (x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (JAN 2025)(Deviation FEB 2025), to include the below, are applicable to this acquisition. (b) X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note) X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26) (i) 52.219-28, Post Award Small Business Program Re-representation JAN 2025) (15 U.S.C. 632(a)(2)). X (31) 52.222-3 Convict Labor (June 2003) (E.O. 11755). X (32) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (E.O. 13126). X (35)(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332). X (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). (xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses FAR 52.204-13 System for Award Management (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) DOJ-02 – Contractor Privacy Requirements (JAN 2022) DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007) The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Elizabeth Kramer, Contract Specialist, by email to ekramer@bop.gov (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 2:00 p.m. Pacific Standard Time on August 22, 2025. The anticipated award date is on or about August 25, 2025. (xvi) Vendors shall submit quotes in .pdf format to Elizabeth Kramer, Contracting Officer, by email to SET-Contracting-S@bop.gov or ekramer@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 30 calendar days after close. Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov/Contract Opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FDC SeaTac) to respond. Questions must be submitted by email only, SET-Contracting-S@bop.gov. No phone calls please.Aug 22, 2025 02:00 PM PDTFire ProtectionINSPECTION- SPECIAL INDUSTRY MACHINERYTotal Small Business Set-Aside (FAR 19.5)Contracting OfficeAug 13, 2025
Kosher Requirement - FY25 4th Quarter Extension - FDC SeaTacU.S. Department of Justice Federal Bureau of Prisons Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 August 13, 2025 (i) This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 15B61125Q00000018. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. (iv) This solicitation is being issued as a total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees. (v) The following items are required: Various Kosher items for the Federal Detention Center, SeaTac, WA, as detailed in the solicitation. Attachment A – BRQ 15B61125Q00000018 (vi) This solicitation is expected to result in a single award, or multiple awards, of a firm-fixed price contract(s) for various Kosher items. (see FAR 52.214-22, Evaluation of Bids for Multiple Awards). (vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING September 1, 2025, AND ENDING September 18, 2025, BETWEEN THE HOURS OF 7:00 A.M. PACIFIC STANDARD TIME (PST) and 1:00 P.M. PST. NO DELIVERY ON WEEKENDS OR HOLIDAYS. ANY QUESTIONS REGARDING DELIVERY CONTACT: Food Service Administrator at (206)870-5714 Food Service Warehouse at (206)870-5785 Refer to Attachment B – Local Delivery Requirements for detailed delivery instructions and additional delivery requirements. Delivery to be completed on-site at: Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 (viii) FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively. (ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below and detailed in Attachment C – Evaluation Factors and Award Information. Price – The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; and Past Performance – Past performance information shall include prior experience and similar performances undertaken by the contractor; and Technical – In the form of Product Offered (Identify the Product Brand or Manufacturer). (x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (JAN 2025)(Deviation FEB 2025), to include the below, are applicable to this acquisition. (b) X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note) X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26) (i) 52.219-28, Post Award Small Business Program Re-representation JAN 2025) (15 U.S.C. 632(a)(2)). X (31) 52.222-3 Convict Labor (June 2003) (E.O. 11755). X (32) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (E.O. 13126). X (35)(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332). X (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). (c) X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.214-22 Evaluation of Bids for Multiple Awards (Mar 1990) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses FAR 52.204-13 System for Award Management (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) DOJ-02 – Contractor Privacy Requirements (JAN 2022) DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007) The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Elizabeth Kramer, Contract Specialist, by email to ekramer@bop.gov (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 2:00 p.m. Pacific Standard Time on August 26, 2025. The anticipated award date is on or about August 29, 2025. (xvi) Vendors shall submit quotes in .pdf format to Elizabeth Kramer, Contracting Officer, by email to SET-Contracting-S@bop.gov or ekramer@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Emails rejected by filters are not the responsibility of the government. Quotes received after the due date will be handled in accordance with FAR 52.212-1(f). Quotes MUST be good for 30 calendar days after close. Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov|Contract Opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FDC SeaTac) to respond. Questions must be submitted by email only, SET-Contracting-S@bop.gov. No phone calls please.Aug 26, 2025 02:00 PM PDTAll Other Miscellaneous Food ManufacturingSPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONSTotal Small Business Set-Aside (FAR 19.5)Contracting Office | Elizabeth KramerAug 13, 2025
Halal Requirement - FY25 4th Quarter Extension - FDC SeaTacU.S. Department of Justice Federal Bureau of Prisons Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 August 13, 2025 (i) This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 15B61125Q00000017. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. (iv) This solicitation is being issued as a total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees. (v) The following items are required: Various Halal items for the Federal Detention Center, SeaTac, WA, as detailed in the solicitation. Attachment A – BRQ 15B61125Q00000017 (vi) This solicitation is expected to result in a single award, or multiple awards, of a firm-fixed price contract(s) for various Halal items. (see FAR 52.214-22, Evaluation of Bids for Multiple Awards). (vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING September 1, 2025, AND ENDING September 18, 2025, BETWEEN THE HOURS OF 7:00 A.M. PACIFIC STANDARD TIME (PST) and 1:00 P.M. PST. NO DELIVERY ON WEEKENDS OR HOLIDAYS. ANY QUESTIONS REGARDING DELIVERY CONTACT: Food Service Administrator at (206)870-5714 Food Service Warehouse at (206)870-5785 Refer to Attachment B – Local Delivery Requirements for detailed delivery instructions and additional delivery requirements. Delivery to be completed on-site at: Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 (viii) FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively. (ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below and detailed in Attachment C – Evaluation Factors and Award Information. Price – The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; and Past Performance – Past performance information shall include prior experience and similar performances undertaken by the contractor; and Technical – In the form of Product Offered (Identify the Product Brand or Manufacturer). (x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (JAN 2025)(Deviation FEB 2025), to include the below, are applicable to this acquisition. (b) X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note) X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26) (i) 52.219-28, Post Award Small Business Program Re-representation JAN 2025) (15 U.S.C. 632(a)(2)). X (31) 52.222-3 Convict Labor (June 2003) (E.O. 11755). X (32) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (E.O. 13126). X (35)(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332). X (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). (c) X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.214-22 Evaluation of Bids for Multiple Awards (Mar 1990) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses FAR 52.204-13 System for Award Management (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) DOJ-02 – Contractor Privacy Requirements (JAN 2022) DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007) The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Elizabeth Kramer, Contract Specialist, by email to ekramer@bop.gov (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 2:00 p.m. Pacific Standard Time on August 26, 2025. The anticipated award date is on or about August 29, 2025. (xvi) Vendors shall submit quotes in .pdf format to Elizabeth Kramer, Contracting Officer, by email to SET-Contracting-S@bop.gov or ekramer@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Emails rejected by filters are not the responsibility of the government. Quotes received after the due date will be handled in accordance with FAR 52.212-1(f). Quotes MUST be good for 30 calendar days after close. Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov|Contract Opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FDC SeaTac) to respond. Questions must be submitted by email only, SET-Contracting-S@bop.gov. No phone calls please.Aug 26, 2025 02:00 PM PDTAll Other Miscellaneous Food ManufacturingSPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONSTotal Small Business Set-Aside (FAR 19.5)Contracting Office | Elizabeth KramerAug 13, 2025
Multiple Building Life/Safety - Curlew Job Corps Center, WAWork for this project requires the contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: 1. B2814 Gymnasium Fire Alarm System Replacement 2. B2815 HBI Welding Equipment Emergency Stop System Site visit shall be held on August 20th, 2025 at 10:00AM Pacific Time at Curlew Job Corps Civilian Conservation Center, 3 Campus Street, Curlew, WA 99118. All Offers are due by September 3rd, 2025 at 10:00AM Pacific Time to Ian.Barnes@usda.gov.Sep 03, 2025 10:00 AM PDTElectrical Contractors and Other Wiring Installation ContractorsMISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Ian BarnesAug 13, 2025
METAL SHEETAluminum Sheet, Plate, and Foil ManufacturingPLATE, SHEET, STRIP, AND FOIL; NONFERROUS BASE METALTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 13, 2025
Stevens Ridge Mastication Call OrderThis is a NOTICE OF INTENT to issue a BPA call against an existing Blanket Purchase Agreement ( BPA #1240BE22A00XX) established under FAR 13.303 for the acquisition of “Stevens Ridge Mastication”. This call order is for mastication treatments on the Pomeroy Ranger District of the Umatilla National Forest. There are a possible of 623 acres of mastication.Aug 18, 2025 04:30 PM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- TREE THINNINGTotal Small Business Set-Aside (FAR 19.5)Andrea PollockAug 12, 2025
SCISSOR LIFTPlease reference this solicitation number SPMYM2-25-Q-2340 SCISSOR LIFT in the subject line of your email. 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. firms interested in submitting offers must: 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 15, 2025 08:00 AM PDTOther Electronic Component ManufacturingMISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 12, 2025
Dairy Requirement - FY25 4th Quarter Extension - FDC SeaTacU.S. Department of Justice Federal Bureau of Prisons Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 August 12, 2025 (i) This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 15B61125Q00000016. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. (iv) This solicitation is being issued as a total small business set-aside. The NAICS for this requirement is 311511 with a size standard of 700 employees. (v) The following items are required: Various Dairy items for the Federal Detention Center, SeaTac, WA, as detailed in the solicitation. Attachment A – BRQ 15B61125Q00000016 (vi) This solicitation is expected to result in a single award, of a firm-fixed price contract for dairy items. Quantities listed in the solicitation are the estimated total quantities for the entire period of performance. There are no minimum or maximum quantities guaranteed. (vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING October 1, 2025, AND ENDING December 31, 2025, BETWEEN THE HOURS OF 7:00 A.M. PACIFIC STANDARD TIME (PST) and 1:00 P.M. PST. WEEKLY DELIVERIES WILL BE MADE ON A DAY MUTUALLY AGREED UPON BETWEEN THE GOVERNMENT AND THE CONTRACTOR. NO DELIVERY ON WEEKENDS OR HOLIDAYS. ANY QUESTIONS REGARDING DELIVERY CONTACT: Food Service Administrator at (206)870-5714 Food Service Warehouse at (206)870-5785 Refer to Attachment B – Local Delivery Requirements Dairy for detailed delivery instructions and additional delivery requirements. Delivery to be completed on-site at: Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 (viii) FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively. (ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below and detailed in Attachment C – Evaluation Factors and Award Information. Price – The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; and Past Performance – Past performance information shall include prior experience and similar performances undertaken by the contractor. Technical – In the form of Product Offered (Identify the Product Brand or Manufacturer). (x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (JAN 2025)(Deviation FEB 2025), to include the below, are applicable to this acquisition. (b) X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note) X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26) (i) 52.219-28, Post Award Small Business Program Re-representation JAN 2025) (15 U.S.C. 632(a)(2)). X (31) 52.222-3 Convict Labor (June 2003) (E.O. 11755). X (32) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (E.O. 13126). X (35)(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332). X (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). (c) X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses FAR 52.204-13 System for Award Management (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) DOJ-02 – Contractor Privacy Requirements (JAN 2022) DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007) The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Elizabeth Kramer, Contract Specialist, by email to ekramer@bop.gov (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 2:00 p.m. Pacific Standard Time on August 26, 2025. The anticipated award date is on or about August 29, 2025. (xvi) Vendors shall submit quotes in .pdf format to Elizabeth Kramer, Contracting Officer, by email to SET-Contracting-S@bop.gov or ekramer@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Emails rejected by filters are not the responsibility of the government. Quotes received after the due date will be handled in accordance with FAR 52.212-1(f). Quotes MUST be good for 30 calendar days after close. Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov|Contract Opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FDC SeaTac) to respond. Questions must be submitted by email only, SET-Contracting-S@bop.gov. No phone calls please.Aug 26, 2025 02:00 PM PDTFluid Milk ManufacturingDAIRY FOODS AND EGGSTotal Small Business Set-Aside (FAR 19.5)Contracting Office | Elizabeth KramerAug 12, 2025
TAILPIECEAll Other Miscellaneous Fabricated Metal Product ManufacturingFITTINGS - HOSE PIPE & TUBETotal Small Business Set-Aside (FAR 19.5)JUNGHEE KIMAug 12, 2025
Clackamas River 2025 Seedling ReleaseThe purpose is to provide services for seedling release as well as related work in compliance with its terms, specifications, and provisions. This includes furnishing labor, equipment, supervision, transportation, operating supplies, and incidentals (except those designated as Government-furnished). It is the objective of this contract to obtain high quality seedling release to ensure maximum tree survival and achieve prompt reforestation of the sites by removal of competing vegetation growing around previously planted trees. Primary competing vegetation species include rhododendron, vine maple, trailing blackberry, cherry, and scotch broom..Aug 28, 2025 03:00 PM CDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- TREE THINNINGTotal Small Business Set-Aside (FAR 19.5)Tawana Green | Jason TanamorAug 12, 2025
SEAL RETAINERTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** IF YOU ARE ABLE TO QUOTE PLEASE BE SURE TO: 1. READ BOX 28 AND SIGN PAGE 1 BOXES 30 A, B, AND C. 2. PROVIDE YOUR CAGE CODE. 3. REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016). 4. PLEASE QUOTE FOB DESTINATION SILVERDALE, WA. 5. ANNOTATE THE LEAD TIME. 6. CHECK THE APPLICABLE BOXES IN 52.204-24 D(1) AND (2). 7. ANNOTATE THE NAME OF THE MANUFACTURER AND THE COUNTRY OF MANUFACTURING. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. EMAIL: diana.baldwin@dla.milAug 15, 2025 10:00 AM PDTGasket, Packing, and Sealing Device ManufacturingPACKING AND GASKET MATERIALSTotal Small Business Set-Aside (FAR 19.5)Diana BaldwinAug 12, 2025
Meat/Subsistence Requirement - FY25 4th Quarter Extension - FDC SeaTacU.S. Department of Justice Federal Bureau of Prisons Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 August 12, 2025 (i) This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 15B61125Q00000015. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. (iv) This solicitation is being issued as a total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees. (v) The following items are required: Various Subsistence items for the Federal Detention Center, SeaTac, WA, as detailed in the solicitation. Attachment A – BRQ 15B61125Q00000015 (vi) This solicitation is expected to result in a single award, or multiple awards, of a firm-fixed price contract(s) for various subsistence items. (see FAR 52.214-22, Evaluation of Bids for Multiple Awards). (vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING September 2, 2025, AND ENDING September 18, 2025, BETWEEN THE HOURS OF 7:00 A.M. PACIFIC STANDARD TIME (PST) and 1:00 P.M. PST. NO DELIVERY ON WEEKENDS OR HOLIDAYS. ANY QUESTIONS REGARDING DELIVERY CONTACT: Food Service Administrator at (206)870-5714 Food Service Warehouse at (206)870-5785 Refer to Attachment B – Local Delivery Requirements for detailed delivery instructions and additional delivery requirements. Delivery to be completed on-site at: Federal Detention Center (FDC) SeaTac 2425 South 200th Street SeaTac, WA 98198 (viii) FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively. (ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below and detailed in Attachment C – Evaluation Factors and Award Information. Price – The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; and Past Performance – Past performance information shall include prior experience and similar performances undertaken by the contractor. Technical – In the form of Product Offered (Identify the Product Brand or Manufacturer). (x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (JAN 2025)(Deviation FEB 2025), to include the below, are applicable to this acquisition. (b) X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note) X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26) (i) 52.219-28, Post Award Small Business Program Re-representation JAN 2025) (15 U.S.C. 632(a)(2)). X (31) 52.222-3 Convict Labor (June 2003) (E.O. 11755). X (32) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (E.O. 13126). X (35)(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332). X (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). (c) X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.214-22 Evaluation of Bids for Multiple Awards (Mar 1990) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses FAR 52.204-13 System for Award Management (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) DOJ-02 – Contractor Privacy Requirements (JAN 2022) DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007) The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Elizabeth Kramer, Contract Specialist, by email to ekramer@bop.gov (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 2:00 p.m. Pacific Standard Time on August 26, 2025. The anticipated award date is on or about August 29, 2025. (xvi) Vendors shall submit quotes in .pdf format to Elizabeth Kramer, Contracting Officer, by email to SET-Contracting-S@bop.gov or ekramer@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Emails rejected by filters are not the responsibility of the government. Quotes received after the due date will be handled in accordance with FAR 52.212-1(f). Quotes MUST be good for 30 calendar days after close. Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov|Contract Opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FDC SeaTac) to respond. Questions must be submitted by email only, SET-Contracting-S@bop.gov. No phone calls please.Aug 26, 2025 02:00 PM PDTAll Other Miscellaneous Food ManufacturingFOOD, OILS AND FATSTotal Small Business Set-Aside (FAR 19.5)Contracting Office | Elizabeth KramerAug 12, 2025
PLASTIC SHEETTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: kelli.monaco@dla.mil PHONE: 385-591-9038Aug 13, 2025 01:00 PM PDTAll Other Plastics Product ManufacturingPLASTICS FABRICATED MATERIALSTotal Small Business Set-Aside (FAR 19.5)KELLI MONACOAug 12, 2025
FY26 Clear Lake Sewage RemovalThe Contractor shall provide sewage pumping and removal services at Fairchild AFB Clear Lake Resort. All service must comply with federal, state, and county rules and regulations to ensure environmentally compliant handling and proper disposal of the contents of the two (2) above ground sewage tanks at Clear Lake. Amendment 001, published 7/16/2025, establishes a site visit on Monday, 21 July 2025 at 10:00 AM, and publishes questions and answers. Amendment 002, published 7/21/2025, incorporates a revised Wage Determination and publishes questions and answers from the site visit held on 7/21/2025. Amendment 003, published 7/29/2025 publishes questions and answers received from contractors. Amendment 004, published 7/31/2025, publishes additional question and answer received from a contractor. Amendment 005, published 8/12/2025, extends the quote deadline from 4 August 2025 at 10:00 AM PT to 12 August 2025 at 10:00 AM PT. Amendment 006, published 8/12/2025, extends the quote deadline from 12 August 2025 at 10:00 AM PT to 13 August 2025 at 1:00 PM PTAug 13, 2025 01:00 PM PDTSeptic Tank and Related ServicesOPERATION OF SEWAGE AND WASTE FACILITIESTotal Small Business Set-Aside (FAR 19.5)Mikeeli C. Hanson | Sarah O'NeilAug 12, 2025
USCGC Polar Star CPP Oil Seattle FY25USCGC Polar Star is soliciting for 500 gallons of the following hydraulic oil: Characteristics - MOBIL DTE 732 ISO 32 (SDS attached) Vendor to onload oil via a truck using a 200 foot long hose with 2 inch camlock fittings. Vendor will provide and set up boom during the onload. Delivery of hydraulic oil is to: US Coast Guard Base Pier 46F 1519 Alaskan Way S. Seattle, WA 98134 For technical inquiries, please reach out to Trevor Davenport at Trevor.A.Davenport@uscg.mil For contracting inquiries, please contact Joseph Legan at Joseph.M.Legan@uscg.mil Contact Information: Primary Point of Contact Trevor Davenport trevor.a.davenport@uscg.mil Phone Number 2062176260 Secondary Point of Contact Joseph Legan Joseph.M.Legan@uscg.mil Phone Number2062176260Aug 21, 2025 12:00 PM PDTPetroleum Lubricating Oil and Grease ManufacturingOIL & GREASE-CUT,LUBR & HYDRAULICTotal Small Business Set-Aside (FAR 19.5)Joseph Legan | Trevor DavenportAug 11, 2025
KETTLE CREST TRAIL RESTORATION COLVILLE NATIONAL FORESTEXTENDING THE CLOSING DATE TO 18 AUGUST 2025 BY 2:00 PM PDST Scope of Contract - This contract is to provide services for trail maintenance work on the Three Rivers Ranger District, East Side on the Colville National Forest. The objective of this contract is to provide safe public access on the trails while preventing resource and facility damage, performing all work to the standards found in the Forest Service Stand Specifications for Construction and Maintenance of Trials (September 1996, EM-7720-103). The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals, necessary to perform all work specified. Location and Description – vicinity maps showing project location and access are attached and made a part of this contract. Other information regarding specific sub-items are contained in the trail maintenance work summaries and delivery schedules (see Section J), and in paragraphs 982, 981, 988, and 991 of the trail maintenance specifications, sections 980 through 991. The locations of the trails to be maintained are shown on the attached maps and Trail Maintenance Performance Requirement Work Summary Charts (see Section J). Access All work areas may be reached by forest roads that are accessible by standard two-wheel drive pickup (with snow tires and chains, if needed) during normal operating seasons, unless otherwise indicated on the Trail Maintenance Performance Requirement Work Summary. 2. No vehicles will be permitted to operate off system roads without approval of the Contracting Officer. 3. Motorized vehicles are restricted on all trails as designated with "M" in the Trail Maintenance Performance Requirement Work Summary (reference Section J). 4. Motorized equipment (except motorized vehicles), such as chainsaw, weed eater, may be used for trail maintenance work in this contract. The desired start of work is 10 days after Contract award. Solicitation closes on 14 August 2025 by 2:00 PM Pacific Time. Period of Performance is from contract award through June 15th 2026. This is a one-year contract with 2 Optional Years for a possible total of 3 years. This a Small Business Set Aside. Technical point of contact for this project is Carmen Nielsen at (509) 738-7700 x7761 or e-mail carmen.nielsen@usda.gov Jorge Somoza, Contract Specialist, Phone (509) 423-2224. Email jorge.somoza@usda.govAug 18, 2025 02:00 PM PDTOther Heavy and Civil Engineering ConstructionMAINTENANCE OF RECREATION FACILITIES (NON-BUILDING)Total Small Business Set-Aside (FAR 19.5)Jorge A. SomozaAug 11, 2025
Recovery and Deployment of Acoustic MooringsProvide vessel and labor for 5 days to recover/deploy acoustic recorder moorings with experience specific to: The recovery/deployment of six NOAA autonomous acoustic recorder moorings from the Columbia River to the Cape Flattery, Washington,Aug 14, 2025 01:00 AM PDTCoastal and Great Lakes Passenger TransportationPASSENGER MARINE CHARTER SERVICETotal Small Business Set-Aside (FAR 19.5)Charles Kendall | Aakanksha BhargavaAug 11, 2025
SFS Shoot House AdditionThe contractor shall design and install an addition to the existing shoot house for the 92d Security Forces Squadron at Fairchild Air Force Base. The contractor shall provide all equipment, supplies, transportation, materials, supervision, training, and other items and non-personal services necessary to design, fabricate, install and make the training structure fully ready for use, IAW the attached documents. Amendment 0001: The purpose of this Amendment is to extend the RFQ due date and establish a date and time for a site visit. Amendment 0002: The purpose of this Amendment is to provide pictures of the existing shoot house structure and answer questions submitted by offerors. Amendment 0003: The purpose of this Amendment is to revise the Statement of Work and answer questions submitted by offerors. Amendment 0004: The purpose of the Amendment is to answer questions submitted by offerors.Aug 20, 2025 10:00 AM PDTPrefabricated Metal Building and Component ManufacturingPREFABRICATED AND PORTABLE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Ryan A Moffett | Sarah O'NeilAug 11, 2025
Y--TOWN OF COULEE DAM UNDERGROUND FEEDERSTown of Coulee Dam Underground Feeders 1, 3, 4 ReplacementSep 26, 2025 01:00 PM MDTOther Heavy and Civil Engineering ConstructionCONSTRUCTION OF OTHER NON-BUILDING FACILITIESTotal Small Business Set-Aside (FAR 19.5)Garcia, SyndyAug 11, 2025
Government Housing Lead-based Paint Testing & Asbestos Inspection Service for the Umpqua National Forest, OregonThe Umpqua National Forest requires lead and asbestos inspection service for Government-owned houses. Work-scope includes lead inspections for and estimated 46 houses and asbestos inspection for 11 houses located at three locations in the Umpqua NF, Oregon. Buildings range from ninety-four to forty years of age.Sep 02, 2025 03:00 PM PDTRemediation ServicesENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORTTotal Small Business Set-Aside (FAR 19.5)Thomas Hammerle Contracting OfficerAug 11, 2025
Yakama White Swan Well Decommissioning (Yakima County, WA)**A00001: The purpose of amendment A00001 is to answer questions asked in response to this solicitation and extend the quote due date. See attachment labeled MC01 75H70125Q00029-A00001 for details.** The attached SOLICITATION 75H70125Q00029 is issued on behalf of the Indian Health Service (IHS). The purpose of this project is to decommission four (4) abandoned or unused community drinking water wells located on tribal land on the Yakama Indian Reservation. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 – Water and Sewer Line and Related Structures Construction with a size standard of $45 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation (Attachment B01 75H70125Q00029) LOCATION OF PROJECT: Yakama Indian Reservation; Yakima County, WA TERO: TERO is applicable. It is the sole responsibility of the contractor to comply with all TERO requirements. The Yakama Indian Reservation has a TERO office and TERO requirements. CONSTRUCTION DURATION: Period of Performance is 60 calendar days from issuance of the Notice to Proceed. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000 and $100,000, in accordance with FAR 36.204. CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement using price only evaluation criteria as detailed in Section M. This solicitation is issued as a Request for Quotes (RFQ) in accordance with FAR Part 13 and 36 procedures. QUOTE REQUIREMENTS: In accordance with solicitation Section L. The quote shall include the following: 1. Complete SF1442, blocks 14-20c. Any and all solicitation amendments require acknowledgement in Block 19 of the SF1442; and 2. Section B, Price Schedule shall be filled out in its entirety. 3. Submission of Bid Guarantee in accordance with FAR 52.228-1 Bid Guarantee (Sept 1996) SITE VISIT: Site visits may be arranged by contacting the Contract Specialist at toby.hayden@ihs.gov at least three days in advance of the requested date. See FAR 52.236-37 Site Visit (Construction) in the solicitation for details. QUOTE DUE DATE: The quotation shall be submitted electronically in PDF format via email to toby.hayden@ihs.gov at your earliest convenience but no later than August 14, 2025 at 2:00 PM PT unless changed by amendment. EVALUATION: In accordance with FAR 13.106-2, the evaluation for this award will be based on price and the quoter’s compliance with the terms and conditions for this request for quotes; see Section L for quote submission requirements. The quoter shall possess all necessary certifications to perform the work specified in Section C in order to be eligible for award. Prices quoted must reflect the quoter’s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government. Price is the discriminating factor for award among offers. The Total Firm Fixed Price listed in block 17 of the SF1442 will be utilized for the overall price evaluation and to determine the lowest priced offer. QUESTIONS: Quoters shall submit all questions concerning this solicitation in writing to the Contracting Officer, Toby Hayden, at toby.hayden@ihs.gov. Questions should be received no later than 7 days prior to quote due date to allow time for a response. NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM.Aug 14, 2025 02:00 PM PDTWater and Sewer Line and Related Structures ConstructionCONSTRUCTION OF WATER SUPPLY FACILITIESTotal Small Business Set-Aside (FAR 19.5)Toby HaydenAug 11, 2025
Wolf Creek JCC Heat pump, HVAC, Umpqua Dorm1. Replacement of two 2.5-ton heat pump split systems serving the Education Building (B1631). 2. Replacement of one 5-ton packaged rooftop heat pump system serving the Theater Building (B1630). 3. Replacement of one Lochnivar 745,000 BTUH (731 GPH @ 100° F output) liquid propane fired domestic water heater with a new Energy Star rated condensing domestic water heater with the same or greater nominal output. Site visit shall be held on August, 18, 2025 at 10:00 at Wolf Creek JCC 2010 Opportunity Lane, Glide, Oregon 97443.Sep 02, 2025 10:00 AM PDTPlumbing, Heating, and Air-Conditioning ContractorsINSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Ian BarnesAug 11, 2025
INSULATION, SLEEVINGTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: KAREN.CRESWELL@DLA.MIL PHONE: 385-591-0040Aug 12, 2025 11:00 AM PDTAll Other Miscellaneous Textile Product MillsWALLBOARD BLDG & THERMAL INSULATIONTotal Small Business Set-Aside (FAR 19.5)KAREN CRESWELLAug 11, 2025
PERISTALTIC PUMPPlease reference this solicitation number SPMYM2-25-Q-2313 PERISTALTIC PUMP in the subject line of your email. The solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. Only fully completed quotes submitted with completed and signed solicitation will be considered. firms interested in submitting offers must: 1)complete the pricing, 2) complete all representations and certifications found in the solicitation, 3) provide manufacturer information of proposed items, 4) return all pages of the completed original solicitation package, 5) ensure current registration in the system for award management (SAM.gov)Aug 13, 2025 09:00 AM PDTMeasuring, Dispensing, and Other Pumping Equipment ManufacturingSETS, KITS, AND OUTFITS OF HAND TOOLSTotal Small Business Set-Aside (FAR 19.5)DENISE M. QUISTAug 11, 2025
Fairchild AFB Giant Voice ReplacementThe contractor shall provide and deliver a complete turnkey Giant Voice System IAW with attached combine synopsis/solicitation FA462025RA907 with attachments.Aug 18, 2025 10:00 AM PDTAudio and Video Equipment ManufacturingINTERCOMM PUBLIC ADDRESS SYS EX AIRTotal Small Business Set-Aside (FAR 19.5)Nicholas P. Kortis | Brian M. FernandezAug 11, 2025
FY25 LRS Vertical CarouselsThe purpose of this acquisiton is to remove existing vertical carousels by disassembling and disposing of debris/waste in accordance with all local, federal and state regulations. In addition, serviceable parts to include shelves, bins, drawers, assemblies, doors, and the like shall be returned to the government. The contractor shall then install new vertical carousels, test for operational capability and dispose of any debris/waste. There are a total of seven (7) being requested. Four (4) are certified and three (3) are options. Please see attached COMBO and SOW for additional information.Aug 15, 2025 10:00 AM PDTConveyor and Conveying Equipment ManufacturingMISC MATERIALS HANDLING EQTotal Small Business Set-Aside (FAR 19.5)Nicholas P. Kortis | Brian Michael FernandezAug 11, 2025
W912DW25Q0035 FY25 PSTW Collected Debris RemovalThe contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, applicable licenses and permits, and other items and non-personal services necessary to perform FY25 PSTW Debris Removal at the Hiram M. Chittenden Locks as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in the contract. ***The following action was taking on July 17, 2025. The due date for the receipt of proposals is not extended. Quotes are due 8 August 2025 at 10:00 PM Pacific Time. Please see the attached Amendment W912DW25Q0005R0001. Offerors must acknowledge receipt of this amendment by number and date on offer. No further actions were taken on this update. ***The following action was taking on July 31, 2025. The due date for the receipt of proposals is not extended. Quotes are due 8 August 2025 at 3:00 PM Pacific Time. Please see the attached Amendment W912DW25Q0005R0002. Offerors must acknowledge receipt of this amendment by number and date on offer. No further actions were taken on this update. ***The following action was taking on August 1, 2025. The due date for the receipt of proposals is not extended. Quotes are due 8 August 2025 at 3:00 PM Pacific Time. Please see the attached Amendment W912DW25Q0005R0003. Offerors must acknowledge receipt of this amendment by number and date on offer. No further actions were taken on this update. ***The following action was taking on August 5, 2025. The due date for the receipt of proposals is extended. Quotes are due 12 August 2025 at 2:00 PM Pacific Time. Please see the attached Amendment W912DW25Q0005R0004. Offerors must acknowledge receipt of this amendment by number and date on offer. No further actions were taken on this update. This is a 100% Small Business Set Aside. PSC is S205. NAICS is 562219. The Size Standard is $47,000,000.00 For more detail, please see the attached solicitation. All offers must be submitted before August 12, 2025 at 3:00 PM PDT. Any questions or concerns must by submitted by August 1, 2025 at 10:00 AM PDT.Aug 12, 2025 02:00 PM PDTOther Nonhazardous Waste Treatment and DisposalTRASH/GARBAGE COLLECTIONTotal Small Business Set-Aside (FAR 19.5)McKenna Rain | Shemekia McMillanAug 11, 2025
RMC Audio/Visual System UpgradeThe Contractor shall replace current 16x16 matrix switcher in A/V room and all other equipment associated with the AV system necessary to ensure system is reliable, easy to maintain, and user friendly. The new system shall handle all aspects of audio and visual in rooms 104 A, 104 B, 112A, 112 B and 105. See attached SOW for additional details. Site Visit: 29 July 2025, 1:00 PM PST. Please RSVP by 24 July 2025. Amendment 02 is being psoted to : 1. Answer questions posed by interested vendors. 2. Provide meeting minutes from the site visit and a redacted sign-in sheet for those in attendance. 3. Update the Statement of Work 4. Update the FAC in the combo.Aug 19, 2025 10:00 AM PDTAudio and Video Equipment ManufacturingVIDEO RECORDING AND REPRODUCING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Angelo Bolanos | Brandon TeagueAug 8, 2025
RETAINER_SEALSOLICITATION FOR COMMERCIAL ITEMS DLA MARITIME PUGET SOUND intends to procure, RETAINER_SEAL manufactured in accordance with material specifications. The solicitation will be issued as; 100% SBSA (small business set-aside) commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. SOLE SOURCE TO: EDDY PUMP The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to: PUGET SOUND NAVAL SHIPYARD RECEIVING OFFICER PSNS BLDG 514 D1 1400 FARRAGUT AVE N4523A BREMERTON WA 98314-5001 The NAICS is:339991 & the Product Service Code (PSC)/or FSC is: 5330 ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: naomi.larson@dla.mil Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. All responsible sources interested in submitting offers must: 1)Complete the pricing for each CLIN listed. 2)Provide cage code. 2) Complete all representations and certifications found in the solicitation. 3) Provide manufacturer information of proposed items. 4) Return all pages of the completed original solicitation package, signed. 5) Ensure current registration in the system for award management (SAM.gov). 6) Included lead time for delivery (please quote FOB destination). In order to be considered for award, IF the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period**Aug 12, 2025 10:00 AM PDTGasket, Packing, and Sealing Device ManufacturingPACKING AND GASKET MATERIALSTotal Small Business Set-Aside (FAR 19.5)NAOMI LARSONAug 8, 2025
METAL SHEETTHIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. If choosing to quote, please complete and return the solicitation packet to me by the closing date to be considered. IN ORDER TO BE DEEMED RESPONSIVE, THE SOLICITATION MUST BE COMPLETED IN ITS ENTIRETY, AND MUST INCLUDE THE FOLLOWING: 1. Fill out box 17A, then Read box 28 and sign page 1 boxes 30 a, b, and c. 2. Provide your cage code. 3. Please quote FOB Destination Bremerton, WA. 4. Annotate the lead time. 5. Annotate the name of the manufacturer, and the products country of manufacturing. 6. Return this information with your quote. In order to be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** FOR YOUR BID TO BE DEEMED RESPONSIVE, A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL OR FAX. ENSURE YOU CHECK APPLICABLE BOXES IN CLAUSE 52.204-24 (2)(d) (1) and (2). EMAIL: jack.edwards@dla.mil FAX: 360-476-4121Aug 11, 2025 02:00 PM PDTAluminum Sheet, Plate, and Foil ManufacturingPLATE, SHEET, STRIP, AND FOIL; NONFERROUS BASE METALTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSAug 8, 2025
Advanced Small Stereo-Camera InstrumentsPlease see attached solciitation document 1305M325R0039, issued 08/08/2025 due 08/22/2025 1400 PD. Reference Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) for submission information.Aug 22, 2025 02:00 PM PDTSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument ManufacturingLEASE-RENT OF INSTRUMENTS & LAB EQTotal Small Business Set-Aside (FAR 19.5)Rachel StoneAug 8, 2025
Snowpack Modeling to Support Water Supply ForecastingThis project generates the long term, historical, physically based snowpack modeling data set to enhance existing National Water and Climate Center (NWCC) water supply forecasting methods by providing additional spatial context of the snowpack state that is not capture. The proposed project has two components: creation of the historical gridded data set and demonstration of near real-time capabilities. While a similar contract currently exists, this work is for snowpack modeling for additional areas and represents completely new work not covered by the current contract. The first component is long-term historical snow state modeling (including a minimum of SWE, cold content, surface water input), encompassing water year (WY) 1980 through WY 2025 for approximately 12 model domains at 5000 square mile (approx.) each to be specified through a collaborative effort with NWCC hydrologists. Modeling domains will encompass different hydroclimatic and snowpack regimes in the mountainous Western United States where snowmelt provides most of the available surface water. High resolution gridded modeled snow water equivalent (SWE) data will then be aggregated and summarized by subbasin and elevation bands within the modeling domain. The summarized information will be passed to NWCC hydrologists for evaluation in the existing operational water supply forecasting system to determine viability of these input variables for improving water supply forecast skill. The second component is the near real-time running of the same modeling systems and framework to support operational water supply forecasting. Thus, any product derived from gridded snow data must also be capable of supporting real-time modeling, which is defined here as the capability of delivering model results from the previous day by 8:00 am Pacific Time (24 hours latency) for all basins of interest within the modeling domains. Project Requirements: Begin work by October 1, 2025. Employ a physically based snowpack model capable of high resolution (<=100m) modeling which captures the spatial and temporal context of basin scale seasonal snowpack. Use high resolution (<5km), hourly, gridded weather products as model forcing data. Use lidar derived bare earth elevation data to initiate the snowpack model if available. Comprehensive lidar-derived vegetation parameterization should also be included within the model if available. This includes characterization of large fire scars, if applicable, as terrain, vegetation, and disturbance at fine scales are an important control on snowpack accumulation and evolution. Assimilate remote sensing data into the model including snow depth, albedo, and snow-covered area as available. Provide data assimilation reports of the changes and results. Implement spatial and temporal bias correction methods for model forcing variables with a focus on precipitation data. The need for bias-corrected input fields should be based on comparison to existing weather and snow monitoring station measurements, including the SNOTEL network. Bias correction methods must be capable of being deployed in near real-time to be applicable for operational water supply forecasting. Deliver a report quantifying model performance / error in snowpack state variables (to include depth, density, and SWE) based on comparisons between model results and snow measurements from observation stations (including the SNOTEL network) across all model runs for each modeling domain. Deliver daily gridded snowpack state and flux fields, and any derived snowpack summary products for WY 1980 to WY 2025 from the physically-based snowpack model. Deliver daily gridded bias-corrected forcing fields for WY 1980 to WY 2025 and a summary report of the bias correction methods and comparisons to observations (including observations from the SNOTEL network). Deliver documentation detailing model operation, input data sources, and calibration / validation results. Demonstrate the capability of near real-time modeling to support operational streamflow forecasting by providing model output and derived data products at the specified latency. This includes: 1) near real-time daily SWE grids, summarized by subbasin and elevation bands; 2) analysis reports on a semimonthly basis (1st and 16th day of the month) from December 1 through July 16 detailing distributed snowpack state variables (SWE, cold content and surface water input) how they have changed since the previous report. Deliver summary data in a format to facilitate integration and testing within the existing NWCC water supply forecasting system and architecture. Project Timeline, Deliverable and Invoice Schedule: Timelines are for delivery from project start which is targeted to be October 1, 2025. An accelerated delivery schedule is preferred. January 1, 2026: Complete modeling for a single basin for the entire period of record (WY 1980 to WY 2025) with applied forcing data bias adjustments and snowpack data assimilation as possible. Deliver gridded, daily model results and summarized data products to NWCC. Invoice opportunity for work completed (15% contract total). February 1, 2026: Demonstrate real-time modeling capability for initial model domain. Invoice opportunity for near real-time modeling capability (10% contract total). July 1, 2026: Complete optimized/debiased model runs for half of the remaining model domains for the entire historical period of record (WY 1980 to WY 2025). Invoice opportunity for work completed (25% contract total). January 1, 2027: Complete optimized/debiased model runs for all remaining model domains for the entire historical period of record (WY 1980 to WY 2025). Final bias correction, data assimilation and model performance reports complete. Invoice opportunity for work completed (30% contract total). Water Year 2027: Initiate real-time modeling capability for all model domains for first available full water year. Provide near real-time daily SWE grids, subbasin and elevation band summaries. Invoice for work completed (20% contract total).Aug 15, 2025 11:00 AM EDTOther Scientific and Technical Consulting ServicesNATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICESTotal Small Business Set-Aside (FAR 19.5)Lydia Jensen | Kyle HeidAug 8, 2025
McKenzie River Ranger District Wildlife Tree and Down Wood CreationSolicitation Notice McKenzie River Ranger District Wildlife Tree and Down Wood Creation Solicitation number is 1240BK25Q0073 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement 115310 Support Activities for Forestry The small business size standard is $11 million. Contract Line Item Number (CLIN) Structure: Refer to Schedule of Items and Price Sheet (RFQ 1240BK25Q0073 pdf). Description of Requirement: Services will include the creation of structures suitable for cavity nesting wildlife. The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees as described in the RFQ 1240BK25Q0073 pdf. Period of Performance: 09/01/2025 to 02/28/2026 A site visit has not been scheduled for this requirement. Offerors are however encouraged to conduct their own research into the area, this research is at the offerors own expense and is not reimbursable by the government. Questions concerning this solicitation shall be submitted electronically via email to Jared.Machgant@usda.gov no later than Friday, August 22, 2025 at 17:00 PM PT Time Answers to offerors questions will be posted in SAM.gov no later than Friday, August 24, 2025 at 17:00 PM PT Time All amendments to the solicitation will be posted in SAM.gov. Offers shall be submitted electronically via email to Jared.Machgan@usda.gov and no later than, Friday, August 29, at 17:00 PM PT Time. Offerors shall ensure offers are delivered into this inbox by the due date and time. Emails should contain 3 separate attachments: Technical Capability (in Microsoft Word or PDF format), Past Performance (in PDF format), and Price (in Microsoft Excel format). Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer. System for Award Management – Notice to Offerors #1: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. System for Award Management – Notice to Offerors #2: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. POC Primary Contracting Officer Jared Machgan Jared.Machgan@usda.gov Attachments: RFQ 1240BK25Q0073 McKenzie River Ranger District For Ranger District Wildlife Tree and Down Wood Creation Exhibit 5 Tree Treatment, Illustration for Chainsaw Topping Exhibit 6 Tree Illustrations (Illustration for Girdling) Exhibit 9 Sample Tree Registers, McKenzie River Ranger District Detailed Order Specifications Sheet (DOSS) Detailed Unit information Sheet (DUIS) Unit Maps Wage RatesAug 29, 2025 05:00 PM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared D MachganAug 8, 2025
Janitorial ServicesQ&A document posted. Janitorial Services in accordance with the attached solicitation documents.Aug 13, 2025 03:00 PM PDTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Frank PalmerAug 8, 2025
Howard A. Hanson Dam Septic ServicesPERFORMANCE WORK STATEMENT (PWS) Septic Pump-Out Services at HAHD Part 1 General Information 1. General: This is a non-personal services contract to provide pump out of sewer holding tanks, sewer systems and septic tanks and dispose of off-site at HAHD. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services necessary to pump out sewer holding tanks, sewer systems and septic tanks and dispose of off-site as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: This project is located on the upper reach of the Green-Duwamish River in King County, 63.76 river miles above the mouth in Seattle. It is in the city of Tacoma’s municipal watershed, 35 road miles east of Tacoma, 6 miles upstream from Palmer, and 24 miles from Mud Mountain Dam. This project is protected from public access. The facility provides flood protection within the Green-Duwamish watershed. 1.3 Objectives: To keep wastewater holding tanks for the Administration and Maintenance buildings at HAHD pumped down to prevent overtopping and ground contamination. 1.4 Scope: The contractor shall accomplish pump out of sewer holding tanks, sewer systems and septic tanks and dispose off-site. Normal pump-outs will be as needed during the contract year and not to exceed (NTE) eight (8) pump-outs per year. Contractor will have seven (7) days from notification to perform services. Emergency pump-outs will be as needed during the contract year and not to exceed (NTE) four (4) pump-outs per year. Contractor will have five (5) days from notification to perform emergency services. Specifications: Sewer Holding Tank at HAHD – 7,000 gallon max capacity; Septic Tank at HAHD - 300-500 gallon max capacity. 1.5 Period of Performance: The period of performance shall be for one (1) base year and four (4) option years. Normal pump-outs will be AS NEEDED DURING THE CONTRACT YEAR NOT TO EXCEED (NTE) eight (8) pump-outs per year. Emergency pump-outs will be AS NEEDED DURING THE CONTRACT YEAR NOT TO EXCEED (NTE) four (4) pump-outs per year. The Period of Performance reads as follows: Base Year: August 25, 2025 – August 24, 2026 Option Year I : August 25, 2026 – August 24, 2027 Option Year II: August 25, 2027 – August 24, 2028 Option Year III: August 25, 2028 – August 24, 2029 Option Year IV: August 25, 2029 – August 24, 2030 Specifics on performance are included in Part 5 Specific Tasks. 1.6 General Information 1.6.1 Quality Control: NA 1.6.2 Quality Assurance: NA 1.6.3 Recognized Holidays: Contractor WILL NOT provide services on the following federal holidays: New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veteran’s Day Memorial Day Thanksgiving Day Juneteenth Day Christmas Day Independence Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 a.m. to 3:30 p.m., Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at US Army Corps of Engineers (USACE), Howard A. Hanson Dam, 41900 Green River Headworks Road, Ravensdale, WA 98051. Before entering the Tacoma Public Utilities (TPU) watershed, the Contractor must check in at the Headworks Gate at 36932 SE Green River Headworks Rd, Ravensdale, WA 98051, before driving 4 miles up a primarily dirt road to HAHD. 1.6.6 Type of Contract: The government will award a firm-fixed price contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract shall adhere to the security procedures for Howard A. Hanson Dam. a. Contractor personnel performing work under this contract shall adhere to the HAHD and Tacoma Public Utilities (TPU) security procedures. Access to the project site is controlled by a manned security gate. Contractor shall coordinate with on?site personnel and TPU security to secure regular access to the project?site. b. Pre-screen candidates using E-Verify Program. The Contractor MUST pre-screen candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Contractor must ensure that the candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible candidates MUST be provided to the COR no later than three (3) business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. 1.6.7.1 Physical Security: NA 1.6.7.2 Key Control: NA 1.6.7.3 Lock Combinations: NA 1.6.8 Special Qualifications: NA 1.6.9 Post Award Conference/Periodic Progress Meetings: NA 1.6.10 Contracting Officer Representative (COR): NA 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Warren Douglas, Dam Equipment Mechanic Supervisor (206-316-3070) or Steven (Steve) Bjerk, Dam Equipment Mechanic Lead (206-316-3074). The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0700-1530, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. b. Invoices for payment must be sent to: U.S. Army Corps of Engineers Mud Mountain Dam Attn: Anne Holdener 30525 SE Mud Mountain Road Enumclaw WA 98022 or anne.holdener@usace.army.mil 1.6.12 Identification of Contractor Employees: NA 1.6.13 Contractor Travel: NA 1.6.14 Other Direct Costs: NA 1.6.15 Data Rights: NA 1.6.16 Organizational Conflict of Interest: NA 1.6.17 PHASE IN /PHASE OUT PERIOD: NA SEE ATTACHED SOLICITATION, PWS, AND QASP FOR ADDITIONAL IFORMATION.Aug 15, 2025 10:00 AM PDTSeptic Tank and Related ServicesWASTE TREATMENT AND STORAGETotal Small Business Set-Aside (FAR 19.5)Della S. Overton | Scott BrittAug 8, 2025
Gym Equipment & Installation1. BACKGROUND: Refresh of SWFPAC building gym spaces, B6300 and B7118. Current spaces are poorly designed and have broken and obsolete gym equipment. The spaces require new design of layout, with purchase and install of new equipment for use by battalion Marines and Sailors. 2. SCOPE/DELIVERABLES: - Purchase and installation of gym equipment in Building 6300 and Building 7118 located at Strategic Weapons Facility, Pacific located at 6401 Skipjack Circle, Silverdale WA 98315. See attachment for building design and dimensions See Solicitation for a full list of equipment items 3. PERIOD OF PERFORMANCE: Delivery by 15 October 2025. 4. MATERIAL TO BE PROVIDED BY THE GOVERNMENT: None. 5. MATERIAL TO BE PROVIDED BY THE CONTRACTOR: All labor, materials, and equipment to be provided by Contractor. 6. PLACE OF PERFORMANCE/LOCATION OF WORK: The services under this contract shall be performed on-site located at SWFPAC’s facility on Naval Base Kitsap – Bangor, located in Silverdale, Washington. Deliverables: SWFPAC 6403 Skipjack Circle Silverdale, WA, 98315 7. QUALITY ASSURANCE REQUIREMENTS: The Vendor is solely responsible for the quality of the materials and services to be provided. 8. TRAVEL REQUIREMENTS: Technicians must travel to SWFPAC’s facility to perform the scope of work.Aug 18, 2025 05:00 PM PDTSporting and Athletic Goods ManufacturingATHLETIC AND SPORTING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Tabbatha Austin | Lacy CampochiaroAug 7, 2025
NPL York PCT/Buck/Pile Call Order SoliciationThis is a NOTICE OF INTENT to issue a BPA call against an existing Blanket Purchase Agreement ( BPA #1204N020A00XX) established under FAR 13.303 for the acquisition of “NPL York PCT/Buck/Pile”. The purpose of this solicitation is to secure services for the hand cutting of trees, treatment of activity created slash by bucking and grapple/hand piling. Total size of project area is 1,228 mandatory and 588 optional acres. In units listed as “Grapple Only”, only slash that has been previously bucked shall be piled. Units are in recently commercially harvested stands and natural/untreated stands. The contractor must furnish all equipment, labor, supervision, transportation, materials, tools, supplies, and incidentals to perform work in accordance with specifications.Aug 14, 2025 04:30 PM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- TREE THINNINGTotal Small Business Set-Aside (FAR 19.5)Andrea PollockAug 7, 2025
FIRE PANEL REPLACEMENT. GIFFORD PINCHOT NATIONAL FORESTTHE CORRECT ADDRESS IS: 21000 Spirit Lake Highway Toutle, WA 98649 (AN EXTRA 0) THE SOLICITATION IS NOW AMENDED. THE NEW CLOSING DATE AND TIME IS 11 AUGUST 2025 BY 2:00 PM PDST This is a non-personal services contract to provide full replacement of an existing fire alarm system located at the Coldwater Science and Learning Center (SLC) for the Gifford Pinchot National Forest (GPNF). The United States Forest Service (USFS) has a need for a new fire alarm system located at the SLC. The existing panel is original to the building from 1992 and is exhibiting an alarm code that cannot be cleared. Through failed attempts to repair/diagnose, it is in the best interest of the Government to replace the panel in-kind, along with all downstream devices within the system. The Contractor shall provide all transportation, labor, equipment, supervision, materials, and supplies except those listed as Government Furnished Property, for the performance of this contract. As such the Government shall not exercise any supervision or control over the Contractor’s employees. Location The SLC is located at following address: 21000 Spirit Lake Highway Toutle, WA 98649 This is a firm fixed price contract. This contract is set aside for Small Business. No Pre-Bid Meeting will be held. Project Quoters are advised to visit the project site prior to bidding to be familiar with the projects road system and the access to each site. Address all technical questions about this solicitation to Heath Cameron at heath.cameron@usda.gov Contracting Officer Jorge Somoza at (509) 423-2224. Email jorge.somoza@usda.govAug 11, 2025 02:00 PM PDTElectrical Contractors and Other Wiring Installation ContractorsMAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Jorge SomozaAug 7, 2025
Furniture and Fixtures with Installation ServicesThis is notice of RFQ 36C26025Q0763 for Furniture and Fixtures with Installation Services for Building 7 at the Spokane VA Medical Center. This is notice of a total Small Business set-aside and a brand name or equal to solicitation. Further details can be found on the attached RFQ 36C26025Q0763 on this notice. Questions are due by 08/07/2025 at 12:00PM PDT and will be accepted by email only at sangmi.kim @va.gov. Interested offerors may submit quotes and submission requirements on or before the close date of this RFQ on 08/15/2025 at 12:00PM PDT by email only directly to sangmi.kim @va.gov.Aug 15, 2025 12:00 PM PDTOffice Furniture (except Wood) ManufacturingMISCELLANEOUS FURNITURE AND FIXTURESTotal Small Business Set-Aside (FAR 19.5)Sangmi KimAug 7, 2025
Schottel Drive Replacement7 AUGUST 2025: RFC answers 01-05 are posted. _________________________ 5 AUGUST 2025: The purpose of this amendment is to update Attachment 1 Statement of Work as of 05 August 2025. Additionally, RFC answers 01-03 are posted. _________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and Federal Acquisitions Regulation (FAR) part 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a standalone Firm-Fixed-Price contract to accomplish Schottel Drive Replacement. Work will be accomplished at Contractor's Facility. To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the west coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA. SCOPE OVERVIEW: The contractor shall perform engine drive replacement, associated mechanical modifications, and full exterior vessel painting at their facility. This includes access removal, drive system replacement, system integration, media blasting, priming, and painting in accordance with referenced specifications. Detailed work requirements are included in Section 3 of the Statement of Work. The Period of Performance is 30 days from contract award. This is a 100% Small Business setaside under the North American Industry Classification System (NAICS) 336611, Business Size Standard of 1,300 employees. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. See the attached RFQ and other documents for details of the requirement and submittal instructions.Aug 14, 2025 11:00 AM PDTShip Building and RepairingMAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKSTotal Small Business Set-Aside (FAR 19.5)ALICE ROBERTSON | Chris DavidsonAug 7, 2025
USCGC Henry Blake CO2 System repairThis post is for informational purposes only. This has been awarded Sole Source. Scope of Work (SOW) for CO2 Fire Suppression System Time Delay Replacement 1. Purpose and Scope The purpose of this Scope of Work (SOW) is to outline the process for the removal and replacement of failed time delays on the installed CO2 fire suppression systems in the Engine Room, Emergency Diesel Generator (EDG) Room, and Paint Locker aboard the CGC Henry Blake. The replacement will be conducted by qualified personnel to ensure that the time delay for the CO2 discharge system meets the required 60-second delay as per system specifications to maintain annual certification. 2. Deliverables and Performance Requirements Personnel: Two (2) technicians will perform the required tasks of replacing the failed time delays and conducting retesting to ensure full compliance with system specifications. Equipment and Materials: Contractors will provide the new time delays and necessary materials required for the system's repair. Testing: Upon installation of the new time delays, the system will be tested to verify that the time delay meets the required 60-second delay before CO2 is discharged. 3. Period of Performance POP is 11Aug-15Aug 2025. The maintenance will be scheduled between contractors and DC2 Zurcher and will take place during a Charlie period. 4. Location and Method of Performance Location: The work will be conducted onboard the CGC Henry Blake while stationed at NAVSTA Everett. Work Areas: The CO2 cylinders and the points where CO2 is dispersed (Engine Room, EDG Room, Paint Locker) will be the primary work areas. 5. Roles and Responsibilities DC2 Zurcher: DC2 Zurcher will be responsible for coordinating the date of maintenance with contractors, overseeing the contractors’ work, and ensuring that the work meets all required specifications. DC2 will also ensure that the completed work passes the necessary inspection and system testing, ensuring the CO2 system is operational and satisfies annual inspection criteria. Contractor: Technicians are responsible for providing labor, new time delays, and retesting the system to confirm the time delay works as per the specifications. The contractor will also ensure all work is documented and all relevant test data is provided. 6. Acceptance Criteria The installed CO2 fire suppression system must be fully operational with a verified 60-second time delay prior to CO2 discharge. The contractor will provide a report documenting the completion of the maintenance, the inspection process, and the operational status of the system. 7. Security and Confidentiality Security: The installation will occur at NAVSTA Everett, which is currently under FPCON Bravo ++. Contractors will be required to adhere to base security protocols, including obtaining a day pass for entry, and providing identification upon arrival. Confidentiality: All work will be conducted in compliance with security regulations, and contractors will adhere to base confidentiality guidelines. 8. Reporting Requirements Contractors will provide DC2 Zurcher with the names, emails, and phone numbers of all personnel performing the work. This information will be shared with base security for access control purposes. Upon arrival at the security gate, contractors will present two forms of identification to obtain a day pass. If an escort is needed, DC2 will provide one. Upon arrival at the vessel, contractors must sign into the visitor log under the supervision of the Officer of the Day (OOD). DC2 will oversee the contractors throughout the work process. After the job is complete, and if all work meets required specifications, contractors will sign out and be escorted off the base. 9. Legal Compliance This section is not applicable (N/A) for this scope of work. 10. Performance Monitoring Post-Installation Monitoring: DC2 Zurcher will monitor the performance of the installed CO2 systems following the time delay replacement. After the system is activated, a timer will be initiated to ensure the CO2 is discharged exactly 60 seconds after activation. Verification: Once the CO2 system is activated and the 60-second time delay is verified, the contractor will provide a record of the system’s operational performance, including maintenance and testing results. 11. Additional Considerations Workforce Requirements: All technicians shall be certified to work on and inspect commercial fire suppression systems, with the necessary qualifications and experience to perform the work safely and efficiently. Risk Management: While the CO2 fire suppression system is temporarily out of service during maintenance, the ship’s force will update the onboard firefighting doctrine to ensure that the CO2 system is not relied upon for firefighting operations during the maintenance period.Aug 11, 2025 08:00 AM PDTShip Building and RepairingMAINT-REP OF SHIP & MARINE EQTotal Small Business Set-Aside (FAR 19.5)Justin Wooldridge | Lindsay MongioviAug 7, 2025
INSPECTION & TESTING OF GROUND LADDERS, HOSES, APPLIANCES & NOZZLESNOTICE TO INTERESTED PARTIES 1. This solicitation is for the procurement of FIRE EQUIPMENT TESTING AND INSPECTION in support of NAVY REGION NORTHWEST FIRE & EMERGENCY SERVICES. It is anticipated that this solicitation will result in an award/order of a Firm, Fixed-Price Service type contract. Payment will be through WAWF. 2. The entire solicitation shall be filled out, signed, and returned as part of your quote. See block 8 on page 1 of the solicitation for the closing date and time. Clauses 52.204-24, 52.204-26 & 52.209-11 must be completed and returned to me. 3. The deadline for submission of questions regarding the solicitation's terms, conditions, specifications, and/or the Statement of Work (SOW) / Performance Work Statement (PWS) is 2 days prior to the solicitation closing date. All questions regarding this solicitation shall be submitted in writing via email to: NAVSUP Fleet Logistics Center, Puget Sound Contracting Specialist/Contracting Officer Denise Manor Regional Contracting Department E-Mail: denise.e.manor.civ@us.navy.mil 4. Award will be made to the quote/offer that represents the best value to the Government. Note: the Government reserves the right to consider the past performance of all quotes/offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer. 5. SINGLE AWARD FOR ALL ITEMS: Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the bidder whose quote is considered in the best interest of the government, price and other factors considered. Therefore, bidders who quote less than the entire effort specified herein may be determined to be unacceptable. 6. EXCEPTIONS: All bidders MUST note all exceptions from the solicitation's terms conditions, specifications, and/or the statement of work / performance work statement, if any. It will be assumed that any quote without mention of any exceptions will take no exception from all specifications, terms and conditions, clauses, or provisions within the solicitation." 7. The Government reserves the right to exercise option years in accordance with clause 52.217-9. 8. REQUIRED INFORMATION: ADDITIONAL INFORMATION Company Name: POC: Phone: Email: CAGE Code: DUNS: Business Size: Payment Terms: For Services - Period of Performance: For Supplies - Delivery (after receipt of order): GSA/BPA Contract # & expiration date (if applicable): 9. Department of Labor Wage Determination for Awardee location will be incorporated by reference. 10. Is a Contractor Collective Bargaining Agreement applicable: Yes ___ No ___ If applicable, provide Title and Agreement number __________________________________ Defense Biometric Identification System (DBIDS): Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS) to improve management and force protection at Navy installations. The Navy has transitioned from using the Navy Commercial Access Control System (NCACS) to the DBIDS for contractors and vendors requiring access to an installation. DBIDS is a standardized process for granting unescorted access privileges to vendors, contractors, suppliers, and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment registration, backing vetting, screening, issuance of credentials through a designated independent contractor DBIDS service provider.Aug 15, 2025 12:00 PM EDTFire ProtectionMAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLSTotal Small Business Set-Aside (FAR 19.5)Denise ManorAug 7, 2025
Installation of Video Surveillance System (VSS), Seattle, WASynopsis for Installation of Video Surveillance System (VSS) Nakamura Courthouse Seattle, WA Request for Quotation (RFQ) 70RFPW25QWA000008 The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS) has a requirement for the installation of a Video Surveillance System (VSS) at the Nakamura Courthouse, 1010 5th Avenue, Seattle, WA 98104. Contractor shall perform VSS installation in accordance with the Statement of Work (SOW). This acquisition is being solicited as a 100% small business set aside. Services shall be provided via a firm-fixed price contract. The North American Industry Classification System (NAICS) code is 561621 and the size standard is $25 million. The source selection process to be utilized for this acquisition is best value. The submission requirements and evaluation criteria will be defined in the Request for Quotation (RFQ). The Period of Performance for the installation is no later than 75 business days after the receipt of the Notice to Proceed. The contractor is required to register with the System for Award Management (SAM) at http: www.sam.gov . No contract award shall be made to any contractor that does not have an active registration in the System for Award Management. This is a synopsis announcement only; no solicitation documents have been posted at this time. All questions about this announcement shall be submitted in writing to Contract Specialist Cedric.Bedgood@fps.dhs.gov and the Contracting Officer lynn.e.miller@fps.dhs.gov. The RFQ documents will be issued on or about August 15, 2025.Sep 08, 2025 10:00 AM PDTSecurity Systems Services (except Locksmiths)INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Cedric Bedgood | Lynn MillerAug 7, 2025
Siuslaw NF, Hebo RD Animal Damage Control Maintenance – Tube Maintenance/Raise Reinstall/Remove and Pack OutThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are requested. This procurement is set aside for Small Business. The NAICS code is 115310 and the Small Business Size Standard is $11.5 million. The purpose of this solicitation is to secure services for tube/bamboo maintenance on 241 acres and final tube removal and packout on 48.5 acres on the Hebo Ranger District, Siuslaw National Forest in Tillamook, Lincoln and Yamhill Counties. The Contractor shall furnish all labor, equipment, surpervision, transportation, supplies and incidentals (except those designated as Government–furnished) to perform the work as specified in the solicitation. See the Solicitation, Pages 1 and 2, for instructions on how to submit a quote package for Solicitation 1240BK25Q0041. Quote packages are due no later than August 28, 2025, 2 p.m. PT. Email Quotes to: paula.winningham@usda.govAug 22, 2025 02:00 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Paula S. WinninghamAug 7, 2025
Gym Equipment & InstallationTHIS IS A FIRM FIXED PRICE TYPE CONTRACT Strategic Weapons Facility Pacific (SWFPAC) will be soliciting for GYM EQUIPMENT AND INSTALLATION in accordance with solicitation specifications. This acquisition will be negotiated as a 100% SMALL BUSINESS SET ASIDE. The anticipated posting date of the solicitation is on or about 8 August 2025 with a closing date on or about 18 August 2025. Anticipated required date will be 15 October 2025. Requirement is being procured using FAR Part 12 and 13 Procedures. This solicitation and any subsequent amendments will be posted on the SAM.Gov Website: https://sam.gov. Interested persons may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date, which will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. Prospective offerors should register themselves on the SAM.gov website. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. Offerors must also be registered in the System for Awards Management (SAM) in order to receive a Government Award in this procurement at https://www.sam.gov. All questions regarding this solicitation should be submitted to the Contracting Officer, Tabbatha Austin at Tabbatha.austin@swfpac.navy.mil. ***DESCRIPTION OF ITEMS/SERVICE WILL BE POSTED AT THE TIME SOLICITATION IS POSTED***Aug 18, 2025 05:00 PM PDTSporting and Athletic Goods ManufacturingATHLETIC AND SPORTING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Tabbatha AustinAug 7, 2025
PMEL-25-0084 Cables with SubConn ConnectorsCOMBINED SYNOPSIS/SOLICITATION PMEL-25-0084 Cables with SubConn Connectors (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number PMEL-25-0084. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 (Jun 2025) (Deviation 2025-07) (May 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 334417. The small business size standard is 1000 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: Cables using Subconn connectors in accordance with the attached Statement of Need. (Supplies) All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of the country of manufacture for offered products. (vi) Description of requirements is as follows: See attached Statement of Need. (vii) Date(s) and place(s) of delivery and acceptance: Deliver by 10/302025. Delivery shall be FOB Origin to NOAA/PMEL in Seattle, Washington. Ship via UPS account 18A99FAug 21, 2025 12:00 PM EDTElectronic Connector ManufacturingCONNECTORS, ELECTRICALTotal Small Business Set-Aside (FAR 19.5)Benjamin Carlson | TAN, WEIMINGAug 7, 2025
LPS Pumps Mechanical Components Purchase ListThe United States Army Corps of Engineers (USACE) Bonneville and Cascade Locks require contractual services to purchase mechanical components for a Lamprey Pump. See attached parts list on spreadsheet.Aug 13, 2025 04:00 PM PDTIndustrial Supplies Merchant WholesalersCOMPRESSORS AND VACUUM PUMPSTotal Small Business Set-Aside (FAR 19.5)Raymie Briddell | Darrell HutchensAug 6, 2025
142WG OHWS Amendment 1Amendment 1: Revised PWS, updated CLIN structure, included solicitation questions and answers. Contractor shall perform injury prevention and mitigation, rehabilitation exercise services, and human performance optimization services to rated personnel assigned to the 142d Wing (142 WG), Portland, OR, USA, as part of the Human Performance Optimization (HPO) Optimizing the Human Weapons System (OHWS) initiative. The Contractor shall furnish consultation and reports, similar to the range of services found in a commercial facility, as well as services specialized to meet the specific spinal health needs of fighter aircrew.Aug 15, 2025 01:00 PM PDTOffices of All Other Miscellaneous Health PractitionersPHYSICAL MEDICINE & REHABILITATIONTotal Small Business Set-Aside (FAR 19.5)Capt Kalene Kaplan | MSgt Andrew DowlingAug 6, 2025
Shellfish nursery tables in Newport, ORCOMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1232SA25Q0276 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-04 dated 06/11/2025. This solicitation is issued as total small business setaside. The associated NAICS code is 112512 the small business size standard is $3.75. List CLINS, item descriptions, quantities and units of measure: 0001, Shellfish nursery table quantity 2 each Description/Statement of Work/Specification: See attached specifications Date(s) and place(s) of delivery and acceptance: Delivery to: OSU, Hatfield Marine Science Center 2030 SE Marine Science Center DR Newport, OR 97365 Delivery 60 days after award This requirement shall be FOB Destination. FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum. Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. Quoters are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their quote online at SAM: www.sam.gov. An quoter must state in their quote if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. Date, time and place quotes are due. Quotes are due by 08/18/2025 at 12:00pm Pacific Time Submit quotes to the following e-mail address(es), by the quote due date and time: Brian.Fien@usda.gov Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award. Any and all questions regarding this solicitation shall be submitted in writing to Brian Fien at Brian.Fien@usda.gov no later than 08/11/2025 at 12:00pm Pacific TimeAug 18, 2025 12:00 PM PDTShellfish FarmingLABORATORY EQUIPMENT AND SUPPLIESTotal Small Business Set-Aside (FAR 19.5)Brian FienAug 6, 2025
Ancillary Patient Eye Exam Chairs & Radiology Patient Exam ChairsThis is a solicitation for Ancillary Patient Eye Exam Chairs & Radiology Patient Exam Chairs, BRAND NAME OR EQUAL, as prepared in accordance with the format in Subpart 12.6, as supplemented in the attached Request for Quotes (RFQ). A firm-fixed price purchase order is anticipated. Simplified Acquisition Procedures in accordance with FAR 13 will be used. The solicitation number is 36C26025Q0809 and is attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 effective 06/11/2025. The North American Industry Classification Systems (NSICS) Code is 339112 and the size standard is 1000 employees. This solicitation is set-aside for Small Business concerns under FAR 19.502-2. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. Potential offeror’s must be registered in the System for Award Management (SAM) https://www.sam.gov, have an active account and have completed the Representations and Certification sections prior to receiving a contract award (including the applicable NAICS listed above). Registration and instructions are available at www.sam.gov - registration is free. To be considered for award, vendors must submit their quotes on the solicitation document posted to Contracting Opportunities website, to include pricing and all the requested information and documentation required for a responsive offer stated in the solicitation. Offerors not submitting a fully completed quote will be considered non-responsive and will not be considered for award. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of offer. Questions: Submit solicitation questions via email to sangmi.kim@va.gov with Subject Line: 36C26025Q0809 Questions. Questions are due by 08/12/2023 15:00 pm Pacific Time. Telephonic questions will not be accepted. Quotes must be emailed to sangmi.kim@va.gov and received no later than 15:00pm Pacific Time on 08/19/2025. No telephone or fax requests for the solicitation package will be accepted and no solicitation packages will be mailed.Aug 19, 2025 03:00 PM PDTSurgical and Medical Instrument ManufacturingHOSP FURNITURE,EQ,UTENSILS & SUPTotal Small Business Set-Aside (FAR 19.5)Sangmi KimAug 6, 2025
FIRE SYSTEM INSPECTION. GIFFORD PINCHOT NATIONAL FORESTTHE SOLICITATION IS AMENDED. THE NEW CLOSING DATE AND TIME IS 11 AUGUST 2025 BY 2:00 PM PDST This is a non-personal services contract to provide fire systems inspections and certification services at 8 different facilities located on the Gifford Pinchot National Forest (GPNF). The scope of the work involves a report summary to include finding and observations, corrections/deficiencies observed, and repairs needed for functionality. Each of these locations has differing type and/or quantity of equipment within; those differences are defined throughout this PWS. The Contractor shall provide all transportation, labor, equipment, supervision, materials, and supplies except those listed as Government Furnished Property, for the performance of this contract. As such the Government shall not exercise any supervision or control over the Contractor’s employees. Location Forest Headquarters Building #404 (FH #404), Forest Headquarters Building #987 (FH #987), Mt. St. Helen’s National Volcanic Monument Headquarters (MSH), Johnston Ridge Observatory (JRO), Coldwater Science and Learning Center (SLC), Coldwater Lake (CL), Coldwater Maintenance Shop (CMS), and Coldwater Housing (CH). This is a firm fixed price contract with one base year and 4 Optional Years. This contract is set aside for Small Business. No Pre-Bid Meeting will be held. Project Quoters are advised to visit the project site prior to bidding to be familiar with the projects road system and the access to each site. Address all technical questions about this solicitation to Heath Cameron at heath.cameron@usda.govAug 11, 2025 02:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsMAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Jorge SomozaAug 6, 2025
John Day Aux Hoist VFD RepairCOMBINED SYNOPSIS/SOLICITATION W9127N25QA080 John Day Dam Aux Hoist VFD Repair Klickitat County, WA / Sherman County, OR. U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT 5 August 2025 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation W9127N25QA080 is for the repair of one (1) Variable Frequency Drive, which is used in the Bridge Crane Auxiliary Hoist at John Day Dam and is hereby issued as a Request for Quote (RFQ). Please see the attached Performance Work Statement and other attachments for additional information. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2025-04. This solicitation is advertised as a total small business set-aside under NAICS Code: 811210 - Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34.0M. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of SAM registration will make an offeror ineligible for award. Quotes are to be submitted to john.r.scukanec@usace.army.mil,NLT 2:00 PM PST on 20 Aug 2025. Please submit any questions to John Scukanec through email. All questions related to this solicitation must be submitted in writing to John Scukanec, questions will not be responded to by phone. Delivery Information: Delivery/pickup shall be to the following location: Attn: Charles Spiegle John Day Dam Interstate-84, Exit 109 Rufus, OR 97050 Submittal Instructions Quotes shall be submitted to John Scukanec at john.r.scukanec@usace.army.mil and include the following: 1) Solicitation Number 2) Date of Submittal 3) Acknowledgement of any Amendments 4) Pricing for all CLINs. Refer to the "combined synopsis solicitation" in the attachment section for a table layout of all CLINs. 5) Completed Reps and Certs (if not completed in SAM) and return with Quote. 6) Proof of Certification in accordance with section 3.7 of the Performance Work Statement (PWS). FOB destination must be included in the offered price. Firm Fixed Price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.Aug 20, 2025 02:00 PM PDTElectronic and Precision Equipment Repair and MaintenanceMAINT-REP OF ELECT-ELCT EQTotal Small Business Set-Aside (FAR 19.5)John Scukanec | Suzanne HuntAug 5, 2025
Willamette NF Subsoiling along FS road 467/17/2025 Amendment 1. Extending the Offer due date and updating the Performance Work Statement Combined Synopsis/Solicitation for Commercial Products and/or Commercial Services Subsoiling FS Road 46 This is a combined synopsis/solicitation for commercial products and/or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is 1240B25Q0059 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement 237310 Highway, Street, and Bridge Construction The small business size standard is $45million. Contract Line Item Number (CLIN) Structure: Refer to Schedule of Items and Price Sheet (RFQ 1240BK25Q0059 pdf). Description of Requirement: The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items and non-personal services necessary to provide routine maintenance and repair services to elevators as described in the Performance Work Statement (RFQ 1240BK25Q0059 pdf). Estimated Period of Performance 091/2025 to 08/31/2026 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1(b), Submission of Offers: Offerors must have an active entity registration in the System for Award Management (https://www.sam.gov/SAM/) in order to submit an offer. Offerors shall ensure that all representations and certifications are up-to-date in SAM.gov at time of offer submission. A completed copy of the representations and certifications at FAR 52.212-3 shall be submitted with the offer. Offers submitted in response to this solicitation shall include technical capability, past performance information, and pricing. Technical Capability - Provide a list of equipment that will be able to move downed woody debris and logs ?35” DBH and will include a subsoiling attachment that is capable of piercing into heavily compacted soils down to a minimum of 20” in the project area. Provide - a list of personnel with experienced operating and capable of maneuver around stumps and slash as well as subsoil without soil mixing. b) Past Performance – provide a list of projects dealing with subsoiling or similar projects completed by your firm over the past three years. Provide list of any projects terminated for convenience or default in the past five years. Include a brief description of the project, dollar amount, year completed, and project owner contact information (name, phone, and email). The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor. c) Price Proposal – Include the following: 1) Fill out and sign SF-18 and completed Schedule of Items this solicitation, and 2) acknowledgement of any amendments to this solicitation by following the instructions that accompany the amendment(s). A site visit has not been scheduled for this requirement. Offerors are however encouraged to conduct their own research into the area, this research is at the offerors own expense and is not reimbursable by the government. Questions concerning this solicitation shall be submitted electronically via email to Jalene. Weatherholt@usda.gov and Jared.Machgant@usda.gov no later than Friday, August 15, 2025 at 17:00 PM PT Time Answers to offerors questions will be posted in SAM.gov no later than Friday, Auguest 19, 2025 at 17:00 PM PT Time All amendments to the solicitation will be posted in SAM.gov. Offers shall be submitted electronically via email to Jared.Machgan@usda.gov and no later than Friday, August 19, 2025 at 17:00 PM PT Time. Offerors shall ensure offers are delivered into this inbox by the due date and time. Emails should contain 3 separate attachments: Technical Capability (in Microsoft Word or PDF format), Past Performance (in PDF format), and Price (in Microsoft Excel format). Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer. The Government reserves the right to require the submission of Other Than Certified Cost or Pricing Data as is deemed necessary to arrive at a fair and reasonable price. 52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021) The Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price_____ A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3909 and 10 U.S.. 3801). 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: ? (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). ? (2) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). ? (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ? (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C.4712); this clause does not apply to contracts of DoD, NASA, Coast Guard, or applicable elements of the intelligence community – see FAR 3.900(a). ? (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). ? (6) [Reserved]. ? (7) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ? (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ? (9) 52.204.27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). ? (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders–Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts (DEC 2023) (Pub. L. 115-390, title II). ? (11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders–Prohibition (DEC 2023) (Pub. L. 115-390, title II). ? (ii) Alternate I (DEC 2023) of 52.204-30. ? (12) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (31 U.S.C. 6101 note). ? (13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). ? (14) [Reserved]. ? (15) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) (15 U.S.C. 657a). ? (16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ? (17) [Reserved]. ? (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). ? (ii) Alternate I (Mar 2020) of 52.219-6. ? (19) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644) ? (ii) Alternate I (Mar 2020) of 52.219-7. ? (20) 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)). ? (21) (i) 52.219-9, Small Business Subcontracting Plan (JAN 2025) (15 U.S.C. 637(d)(4)). ? (ii) Alternate I (Nov 2016) of 52.219-9. ? (iii) Alternate II (Nov 2016) of 52.219-9. ? (iv) Alternate III (Jun 2020) of 52.219-9. ? (v) Alternate IV (JAN 2025) of 52.219-9. ? (22) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). ? (ii) Alternate I (Mar 2020) of 52.219-13. ? (23) 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 637s). ? (24) 52.219-16, Liquidated Damages—Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)). ? (25) 52.219-27, Notice of Set-Aside for, or Sole Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). ? (26) (i) 52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025) (15 U.S.C. 632(a)(2)). ? (ii) Alternate I (Mar 2020) of 52.219-28. ? (27) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) (15 U.S.C. 637(m)). ? (28) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) (15 U.S.C. 637(m)). ? (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). ? (30) 52.219-33, Nonmanufacturer Rule (Sep 2021) (15U.S.C. 637(a)(17)). ? (31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). ? (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126). ? (33) [Reserved]. ? (34) [Reserved]. ? (35) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). ? (ii) Alternate I (Jul 2014) of 52.222-35. ? (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). ? (ii) Alternate I (Jul 2014) of 52.222-36. ? (37) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). ? (38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ? (39) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). ? (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ? (40) 52.222-54, Employment Eligibility Verification (JAN 2025) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) ? (41) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ? (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ? (42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (MAY 2024) (42 U.S.C. 7671). ? (43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (MAY 2024) (42 U.S.C. 7671). ? (44) 52.223-20, Aerosols (MAY 2024) (42 U.S.C. 7671). ? (45) 52.223-21, Foams (MAY 2024) (42 U.S.C. 7671). ? (46) 52.223-23, Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671). ? (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). ? (ii) Alternate I (Jan 2017) of 52.224-3. ? (48) (i) 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83). ? (ii) Alternate I (Oct 2022) of 52.225-1. ? (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ? (ii) Alternate I [Reserved]. ? (iii) Alternate II (Dec 2022) of 52.225-3. ? (iv) Alternate III (FEB 2024) of 52.225-3. ? (v) Alternate IV (OCT 2022) of 52.225-3. ? (50) 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ? (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ? (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). ? (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). ? (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). ? (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). ? (56) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021). ? (57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). ? (58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). ? (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (31 U.S.C. 3332). ? (60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). ? (61) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ? (62) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ? (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901). ? (64) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)). ? (65) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). ? (ii) Alternate I (Apr 2003) of 52.247-64. ? (iii) Alternate II (Nov 2021) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: ? (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). ? (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ? (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ? (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29U.S.C.206 and 41 U.S.C. chapter 67). ? (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). ? (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). ? (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). ? (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). ? (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). ? (10) 52.247-69, Reporting Requirement for U.S. Flag Air Carriers Regarding Training to Prevent Human Trafficking (JAN 2025) (49 U.S.C. 40118(g)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712). 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). (A) 52.204-30, Federal Acquisition Supply Chain Security Act Orders–Prohibition (DEC 2023) (Pub. L. 115-390, title II). (B) Alternate I (DEC 2023) of 52.204-30. 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. [Reserved]. [Reserved]. 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). 52.222-54, Employment Eligibility Verification (JAN 2025) (E.O. 12989). 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3909 and 10 U.S.C. 3801). Flown down required in accordance with paragraph (c) of 52.232-40. 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Additional Terms and Conditions: FAR and AGAR Provisions Provisions Incorporated by Reference: 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representations and Disclosures (DEC 52.237-1 Site Visit (APR 1984) Provisions Incorporated by Full Text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far FAR Provisions are located in FAR Part 52 at https://www.acquisition.gov/far/part-52) Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar AGAR Provisions are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses) Deviations to provisions may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm (End of Provision) 52.252-5 Authorized Deviations in Provisions (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Agriculture Acquisition Regulation (48 CFR Chapter 4) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) FAR and AGAR Clauses Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services (NOV 2023) 52.242-14 Suspension of Work (AP 1984) 452.204-70 Modification for Contract Closeout (OCT 2024) Clauses Incorporated by Full Text: 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far FAR Clauses are located in FAR Part 52 at https://www.acquisition.gov/far/part-52) Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar AGAR Clauses are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses) Deviations to clauses may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm (End of Clause) 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Agriculture Acquisition Regulation (48 CFR Chapter 4) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) System for Award Management – Notice to Offerors #1: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. System for Award Management – Notice to Offerors #2: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Government Point of Contacts: Title POC Primary Contracting Officer Jared Machgan Jared.Machgan@usda.gov Attachments: 1. Performance Work Statement rev 2 (UPDATED) 2. Representative photographs of units and a photograph of a blow-down, exposed root system showing the condition of the surface soil. 3. FS46 Subsoiling U1 through U12 Georeferenced map of all unit locations (UPDATED) 4. USDA Forest Service National Technology & Development Program Article 0424 1804 SDTDC: Multipurpose Subsoiling Excavator Attachments, June, 2009. 5. USDA Forest Service Willamette National Forest Commercial Road Rules 6. Standard Specifications for Constructs of Roads and Bridges on Federal Highway Projects, US Department of Transportation (FP-14) 7. Fire Protection and Suppression form and Conditions 8 Wage rates 9 Solicitation Amendment 0001Aug 19, 2025 05:00 PM PDTHighway, Street, and Bridge ConstructionNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared D MachganAug 5, 2025
Depoe Bay Housing Crawl Space Drainage System RepairDESCRIPTION OF REQUIREMENT: To install an adequate drainage and sump pump system that will remove excessive water from the crawl space, insulating the foundation to prevent future water intrusion. Place of Performance: U. S. Coast Guard Depoe Bay Housing 30 Jewl Ct. Depoe Bay, OR. 97341 Classification: This acquisition is set aside for small business. The NAICS code is 237990 Other Heavy and Civil Engineering Construction. The contract type will be firm fixed price purchase order. Site Visit: A site visit will be arranged for interested offerors. All interested offerors must arrive no later than five minutes prior to the start time indicated. Each offeror is highly encouraged to visit the site to provide the government with an accurate and competitive offer but is not required to submit a quote. Date: 08/11/2025 Start Time: 1000 AM_ Location: U. S. Coast Guard Depoe Bay Housing 30 Jewl Ct. Depoe Bay, OR. 97341 Please E-mail Michelle Myhra at Michelle.M.Myhra2@uscg.mil to schedule a site visit no later than 08/07/25, 3:00PM (PST) any offers request after specified date will not be allowed to attend site visit. There will be no more site visits scheduled after date specified Questions: E-mail all questions regarding to this solicitation to the Contract Officer Michelle Myhra at Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT15853 in subject line. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 08/14/25, 12:00 PM (PST). Proposal submission: All proposals shall be required to be on SF 1449 with a breakdown of all labor and material costs along with proper certifications that have been requested. Submit proposals to the following E-mail Address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT15853 in the subject line. Date of offers is due 08/18/25 at 3pm (PST). All offers that are submitted late (by day and time zone) and quotes that do not include a breakdown of cost will not be considered in the award determination. Award: It is the government’s intent to award one responsible proposal which proposes a price that is fair and reasonable and provides the lowest priced, technically acceptable (LPTA) proposal meeting the specifications of the requirement. If the lowest priced proposal is not found to be technically acceptable, the contracting officer will evaluate the next lowest priced proposal, and so on. Proposals determined to be incomplete, unreasonable, or unrealistic will not be considered for the award. Under FAR 4.1103, a prospective contractor shall be registered in System Award Management (SAM) prior to the award. Failure for contractors to be registered in SAM shall result in Contracting Officer proceeding with the next successful registered offeror. Website: www.sam.gov.Aug 18, 2025 03:00 PM PDTOther Heavy and Civil Engineering ConstructionPIPE AND CONDUIT, NONMETALLICTotal Small Business Set-Aside (FAR 19.5)Michelle Myhra | Bracken RummellAug 5, 2025
Remeasurement of the Seed Source Movement TrialThere are 9 installations of the Douglas-fir Seed-Source Movement Trial; 6 in western Oregon and 3 in western Washington. This trial was established by planting 2-year-old seedlings during the winter of 2008-2009.Aug 19, 2025 03:00 PM CDTSupport Activities for ForestrySPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATATotal Small Business Set-Aside (FAR 19.5)Tawana Green | Jason TanamorAug 5, 2025
Middle Fork Wildlife Tree and Down CreationPre-Solicitation Solicitation number is 1240BK25Q0071 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement 115310 Support Activities for Forestry The small business size standard is $11 million. Contract Line Item Number (CLIN) Structure: Refer to Schedule of Items and Price Sheet (RFQ 1240BK25Q0071 pdf). Description of Requirement: Services will include the creation of structures suitable for cavity nesting wildlife. The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees. as described in RFQ 1240BK25Q0071 pdf. A site visit has not been scheduled for this requirement. Offerors are however encouraged to conduct their own research into the area, this research is at the offerors own expense and is not reimbursable by the government. Questions concerning this solicitation shall be submitted electronically via email to Deborah.Hill@usda.gov and Jared.Machgant@usda.gov no later than Friday, August 15, 2025 at 17:00 PM PT Time Answers to offerors questions will be posted in SAM.gov no later than Friday, August 17, 2025 at 17:00 PM PT Time All amendments to the solicitation will be posted in SAM.gov. Offers shall be submitted electronically via email to Jared.Machgan@usda.gov and no later than Friday, Friday, August 22, at 17:00 PM PT Time. Offerors shall ensure offers are delivered into this inbox by the due date and time. Emails should contain 3 separate attachments: Technical Capability (in Microsoft Word or PDF format), Past Performance (in PDF format), and Price (in Microsoft Excel format). Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer. System for Award Management – Notice to Offerors #1: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. System for Award Management – Notice to Offerors #2: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Primary Contracting Officer Jared Machgan Jared.Machgan@usda.gov Solicitaiton package will be posted on 8/5/2025 Attachments: 1. RFQ 1240BK25Q0071 Middle Fork Ranger District Wildlife Tree and Down Wood Creation 2. Exhibit 6 Tree Illustrations for Girdling 3. Exhibit 9 Sample Tree Registers 4. DUIS 5. Unit Map 6. Wage RatesAug 22, 2025 05:00 PM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared D MachganAug 5, 2025
INSTALLATION OF CARPET AND CEILING TILESNOTICE TO ALL OFFERORS: The Government anticipates issuing a firm fixed-priced supply award in response to quotes/proposals received from this solicitation using FAR Parts 12 and 13. A firm, fixed price contract places the maximum risk and full responsibility for all costs and resulting profit or loss on the contractor, offerors are advised to consider these risks when pricing their quotes/proposals. Pricing for the (1 JOB) shall be provided on the Price Breakdown Sheet included in this document. The work required must be completed no later than 30 days after award. 1. This solicitation is for the procurement of installation of carpet and ceiling tiles in support of Fleet Logistics Center, Puget Sound in Silverdale, WA. 2. The entire solicitation shall be filled out, signed, and returned as part of your quote. See block 8 on page 1 of the solicitation for the offer due time and date. 3. The deadline for submission of questions regarding the solicitation's terms, conditions, specifications, and/or the Statement of Work (SOW) /Performance Work Statement (PWS) is 1 day prior to the solicitation closing date. Submit via email, to the Contract Specialist prior to the solicitation closing date of August 8,2025 at 12pm. Denise E. Manor Email: denise.e.manor.civ@us.navy.mil 4. The Government intends to award to the responsible offeror whose offer provides the best value to the Government; price, delivery lead times and past performance considered. Offers will be evaluated in accordance with FAR 13.106-2(b)(3) to determine which response represents the "best" as a whole. The offer must conform to the solicitation. The Government reserves the right to award to other than the lowest price quote/offer in assessment of best value. 5. SINGLE AWARD FOR ALL ITEMS: Due to the interrelationship of supplies/services to be provided hereunder, the Government reserves the right to make a single award to the quote whose quote/proposal is considered in the best interest of the Government, price and other factors considered. Therefore quotes/proposals with less than the entire effort specified herein may be determined to be unacceptable. 6. "EXCEPTIONS" All quoters MUST note all exceptions from the solicitation's terms conditions, specifications, and/or the statement of work / performance work statement, if any. Any exceptions taken to specifications are REQUIRED to provide Technical Specification Sheets of the material providing. If technical specifications sheets not received with quote offer will be determined nonresponsive/non-compliant and will not be considered. It will be assumed that any quote without mention of any exceptions will take no exception from all specifications, terms and conditions, clauses, or provisions within the solicitation." 7. METHOD OF PAYMENT will be via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. 8. Defense Biometric Identification System (DBIDS): Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS) to improve management and force protection at Navy installations. https://dbids-global.dmdc.mil/home/. DBIDS is a standardized process for granting unescorted access privileges to vendors, contractors, suppliers, and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment registration, backing vetting, screening, issuance of credentials through a designated independent contractor DBIDS service provider. Amendment 00001 DUE DATE EXTENDED FOR SITE VISITS HOSTED BY CUSTOMERAug 22, 2025 12:00 PM PDTFlooring ContractorsCARPET LAYING AND CLEANINGTotal Small Business Set-Aside (FAR 19.5)Denise ManorAug 4, 2025
BPA Call for "WUI Thin – Handpile and Cover" under existing BPA, Willamette NF, Middle Fork RDThis is a NOTICE OF INTENT to issue a BPA call against an existing Blanket Purchase Agreement for Region 6 Vegetation Management, established under FAR 13.303. Brief Description of Service Requested: The Contractor shall hand pile and cover at least 85% of the pre-existing dead and down woody material less than 5" diameter within the unit boundaries. Material to be piled will include all activity created slash and natural fuels between 1/2 inch and 5 inches in diameter and at least 4 feet long. This may include chunks, broken tops and limbs, branches, rotten wood, brush, and saplings. Completed piles shall be approximately 5 feet long by 5 feet wide and a minimum of 5 feet in height. All piles shall be covered with 4 mil thick polyethylene plastic sheeting. See Statement of Work for futher information. This action is conducted under FAR 13.303-5 for placing calls against an established BPA. The BPA was awarded to multiple small businesses through a competitive process under Solictitation # 1240T018Q0003.Aug 28, 2025 02:00 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Paula S. WinninghamAug 4, 2025
DDC/EMCS UpgradePURPOSE: The purpose of the sources sought is to identify available authorized businesses to provide Direct Digital Control (DDC) server infrastructure and Energy Management Control system (EMCS) software. See the attached Statement of Objectives for additional details. This sources sought notice is for informational and planning purposes only. Pricing information is not being requested at this time. It does not constitute a solicitation and is not to be considered as a commitment by the Government. ANTICIPATED NAICS/SIZE STANDARD: This requirement is anticipated to fall under the NAICS Code of 334512, with a size standard of 650 Employees . SUBMISSION OF INFORMATION: All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. All responsible potential sources shall have registered with the System for Award Management (SAM). The capability statement should provide the following information: Specifications of previous work Business name, address, CAGE code Size and socioeconomic classification based on NAICS size standard If claiming a specific small business category, provide supporting documentation Point of contact including email and phone numberAug 11, 2025 10:00 AM PDTAutomatic Environmental Control Manufacturing for Residential, Commercial, and Appliance UsePRESSURE TEMP HUMIDITY INSTRUMENTSTotal Small Business Set-Aside (FAR 19.5)Angelo Bolanos | Brandon TeagueAug 4, 2025
USCGC ACTIVE REBUILD MAIN REDUCTION GEAR LUBE OIL PUMPREBUILD MAIN REDUCTION GEAR LUBE OIL PUMP 52000QR250029173 NAICS Code 336611 Product Code J020 This is a combined synopsis/solicitation Nr 52000QR250029173 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING: A. REQUIREMENT: 1. The contractor shall provide the following: Hull Clean as per the attached SOW. 2. DELIVERY LOCATION: CGC ACTIVE 1 Ediz Hook Road Port Angeles WAS 98363 3. DELIVERY DATE: 08/15/2025 THROUGH 09/15/2025 B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information (1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code. Quotes must be received no later than 11 August 2025 at 16:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to Mr. Cornelius Claiborne at email address – CORNELIUS.N.CLAIBORNE@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SK2 Joshua N. Miller via email Joshua.N.Miller@uscg.mil and telephone 757-628-4801; and Mr. Cornelius Claiborne via email: Cornelius.Claiborne@uscg.mil. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/; A Unique Entity Identifier is the primary identifier in FAR 52.204-7 - System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number and SAM registration can be obtained via www.sam.gov. Please see attachment for FAR Clauses and Provisions as indicated by the Contracting Officer as applicable shall apply to this awarded contract. Incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.Aug 11, 2025 04:00 PM EDTShip Building and RepairingMAINT-REP OF SHIP & MARINE EQTotal Small Business Set-Aside (FAR 19.5)Cornelius Claiborne | joshua millerAug 4, 2025
Malheur NF FY25 Range Fence ConstructionSee attached pre-solicitation notice. This announcement serves as the Pre-Solicitation notice only. Responses to this synopsis are not required.Aug 31, 2025 04:30 PM PDTAll Other Specialty Trade ContractorsCONSTRUCTION OF OTHER NON-BUILDING FACILITIESTotal Small Business Set-Aside (FAR 19.5)SUSIE FELTONAug 4, 2025
Furniture and Fixtures with Installation ServicesThis is notice to interested parties of a total Small Business Set-aside. All businesses must be registered to confirm eligibility in the System for Award Management (SAM). This is commercial supplies and commercial services requirement, and a brand name or equal to solicitation. Further details of this requirement and submission requirements can be found on www.SAM.gov under notice ID: 36C26025Q0763.Aug 15, 2025 12:00 PM PDTOffice Furniture (except Wood) ManufacturingMISCELLANEOUS FURNITURE AND FIXTURESTotal Small Business Set-Aside (FAR 19.5)Sangmi KimAug 1, 2025
Closed-Circuit TV Camera Surveillance SystemClosed-Circuit TV Camera Surveillance System - Upgrade 8 existing security cameras both inside and out of facility. Provide and representatives, and includes removal of the existing system, and the installation of a new system including cameras and monitoring stations. install 2 new monitoring stations and 4 new cameras- fix camera mounts to wall, drill three 3/4" holes through CMU for conduit to house new exterior camera wires. Seal off holes around conduit. Once wire is inside building, run wires in existing COM baskets and hook low voltage camera wires to existing spare accessory outlets. Asbestos/lead-based paint abatement if necessary. The work will be coordinated with JBLM DPW.Aug 11, 2025 01:30 PM EDTSecurity Systems Services (except Locksmiths)MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Eric HarrisAug 1, 2025
McKenzie River Ranger District Wildlife Tree and Down Wood CreationPre-Solicitation Notice McKenzie River Ranger District Wildlife Tree and Down Wood Creation Solicitation number is 1240BK25Q0073 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement 115310 Support Activities for Forestry The small business size standard is $11 million. Contract Line Item Number (CLIN) Structure: Refer to Schedule of Items and Price Sheet (RFQ 1240BK25Q0073 pdf). Description of Requirement: Services will include the creation of structures suitable for cavity nesting wildlife. The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees as described in the RFQ 1240BK25Q0073 pdf. Period of Performance: 09/01/2025 to 02/28/2026 A site visit has not been scheduled for this requirement. Offerors are however encouraged to conduct their own research into the area, this research is at the offerors own expense and is not reimbursable by the government. Questions concerning this solicitation shall be submitted electronically via email to Jared.Machgant@usda.gov no later than Friday, August 22, 2025 at 17:00 PM PT Time Answers to offerors questions will be posted in SAM.gov no later than Friday, August 24, 2025 at 17:00 PM PT Time All amendments to the solicitation will be posted in SAM.gov. Offers shall be submitted electronically via email to Jared.Machgan@usda.gov and no later than, Friday, August 29, at 17:00 PM PT Time. Offerors shall ensure offers are delivered into this inbox by the due date and time. Emails should contain 3 separate attachments: Technical Capability (in Microsoft Word or PDF format), Past Performance (in PDF format), and Price (in Microsoft Excel format). Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer. System for Award Management – Notice to Offerors #1: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. System for Award Management – Notice to Offerors #2: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. POC Primary Contracting Officer Jared Machgan Jared.Machgan@usda.gov Attachments: RFQ 1240BK25Q0073 McKenzie River Ranger District For Ranger District Wildlife Tree and Down Wood Creation Solicitation and attachments will be posted on 8/8/2025 Exhibit 5 Tree Treatment, Illustration for Chainsaw Topping Exhibit 6 Tree Illustrations (Illustration for Girdling) Exhibit 9 Sample Tree Registers, McKenzie River Ranger District Detailed Order Specifications Sheet (DOSS) Detailed Unit information Sheet (DUIS) Unit Maps Wage RatesAug 29, 2025 05:00 AM EDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)Total Small Business Set-Aside (FAR 19.5)Jared D MachganAug 1, 2025
Umpqua NF Tree Release and Site Prep(i) This is a solicitation for commercial products and/or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The combined synopsis/solicitation number is 1240BK25Q0049 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. (iii)The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 17 January 2025. (iv)This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310 Site Preparation Contractors The NAICS Code was identified through a review of the U.S. Census Bureau’s website where Heavy Machinery and Equipment Repair and Maintenance Services was listed as a corresponding index category. The small business size standard is $11.5 million. ATTACHMENTS 1. DUIS 1 Page 2. Condition Example Photographs 2 Pages 3. Area Map 1 page 4. Unit Maps zip file 33 pages 5. Fire Plan 4 pages 6. Service Contract Wage Rates #1977-0079 Rev 79 4 PagesAug 22, 2025 05:00 AM PDTSupport Activities for ForestryNATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTINGTotal Small Business Set-Aside (FAR 19.5)Jared MachganAug 1, 2025
Willamette Geotechnical DrillingCombined Synopsis/Solicitation for Commercial Products and/or Commercial Services Willamette Geotechnical Drilling 2025 (i) This is a solicitation for commercial products and/or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 1240BK25Q0077 and is issue as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract. (iii)Thesolicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 17 January 2025. (iv)This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The associated North American Industrial Classification System (NAICS) code for this procurement is 238910 Site Preparation Contractors The NAICS Code was identified through a review of the U.S. Census Bureau’s website where Heavy Machinery and Equipment Repair and Maintenance Services was listed as a corresponding index category. The small business size standard is $19 million. Attachments: 1. RFQ 1240BK25Q0077Aug 15, 2025 05:00 PM PDTSite Preparation ContractorsNATURAL RESOURCES/CONSERVATION- SITE PREPARATIONTotal Small Business Set-Aside (FAR 19.5)Jared D MachganAug 1, 2025
MK48 Pintles*** Amendment 0002- Answers solicitation questions (close date not extended from last date of 08/07/25) *** Amendment 0001- Solicitation amended to extend the close date. From 07/31/25 to 08/07/25. MK 48 Heavyweight (HWT) Chamber and Valve Assembly component, Pintle (P/N 2074431 NSN 1H 1355 010903808) to be manufactured in accordance with Drawings 2074431 Rev D, TR5624413 Specification Rev G, and the Statement of Work. _______________________________________________ Requirements and evaluation procedures will be listed in the solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding the solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: jessica.r.reichard.civ@us.navy.mil No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation and respond to the RFQ with associated amendments if applicable prior to the closing date and time established may render an offer nonresponsive and result no longer being considered for award. Company quote forms may be provided but not substituted for a completed solicitation / amendment pages. The government terrms and conditions (T&C’s) listed in the solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFARS). It is requested that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law, are unenforceable, and cannot be accepted. National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies. The contractor shall have a current assessment (not more than 3 years old) for each covered contractor information system that is relevant to this requirement. Additional information regarding NIST SP 800-171 can be found at: https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_S171.html and https://www.sprs.csd.disa.mil/nistsp.htm. Spec and Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Agency (DLA) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at: https://www.dla.mil/Logistics-Operations/Services/JCP/. Restricted drawings and technical information are available through Sam.Gov. ***NOTICE: To receive the drawings associated with this solicitation, the Company point of contact identified at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx must send an email request to Jessica Reichard at Jessica.R.Reichard.civ@us.navy.mil. The request shall include: company name; complete address; CAGE code; and point of contact name, email address, phone number, and include a copy of the company's DD-2345. The drawings will be provided only to those companies with an active JCP certificate and a minimum Confidence Level Assessment of “Basic” in the NISTSP 800-171 Assessment Report contained in the Supplier Performance Risk System. Offerors must have a current registration in the System for Award Management (SAM) database, https://sam.gov/ a Federal governed owned website.Aug 07, 2025 03:00 PM PDTBolt, Nut, Screw, Rivet, and Washer ManufacturingTORPEDOS AND COMPONENTS, INERTTotal Small Business Set-Aside (FAR 19.5)Jessica ReichardJul 31, 2025
MNA 125VDC Battery Replacement1.0 INTENT This specification is for the purchase, delivery, installation, and testing of a new 125V Battery Bank System Replacement for use by project personnel at McNary Lock and Dam. Please see attached documents for full specifications, drawings, and solicitation details.Aug 18, 2025 11:00 AM PDTBattery ManufacturingBATTERIES, RECHARGEABLETotal Small Business Set-Aside (FAR 19.5)Zachary S NewbyJul 31, 2025
19--Telescoping Crane and Corresponding Control SystemThe National Oceanic and Atmospheric Administration’s (NOAA) Office of Marine and Aviation Operations (OMAO) requires a new Telescoping Crane and corresponding control system to replace the existing Knuckleboom Crane aboard NOAA Ship Bell M. Shimada. See Attachment I - Detailed Work Specifications.Aug 13, 2025 02:00 PM EDTOverhead Traveling Crane, Hoist, and Monorail System ManufacturingWINCHES HOISTS CRANES & DERRICKSTotal Small Business Set-Aside (FAR 19.5)LAWRENCE, KELANI | PERRY, ASHLEYJul 31, 2025
Ice Harbor Steel Beam GalvanizingPlease see attached solicitation documentsAug 15, 2025 05:00 PM PDTMetal Coating, Engraving (except Jewelry and Silverware), and Allied Services to ManufacturersMETAL FINISHING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Gregory Moyer | Kristin HernandezJul 31, 2025
Fort Simcoe Water System RenovationThis notice does NOT constitute a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for performing construction services for the Fort Simcoe Job Corps CCC area Water System Renovation Project. PROJECT DESCRIPTION: Work for this project requires the contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: 1. Construct new 6” water main by open excavation and pipe bursting methods. It is highly desirable to accomplish installation by pipe bursting; however, location of repair bands or other potential detriments to bursting are unknown. Unit price lengths are based on open cutting of road crossings with pipe bursting of the remaining pipe. Actual pipe selection will be determined in conjunction with the USFS. Construction includes removal and replacement of existing fire hydrants, installation of new fire hydrant assemblies, installation of gate valves for water main isolation, upgrading potable water reservoir and well instrumentation, and upgrading three wells. The completed time for this contract is 180 calendar days after the Notice to Proceed (NTP) letter. This solicitation is being advertised as a 100% Total Small Business Set Aside (SBSA). This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the Lowest Price Technically Acceptable (LPTA) continuum process at FAR 15.101-2. The basis for evaluation and evaluation factors for award will be included in the solicitation. The appropriate Northern American Classification System (NAICS) code for this procurement is 237110, Water and Sewer Line and Related Structures Construction and the Small Business Size Standard is $45,000,000. In accordance with FAR 36.204 disclosure of the magnitude of construction projects, the magnitude of construction for this project is between $1,000,000 and $5,000,000. The anticipated award of a contract for these services is by November 2025. A Dynamic Small Business Search (DSBS) was conducted, seeking eligible Small Business, HUBZone Small Business, Small Disadvantage Business, Service-Disabled Veteran Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. Several capable Small Businesses were found. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as 100% SBSA. The drawings and specifications and Statement of Work (SOW) for this project will be posted with the solicitation and are not available at this time. The solicitation will be issued by the US Forest Service (USFS), National Forest Systems Branch on or about August 2025. The solicitation number will be 12441925R0007. All documents will be in Adobe PDF file or Microsoft Excel format and downloadable from the Sam.gov website. The official address to the solicitation is https://www.sam.gov under “contract opportunities” when it becomes available. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Adam Garrison at adam.garrison@usda.gov.Aug 18, 2025 12:00 PM EDTWater and Sewer Line and Related Structures ConstructionCONSTRUCTION OF SEWAGE AND WASTE FACILITIESTotal Small Business Set-Aside (FAR 19.5)Adam Garrison | Nicholas ZaneJul 31, 2025
Administrative Roof ReplacementTHIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Forest Service FMAC Blanket Purchase Agreement. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME. The Work will include the demolition of roofing elements currently installed on all buildings (building 2032) on the premise, and the installation of roof sheathing as required, moisture barrier, ice and water shield, new roofing material and all metal trim. All demo material will need disposed of via a landfill. Project Locations: Fire and LEO Office, Snoqualmie Ranger District, 902 SE North Bend Way, North Bend, WA 98045Roofing ContractorsREPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Eric OldenkampJul 30, 2025
SHIPPING CONTAINERSOURCES SOUGHT- DO NOT SUBMIT QUOTES ITEM: SHIPPING CONTAINER- SHIELDED FOR DEMINERALIZER SHIPPING Contract type: IDIQ (Indefinite Delivery, Indefinite Quantity) INITIAL DELIVERY QUANTITY IS TWO (2), THEN PSNS&IMF SHALL HAVE THE OPTION TO PURCHASE TWO (2) ADDITIONAL CASKS EACH YEAR THEREAFTER FOR ADDITIONAL 3 YEARS, WITH THE OPTION TO PURCHASE UP TO FOUR (4) ADDITIONAL CASKS ON THE FIFTH CONTRACT YEAR DEPENDING ON EXPECTED NEED. SCHEDULE IS SUMMARIZED BELOW: YR 2025 2EA YR 2026 2EA YR 2027 2EA YR 2028 2EA YR 2029 4EA DISTRIBUTION D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE AND U.S. DoD CONTRACTORS ONLY. PLEASE PROVIDE THE FOLLOWING: COMPANY, COMPANY CAGE CODE, CAPABILITY STATEMENT AND A DD2345 certification and expiration date; if your company has Joint Certification Qualified.Aug 05, 2025 03:00 PM PDTOther Metal Container ManufacturingSPECIAL SHIPPING & STORAGE CONTAINTotal Small Business Set-Aside (FAR 19.5)Carolyn J. GeorgeJul 30, 2025
S-Janitorial Services for Sisters Ranger District OfficeThe Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items and non-personal services necessary to provide Janitorial Services as described in the Performance Work Statement (PWS).Aug 14, 2025 02:00 PM PDTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Matthew Stephens | Delaney NewportJul 30, 2025
Forgerock License RenewalRFQ 47QSSC-25-Q-0188 This procurement is for a one-time award of a high-priority purchase order. It will be procured against an open market contract under NAICS 513210. This will be a firm fixed price order for a total small business set aside. Quotes must be brand name or equal to: Authorization Module Internal, Part Number FIP-AuthZ-Base-INT Directory Server Module Internal, Part Number FIP-Directory-Base-INT Federation Module Internal, Part Number FIP-Fed-Base-INT Intelligent Access Internal, Part Number FIP-InAccess-Base-INT *All four part numbers have a Base Success Package Annual Subscription* Manufacturer: Forgerock Quantity: 650 each for all four part numbers above Ship To Address: Naval Sea Logistics Center Keyport, WA 98345-7610 Full address will be provided upon award. Award is subject to the terms and conditions of the RFQ document, including but not limited to the following: Delivery is required 30 days after receipt of order (ARO). The software licenses must be an annual subscription starting by 8/24/2025 - 8/23/2026 Complete and accurate addresses will be provided on the purchase order after award. This is FOB Destination. Please provide a specification shee for each part number with your quote. Letter of Supply/Authorized Reseller letters and/or Teaming Agreements MUST be submitted with your quote. The award will be conducted based on the lowest price technically acceptable (LPTA). Past performance evaluation will be performed as part of a responsibility determination. Technical specifications include that quoted part number is Brand Name or Equal to the requested part numbers and delivery schedule. Also, vendors must acknowledge, mark orders as shipped, and provide tracking information through Vendor Portal or EDI. Quoted items must be Brand Name or Equal to the Part Numbers listed above. Items are subject to review by Contract Specialist and/or the customer prior to award. *Quantity is guaranteed.* Should you have any questions, please contact Contract Specialist: Paula Williams at paula.williams@gsa.gov.Aug 20, 2025 04:00 PM EDTSoftware PublishersIT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)Total Small Business Set-Aside (FAR 19.5)Paula WilliamsJul 30, 2025
LGA Miter Gate CylinderW912EF - THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SUPPLIES OR TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. The US Army Corps of Engineers, Walla Walla District is seeking sources to provide three (3) new hydraulic cylinders with intermediate trunnion mounts, and one (1) rebuild kit for the new cylinders to be used on our navigation lock miter gates and conform to the specifications listed in section 3.0 titled specifications for Little Goose Dam. Please see attached Technical Specifications for detailed description of requirements. THIS IS NOT A SOLICITATION. This sources sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation. Respond to this notice by emailing the following information to kristin.n.kreutzer@usace.army.mil: 1) Name of firm and point of contact. 2) State your business size (large or small business) under above NAICS Code. 3) UEI (Unique Entity Identifier) from SAM.gov. 4) Can you meet the above delivery date, if not, please suggest a realistic delivery date.Aug 13, 2025 12:00 PM PDTFluid Power Cylinder and Actuator ManufacturingCOMMERCIAL AND INDUSTRIAL GAS CYLINDERSTotal Small Business Set-Aside (FAR 19.5)Kristin KreutzerJul 30, 2025
Gifford Pinchot NF MTA HVACThis project involves the supply and installation of two Heat pump systems at one location: the Mt. Adams Ranger District on the Gifford Pinchot National Forest (NF). The existing HVAC systems in place will need to be removed and disposed of by the contractor. There are two ducted Carrier, 20+ year old 5-ton heat pump systems serviced with 3-phase power that have had several repairs over the last few years, and the Forest Service is interested in replacing these systems. Both systems service a zoned 4500 square foot (sf) district office building. The heat pumps are in a purpose built shed adjacent to the office, while the furnaces are in a separate mechanical room. This acquisition is a 100% Small Business set-aside. The applicable NAICS code is 238220- Plumbing, Heating, and Air Conditioning Contractors. The corresponding size standard is $19 million. Offerors will be evaluated on past performance, relevant experience, technical approach to performing the work, and price. The Contract will be awarded to the offeror whose submittal, in compliance with the solicitation, is the best value to the Government. The Government total estimated value is between $25,000 and $100,000. Payment Bonds (100% each) will be required of the successful awardee for an award equal or greater than $35,000. The selection process, and evaluation criteria to be addressed, will be outlined in the forthcoming solicitation. The solicitation will be available for download exclusively via https://www.sam.gov on or about August 13, 2025. Paper copies of the solicitation will not be issued. The Government intends to award without discussions, however, reserves the right to conduct discussions should it be deemed in the Government’s best interest. One Firm Fixed-Price (FFP) contract will be awarded. The contract period of performance will be 90 calendar days from the receipt of the notice to proceed, estimated for 09/30/2025. Note: Per FAR 52.204-7(b)(1), System for Award Management (SAM), an Offeror is required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment for any contract resulting from this solicitation. Information on registration may be obtained via: https://www.sam.gov. All Offerors must complete the electronic version of the Representations and Certifications in the SAM system. This announcement serves as the Pre-Solicitation notice only. Responses to this synopsis are not required.Aug 27, 2025 04:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Loren Mein | STEVONNE FULLERJul 30, 2025
Supply and Delivery of Trail Bridge LumberSupply and delivery of precut Alaskan Yellow Cedar dimensional lumber for the construction of trail bridges on the Mt. Hood National Forest.Aug 21, 2025 03:00 PM CDTAll Other Miscellaneous Wood Product ManufacturingLUMBER AND RELATED BASIC WOOD MATERIALSTotal Small Business Set-Aside (FAR 19.5)Tawana Green | Jason TanamorJul 30, 2025
Central Zone Invasive Plants TreatmentThis purchase order will be officially award following company receipt of the contract and completion of bi-lateral signatures.Support Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Brian A. Johnson, Contracting OfficerJul 29, 2025
Quinault HVAC ReplacementTHIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Forest Service FMAC Blanket Purchase Agreement. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME. Place of contract performance: Quinault Visitor Center, 353 South Shore Rd, Quinault, Wa 98575 Description: This contract involves the supply and installation of HVAC systems at the Quinault Office. The current systems consist of multiple ducted heat pumps (HP) and air handlers (AH) that will need to be removed and disposed of by the Contractor.Plumbing, Heating, and Air-Conditioning ContractorsMAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Eric OldenkampJul 29, 2025
FES Cold Gas Hoses & TubingNaval Undersea Warfare Center Division (NUWC) Keyport intends to issue a solicitation for FES Cold Gas Hoses & Tubing in accordance with (IAW) the Statement of Work (SOW) and associated drawings: Name of Part Drawing Number Quantity Hose, Port Activation Valve 8290009 Rev A First Articles – 3 Each and Production Lot – 150 Each Hose, Valve to Bag Port Side 8290011 Rev A First Articles – 3 Each and Production Lot – 150 Each Hose, Valve to Bag Starboard 8290530 Rev A First Articles – 3 Each and Production Lot – 150 Each Hose, Starboard Activation Valve 8290532 Rev A First Articles – 3 Each and Production Lot – 150 Each Fill Hose 8290533 Rev B First Articles – 3 Each and Production Lot – 150 Each This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 13.1. The government anticipates award of one (1) firm fixed price type contract. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The proposed contract is 100% set aside for small business concerns. Applicable North American Industry Classification System (NAICS) code for this requirement is 332912 and has a size standard of 1,000 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610. It is anticipated that solicitation N0025325Q9004 will be available on or about 15 August 2025. The solicitation closing date is anticipated to be 15 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at https://www.dla.mil/Logistics-Operations/Services/JCP/SpecificDD2345Instructions/. Restricted drawings and technical information are available through SAM.gov.Aug 13, 2025 01:00 PM PDTFluid Power Valve and Hose Fitting ManufacturingPIPE, TUBE AND RIGID TUBINGTotal Small Business Set-Aside (FAR 19.5)Brook SmithJul 29, 2025
Compact ExcavatorThis serves as the Notice of Award for this solicitationConstruction Machinery ManufacturingEARTH MOVING & EXCAVATING EQTotal Small Business Set-Aside (FAR 19.5)Brian A. Johnson, Contracting OfficerJul 28, 2025
IHS Nationwide Multiple Award Task Order ContractThis is a Pre-Solicitation Notice and this synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). A Sources Sought was issued on 7 July 2024 under Solicitation Number 75H70124R00021 in order to conduct Market Research. The Solicitation is anticipated to be available on or about 13 August 2025, on www.sam.gov, under the new solicitation number 75H70125R00033. 1. CONTRACT INFORMATION: The purpose of this Indefinite-Delivery/ Indefinite-Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) is to provide a wide range for design-build (DB) and design-bid-build (DBB) of new construction, renovation, alteration and repair of medical and related facilities for the Department of Health and Human Services (HHS)/ Indian Health Service (IHS). Work for this MATOC will primarily be performed at the various facilities in the IHS geographic regions of: 1. Albuquerque Area (i.e., New Mexico) 2. Billings Area (i.e., Montana and Wyoming) 3. California Area 4. Great Plains Area (i.e., North Dakota, South Dakota, Nebraska and Iowa) 5. Nashville Area 6. Navajo Area (i.e., portions of Arizona, Utah and New Mexico) 7. Oklahoma City Area (i.e., Nebraska and Oklahoma) 8. Phoenix Area (i.e., Arizona, Utah and Nevada) 9. Portland Area (i.e., Washington, Idaho, and Oregon) Work may also be performed within the Alaska, Tucson, and Bemidji Areas as necessary; however, work is anticipated to be rare in these regions. The place of performance will be designated on each Task Order. A list of all IHS Healthcare Facilities and definitive map of each of the IHS Areas can be located at this website: https://www.ihs.gov/locations/ These facilities include major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities. The work also includes sanitary sewer and water line construction and repair. The services required will vary in size and complexity. The Government intends to award at least two or more IDIQ MATOCs for each area identified above. A list of all IHS Healthcare Facilities can be located at this website: https://www.ihs.gov/locations/ DES intends to award up to twelve (12) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one-year periods to be exercised at the discretion of the Government, or until the maximum contract capacity of $10,000,000.00 per contract is reached, whichever is earlier. On/Off Ramping opportunities will be reviewed under each IDIQ at the start of each option year. However, DES reserves the right to award more or fewer than 12 IDIQ contracts if it determines to be in the best interest of the government. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. The minimum value of any individual task order is $1,000.00 with a maximum task order value of $5,000,000.00; most projects are anticipated to be between $100,000 and $1,000,000. Each specific IDIQ task order shall be separately negotiated based on the construction effort involved. All subsequent task orders issued under this MATOC will be Firm Fixed Price (FFP). All MATOC holders will be given the option to determine which areas, dollar threshholds, and NAICS they wish to receive task orders for; this will be identified as part of the offeror's proposal. 2. SET-ASIDE INFORMATION: This procurement is being competed as a 100% Small Business set-aside for all construction firms under the following North American Industry Classification System (NAICS) Codes: 236118 Residential Remodelers $45 Million 236210 Industrial Building Construction $45 Million 236220 Commercial and Institutional Building Construction $45 Million 237110 Water and Sewer Line and Related Structures Construction $45 Million 237310 Highway, Street, and Bridge Construction $45 Million 238910 Site Preparation Contractors $19 Million Offerors submitting a proposal package must have an active and valid registration in the System for Award Management (www.sam.gov). It is the responsibility of the contractor to check https://sam.gov frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15.101-1 utilizing Best Value-Tradeoff evaluation criteria. 3. PROJECT INFORMATION Services required include a wide range of general construction, renovation, alteration and maintenance services, including but not limited to the interior and exterior of major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters, support facilities, storage facilities, parking lots/sidewalks, water distribution systems, and sanitation facilities. Projects may include design-build (DB) and design-bid-build (DBB) services. In addition to the above construction services, projects from the Division of Sanitary Facilities Construction (SFC) will also be included under this MATOC. The SFC is responsible to provide water, sewer and solid waste facilities for Native American housing at, adjacent to or near Indian Reservations as authorized by Public Law 86-121. Community sizes range from 15 to 10,000 people. IHS is authorized to design, construct and improve facilities, acquire lands and right-of-way for sanitation facilities projects, and transfer complete facilities to Native American Tribal organizations or other public authorities for operation and maintenance. SFC projects include water distribution systems, sanitation facilities, and wastewater utility projects. Typical required services include, but are not limited to the following: a. Buildings: New construction, additions, other structures (e.g. storage facilities, etc.) and, renovation, alteration, maintenance and repair of healthcare, pharmacy, dental, storage, daycare, adolescent treatment centers, residential, offices, septic, sanitation, and other structures as required, including incidental work. Building projects may include interior and/or exterior modernization, painting, flooring, fencing, work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work) and structural repairs including but not limited to foundations, settlement, masonry/brick cracking, etc. b. Systems and Equipment: New construction, rehabilitation, maintenance or repair of mechanical and electrical systems to include purchase and installation of new generators, HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, intrusion alarms, back flow preventers, boilers, chillers. Furniture, Furnishings & Equipment (FF&E) (ie. IT equipment, medical equipment, office furniture, food service equipment, ect) will NOT be part of any construction project under the MATOC; however, contractors may be required to work with 3rd party FF&E contractors within the same space. c. Roofs: Replacement, maintenance and repair of a variety of roofs and roofing systems, including gutters, downspouts, flashing, fascia and soffits and incidental damage remediation as a result of roof leaks (e.g. ceiling replacement, painting and carpet cleaning). d. Horizontal Construction: New construction, maintenance and repairs of roads, streets, concrete, asphalt, parking lots, sidewalks, trails, storm drainage, erosion repairs (i.e. sinkholes, washouts), soft/hard landscaping, sodding, landscape irrigation systems, detection loops, bridges, parking lots, traffic lines, traffic markings, repair/replacement of storm water, sewer lines, site-work, well drilling and repair etc. e. Utilities: New construction, maintenance or repair of interior and exterior utility systems and lines (main lines and lateral feeders). Interior and exterior high and low voltage electrical, communication lines and systems (telephone and data lines), gas lines, security & security camera systems and cabling, emergency generator systems. f. Water and Wastewater Utilities: New construction, maintenance or repair of individual water services consisting of water service lines, pressure systems, cisterns, and individual wells. Community water facilities of water distribution main and appurtenances, pump houses, well drilling, control valves, water treatment facilities and equipment, and community water storage tanks. Individual wastewater facilities consisting of septic tanks with varied types of drain fields, sewer service lines, onsite wastewater treatment and disposal systems, septic tank effluent pump systems, individual lift stations, septic tanks and mounds, and septic tank abandonment. Community wastewater facilities consisting of wastewater collection systems and appurtenances, shallow and drop manholes, force mains, lift stations, wastewater aeration/measurement, wastewater treatment systems including but not limited to evaporative and discharging lagoons, mechanical treatment, and effluent irrigation systems. g. Dismantling, Demolition, or Removal of Improvements: Dismantling, demolition, or removal of improvements, dismantling or demolition of buildings, ground improvements and other real property structures, and removal of such structures or portions of structures. Proper removal and disposal of materials, excavating site to task order requirements after demolition/removal, protecting existing government property not part of the demolition/removal project; as well as obtaining all documents and providing copies to the government as deliverables. h. Incidental Work: Services, including environmental services such as remediation and abatement (e.g. lead, asbestos, smoke, mold, etc.) incidental to the tasks required under any of the above paragraphs. Carpentry, interior and exterior painting, interior and exterior lighting, and similar electrical work that may be required to provide a complete, safe and usable facility during and after the primary construction work required is completed. This includes site work and drainage excavation. Work with the guidance/over-site of archeological consultant; if on site, and make the Contracting Officer (CO) aware of any artifacts or items of concern that arise. i. Design Services: Design-build task orders shall utilize qualified, experienced, professional A-E multi-discipline firms. The A-E firms must be capable of design analysis, planning, development, CADD, professional services, predesign site-assessment, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous materials, solvents, chemicals, asbestos, lead based paint and radon. A-E disciplines required to comply with the above requirements include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geotechnical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management. 4. SEED PROJECT: Project # GP24KY301C06, Kyle Modernization. The facility condition assessment conducted in 2023 at the Kyle Health Center in Kyle, SD identified several key findings. These include deficiencies in lighting levels, a requirement for ductwork cleaning, necessary repairs to sidewalks, the replacement of atrium windows, and various painting and wall protection improvements. Furthermore, the outpatient department needs modernization, which involves the installation of new flooring, casework, bathroom renovations, door replacement, lighting fixtures, and ceiling tiles. It is important to note that none of these identified issues pose an immediate threat to accreditation status. The goal of this project is to modernize all components to comply with current healthcare standards, enhancing both patient care and satisfaction, as well as improving staff engagement in the upgraded facility. The Kyle Health Center is located on the Pine Ridge Reservation in South Dakota. The Pine Ridge Reservation is home to the Oglala Sioux Tribe. Per FAR 36.204, the magnitude of the seed project is between $1,000,000 and $5,000,000. The NAICS for the seed project is 236220, Commercial and Institutional Building Construction, size standard is $45 million. All offerors shall submit a price proposal for the seed project in order to be considered for award of a MATOC. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM. This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidder list is maintained. All potential bidders should register with https://sam.gov if interested in this forthcoming acquisition. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. FIRMS ARE INSTRUCTED NOT TO CALL REQUESTING MORE INFORMATION. Interested bidders should register and follow this pre-solicitation notice on https://sam.gov to receive email notices of any updates to the notice including the posting of the solicitation and any subsequent amendments.Aug 12, 2025 04:00 PM PDTCommercial and Institutional Building ConstructionREPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIESTotal Small Business Set-Aside (FAR 19.5)Matt D Sanders | Andrew E. HartJul 28, 2025
Kettle Crest Trailhead Parking Lot ExpansionTHIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Forest Service Region 6 Road and Bridge Construction Blanket Purchase Agreement. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME. Place of contract performance: At the Kettle Crest Parking area, FSR 2000495, mile post 0.12, Colville National Forest, Three Rivers Ranger District, Ferry County Washington. Coordinates: 48°36'31.41"N 118°28'34.72"W. Description: Parking Expansion: The scope of this project is to construct a cooperative equestrian parking and staging area. By construction surveying and staking, minimal clearing and grubbing the site, excavating 235 cubic yards, an estimated 130 of the 235 cubic yards will be heavy ripping or rock hammering, constructing embankment 470 cubic yards, imported grading compacting 810 cubic yards unclassified borrow, hauling processing compacting 610 cubic yards of government source aggregate, manufacturing and installing 2 hitching posts, on site remove and reset estimated 70 boulders, install new 5 single post signs, manufacture and install double panel cooperative parking site sign, and remove reset existing double post sign.Highway, Street, and Bridge ConstructionMAINTENANCE OF PARKING FACILITIESTotal Small Business Set-Aside (FAR 19.5)Eric OldenkampJul 25, 2025
GAOA Frater Lake Cabin UpgradeTHIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Forest Service Region 6 FMAC Blanket Purchase Agreement. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME. Place of contract performance: Three Rivers Ranger District, Colville National Forest, Pend Oreille County, Washington. Description: This project consists of furnishing all labor, materials, transportation, equipment, tools, operating supplies, and incidentals to complete all upgrade work on Frater Lake Cabin and the surrounding site. The facilities work on Frater Lake Cabin consists of, but is not limited to, insulating and replacing roofing, replacing windows, replacing flooring, replacing wood burning stove and hearth, repairing wood and chinking, door repair, and finishing and re-staining building exterior. Site work shall include brushing site, brushing access road, grading access road, and trench excavation for utility work. Utility work shall include installation of off-grid solar power system with lighting and ceiling fan, and installation of a propane stove system. Other miscellaneous work shall include repairing, including repainting, the informational sign and painting the storage shed. The project also includes an option item for applying spot rock surfacing to the access road.Roofing ContractorsREPAIR OR ALTERATION OF FAMILY HOUSING FACILITIESTotal Small Business Set-Aside (FAR 19.5)Eric OldenkampJul 25, 2025
Seed collection service in the southern Blue Mountains of the Malheur National ForestThe Malheur National Forest requires seed collection service in the southern Blue Mountains of the Malheur National Forest. Work scope includes locate and map collection sites of specified native forb, grass, and shrub species. Collect specified quantities of mature seed. Package and deliver the seed.Aug 14, 2025 03:00 PM PDTForest Nurseries and Gathering of Forest ProductsSEED COLLECTION/PRODUCTION SERVICESTotal Small Business Set-Aside (FAR 19.5)Thomas Hammerle Contracting OfficerJul 25, 2025
S222 Grease Trap Pumping Services for VA Seattle and American Lake - Dept of Veterans AffairsBi-Annual Grease Trap Pumping VA Seattle/American Lake, Base Plus Four (4) Option Years IMPORTANT!! Contractors please reference E.2 for quote submission requirements. Site visit and questions information is also located here. (PG. 53-54)Aug 08, 2025 05:00 PM PDTAll Other Miscellaneous Waste Management ServicesWASTE TREATMENT AND STORAGETotal Small Business Set-Aside (FAR 19.5)Danielle CarricoJul 24, 2025
S222 Grease Trap Pumping Services for VA Seattle and American Lake - Dept of Veterans AffairsPre-solicitation notice. Please check back soon for Solicitation.Aug 08, 2025 05:00 PM PDTAll Other Miscellaneous Waste Management ServicesWASTE TREATMENT AND STORAGETotal Small Business Set-Aside (FAR 19.5)Danielle CarricoJul 24, 2025
Joint Base Lewis-McChord, Washington Northwestern Joint Regional Correctional Facility (NWJRCF) Food ServiceSOURCES SOUGHT SYNOPSIS Full Food Services This is a Sources Sought Synopsis (SSS) ONLY. The U.S. Government desires to procure a full food services requirement at Joint Base Lewis-McChord (JBLM) – Northwestern Joint Regional Correction Facility (NWJRCF) on a small business set-aside basis. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Please note, Full Food Services requirements are subject to both the priority established by the Randolph-Sheppard Act (RSA) and the preferences set out in FAR Part 19. We encourage all small business concerns in all socioeconomic categories (i.e. Small Disadvantage Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at sam.gov. BACKGROUND: A need is anticipated for a full food services requirement at Joint Base Lewis-McChord (JBLM) – Northwestern Joint Regional Correction Facility (NWJRCF). The Government does not currently contract for these services at this location. Attached is the draft Performance Work Statement (PWS). The contractor shall provide quality services in support of the installation food service program that supports the NWJRCF with flexible, efficient and cost-effective service. The service outlined encompasses Full Food Services functions, to include food receiving and storage, food preparation, food serving, remote site feeding, and facility sanitation duties. The NAICS code assigned to this acquisition is 722310, Food Service Contractors, with a corresponding size standard of $47M. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise the full operation of an Army Dining Facility and Full Food Service. PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside. Please note, Full Food Services requirements are subject to both the priority established by the Randolph-Sheppard Act (RSA) and the preferences set out in FAR Part 19. While not a firm cutoff, providing responses to this announcement no later than 11:00am CST on 1 August 2025 will facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted. Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 15 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability package shall be sent by email to the following: Alicia Thiessen, Contract Specialist, at email: alicia.c.thiessen.civ@army.mil and Javelin Carouthers, Contracting Officer, at email: javelin.m.carouthers.civ@army.mil. Your email subject line should reflect: Firm’s Name, Response to the Sources Sought Synopsis for the Full Food Services at Joint Base Lewis-McChord (JBLM) – Northwestern Joint Regional Correction Facility (NWJRCF), W5168W-25-R-A029. Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line. The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files. In response to this sources sought, please provide: 1. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and Unique Entity ID (UID). Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB. 2. The key tasks you believe need to be accomplished to be successful in a Full Food Services operation. In essence, what key tasks should be used for determining minimum capability to provide these services? 3. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in operating a dining facility and providing comparable services. Ensure the information is in sufficient detail regarding previous experience in managing full food services operations. (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided (food prep, facility attendants, custodial, etc.), the number of meals typically served, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. 4. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2020-O0008). 5. Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB). 6. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). 7. How the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at email: scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice on sam.gov. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.Aug 01, 2025 11:00 AM CDTFood Service ContractorsOPERATION OF DINING FACILITIESTotal Small Business Set-Aside (FAR 19.5)Alicia C. Thiessen | Javelin M CarouthersJul 22, 2025
S--Smoke Damage Restoration Services for PWR, SeattleAmendment 002 is to add Attachment 003 - Answers to Contractor Questions.Jul 21, 2025 05:00 PM PDTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Flanagan, CharleneJul 18, 2025
Refurbishment of Torque Motor Magnetic Field Ring AssembliesPROCUREMENT SYNOPSIS Solicitation N0025325R7006 Naval Undersea Warfare Center Division (NUWC) Keyport intends to issue an Indefinite-Delivery-Indefinite-Quantity (IDIQ), solicitation for the refurbishment and repopulation of four (4) types of Government supplied magnetic rings: Plated Steel Elevation Magnet Rings Stainless Steel Elevation Magnet Rings Plated Steel Azimuth Magnet Rings Stainless Steel Azimuth Magnet Rings For each item, in accordance with the Statement of Work (SOW) and associated drawings, there are: First Article Testing lot (Quantity two (2) each) Production lot Ordering Period 1 (Quantity 125 each) Production lot Ordering Period 2 (Quantity 127 each) Production lot Ordering Period 3 (Quantity 127 each) Production lot Ordering Period 4 (Quantity 127 each) Production lot Ordering Period 5 (Quantity 127 each) This requirement is being issued as a synopsis / advanced notice for non-commercial items in accordance with FAR 15. The government will award one (1) firm fixed price type contract. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The proposed contract is 100% set-aside for Small Business. Applicable North American Industry Classification System (NAICS) code for this requirement is 336412 and has a size standard of 1500 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/ and update their data custodian information at cage.dla.mil. Restricted drawings and technical information are available through SAM.GOV. All controlled access requests regarding the solicitation should be submitted in writing as soon as practicable after receipt of solicitation, and no later than fourteen (14) days prior to the solicitation closes. Controlled access requests submitted after the deadline will undergo review and NIST/JCP evaluation; however, access may not be returned by the close of the solicitation. Once the solicitation closes no further access will be granted. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after release of this solicitation, and no later than seven (7) business days prior to the solicitation closes. Questions submitted after the deadline will be submitted to the technical department; however, answers may not be returned by the close of the solicitation. Solicitation close date will not be extended based on late questions and answers. Offers received after the Solicitation close date will be deemed non-compliant and not considered. Questions and Offers should be submitted via e-mail to: Rebecca.A.Jett.Civ@US.Navy.Mil . No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete the following may render an offer nonresponsive and result in rejection. Quote all CLINs Complete all representations and certifications found within the solicitation Return the signed solicitation (and any signed amendments if applicable) in whole Respond prior to the closing date and time established Quote Expiration date should be no less than 300 days as noted in Section L. All details regarding the vendor offer shall be documented in the RFQ. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFARS). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html . The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ a Federal government owned website.Sep 15, 2025 03:00 PM PDTAircraft Engine and Engine Parts ManufacturingAIRCRAFT MAINT & REP SHOP EQTotal Small Business Set-Aside (FAR 19.5)Rebecca JettJul 16, 2025
Mt Hood NF - Replace HVAC ZigZag Ranger Station District OfficeThis project involves: This project replaces a failed HVAC unit that services the Zigzag Ranger Station on the Mt. Hood National Forest. The magnitude of this construction project is under $25,000. THIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Northwest Facilities Maintenance (FMAC) 1204M320Q0041. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME.Aug 13, 2025 04:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Loren MeinJul 15, 2025
Deschutes NF - Pringle Falls HVAC InstallationThis project involves: The Contractor shall provide a proposal for all labor and material for a Mini-Split HVAC system in the Cabin at Pringle Falls Experimental Forest (PFEF). The Square foot area the Mini-Split system will be providing heat and air conditioning to is approximately 420 square feet. The Contractor shall provide a proposal for all labor and material for an Electric Furnace and Heat Pump in the Administration Building at the Pringle Falls Experimental Forest (PFEF). Square feet of flooring is as follows: 1st floor (1416 sf), 2nd floor (300 sf), for a total of 1716 sf. The Administration Building is a Historic structure. The magnitude of this construction project is between $25,000 and $100,000. THIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Northwest Facilities Maintenance (FMAC) 1204M320Q0041. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME.Aug 14, 2025 04:00 PM PDTPlumbing, Heating, and Air-Conditioning ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Loren MeinJul 15, 2025
Solicitation for Protective Coatings** THIS SOLICIATION IS FOR SERVICES LOCATED AT JOINT BASE LEWIS-MCCHORD WASHINGTON ** ** (13 June 2025) Update to posting - Added erroneously missing Attachments A and B to SAM soliciation package ** ** (24 June 2025) Amendment #01 - Posting industry questions and answers, revised bonding requirement, extended bid due date. ** (02 July 2025) Amendment #02 - Revised SOW, added missing UFGS TE-s, extended bid due date. ** (14 July 2025) Amendment #03 - Revised Questions and Answers, Revised TE-1, Revised TE Listing The Protective Coatings IDIQ Contract is for a broad range of maintenance, repair and minor protective coatings construction work on real property at JBLM and other supported organizations. The work is required in support of Public Works (PW) activities headquartered at Joint Base Lewis-McChord (JBLM). The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type contract and will include a wide variety of individual construction tasks pertaining to protective coatings. During the contract period, the Government will identify construction tasks required to complete each specific job and will issue individual Task Orders (TOs) to the contractor to complete those jobs. The contractor shall be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the TOs. The contractor shall be required to provide a company representative near JBLM in order to receive Requests for Proposal (RFPs), prepare and negotiate proposals, receive signed TOs and Notices-To-Proceed (NTPs), receive and initiate contract correspondence and provide other construction services to accomplish individual TOs. TOs will vary in size and may include incidental disciplines required for the protective coatings actions.Jul 23, 2025 01:30 PM PDTPainting and Wall Covering ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Scott Byrd | Angela K. ChaplinskiJul 14, 2025
W9127N25BA010 Rogue River South Jetty Partial Repair 2025The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed-price proposal for this project. This PRESOLICITATION announcement is for the construction/modification of the Rogue River South Jetty located at the mouth of Rogue River at Gold Beach, Curry County, Oregon. Project Scope: The project is located on the Southern Oregon Coast at the inlet to Rogue River in Gold Beach, Curry County, Oregon. The project consists of procurement, delivery, and placement of jetty armor stone between stations 7+10 and 11+40. The mandatory work includes toe and side slope repairs to address a channel-side damage zone from station 8+50 to 9+50 with a 50-foot buffer on either side of the work area for a total construction length of approximately 200 ft. Optional repairs include an additional 90 ft of reconstruction on the channel side of the jetty from station 7+60 to 8+50 and 140 ft of reconstruction on the ocean side of the jetty from station 9+50 to 10+90. The 50-foot buffer will be adjusted to start at the ending station on each side of the full repair area, depending on whether optional work is exercised. Due to apparent instability of the core and lack of interlocking on the south side of the cross-section, rework and/or reconstruction of the full cross-section may be needed along at least a partial length of the mandatory repair zone. To accomplish that effectively, the toe of the jetty on the south side may need to be excavated and the stone/cross-section reset. Design stone W50 is 18 tons, with a minimum density of 170 pcf. Acquisition Strategy: The solicitation will be an Invitation for Bid (IFB). The lowest price and pricing factors only will be used to evaluate proposals. The Government will include options in the IFB which shall be priced. This acquisition will result in a single fixed-price contract. Magnitude of Construction: The estimated cost of the project is between $1,000,000.00 and $5,000,000.00 (Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude). Set Asides and Codes: This is a Total Small Business Set-Aside. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 – “Other Heavy and Civil Engineering Construction”. The related size standard is $45.0 million. The PSC is Y1KZ Construction of other Conservations and Development Facilities. Bid Procedures: The solicitation will be posted on SAM.gov website once it is issued. Firms are requested to register electronically to receive a copy of the solicitation when it is issued. Bid Period: The solicitation is tentatively scheduled for release on or about 7 August 2025. The tentative date for receipt of proposals is on or about 22 September 2025. Plans and Specifications: The Plans and Specifications will also be posted on beta.SAM.gov website once it is issued. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award. Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Brian Johnson at brian.m.johnson@usace.army.mil. E-mail is the preferred method for receiving responses to this pre-solicitation notice. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM.gov ON OR ABOUT 7 AUGUST 2025. THIS NOTICE IS NOT AN INVITATION FOR BIDS, AND ANY BIDS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.Aug 07, 2025 03:00 PM PDTOther Heavy and Civil Engineering ConstructionCONSTRUCTION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIESTotal Small Business Set-Aside (FAR 19.5)Brian Johnson | Christopher BurroughsJul 14, 2025
Compact ExcavatorAMENDMENT 02 (Refer to Attached): The Schedule of Items is updated and the closing date/time is extended. AMENDMENT 01 (Refer to Attached) The USDA Forest Service is soliciting for a compact excavator under "Brand Name or Equal" terms and conditions. Refer to attached "RFQ No 1240BD25Q0043 (Final)" for requirement details.Jul 14, 2025 01:00 PM PDTConstruction Machinery ManufacturingEARTH MOVING & EXCAVATING EQTotal Small Business Set-Aside (FAR 19.5)Brian A. Johnson, Contracting OfficerJul 10, 2025
Department of Veterans Affairs Water System Services at Walla Walla VA Medical CenterIncluded SBA Busness type and SAM UEI in any submissions Developed and implemented a Water Management Plan for effective water system operations. Conducted regular water testing for potable water, Legionella, and SPS, ensuring quality and safety. Performed backflow testing and cross-connection control measures to prevent contamination and maintain system integrity. • Perform all work in compliance with NFPA 13, 17, NFPA 25, ASME, ANSI, ASSE, ABPA, UPC, and other applicable Federal Regulations. • Provide inspection, testing, maintenance, and repair services by master plumbers, certified inspectors, testers, and mechanics qualified for backflow prevention assembly work. • Submit all required documentation and maintain necessary licenses and personnel qualifications in compliance with Washington State regulations.Aug 15, 2025 03:00 PM EDTWater Supply and Irrigation SystemsWATER QUALITY SUPPORT SERVICESTotal Small Business Set-Aside (FAR 19.5)Adam HillJul 8, 2025
Multnomah Falls Lodge - Walk in cooler Insulation UpgradeThe Historic Multnomah Falls Lodge requires replacement of the existing walk-in cooler, freezer and produce cooler. This project is to demolish the existing three coolers, furnish and install new walk-in cooler with walk-in freezer and new produce cooler. Contractor to provide all labor and materials for demolition and complete functional installation. All work is to be done in accordance with applicable laws and regulations. Electrical work to be performed by licensed electrician in the state of Oregon. Contractor to obtain all permits required. All equipment furnished shall have a one-year warranty period from the date of start-up. Period of Performance: The demolition and installation shall occur no earlier than October 1, 2025 and be completed by February 28, 2026. Installation dates to be coordinated within 45 days of notice to proceed. Period of construction not to exceed 12 calendar days. The lodge is operated under permit by Multnomah Falls Co. Inc. (MFC). The lodge kitchen will remain open during construction. MFC will provide temporary cooler and freezer during the replacement of the walk-in coolers and freezer. Contractor shall coordinate installation times with MFC and the Contracting Officer to minimize disruptions to business operations. The following bid item descriptions are general saliant features requested of the coolers. Contractor to submit shop drawings, product data, ancillary equipment and anchor details for approval prior to release for construction. The associated contract drawings are for conceptual use only to show general layout and size required, under no circumstances are the drawings for construction use. The existing wet/glycol fire suppression system has four sprinkler heads within the walk-in freezer and cooler, and two in the ceiling space above. Contractor shall include replacement of these heads and associated draw down of the system, and bringing the system back to operational status. See attached fire suppression system as-builts. After installation of the new coolers the Contractor shall replace any interior kitchen wall, floor, or ceiling to restore to existing conditions. The magnitude of this construction project is between $100,000 and $250,000. THIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on Northwest Facilities Maintenance (FMAC) 1204M320Q0041. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME.Aug 01, 2025 04:00 PM PDTCommercial and Institutional Building ConstructionREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Loren MeinJul 3, 2025
Central Zone Invasive Plants TreatmentThe purpose of this solicitation is to secure services including all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary for treating invasive plants with herbicides on specific areas on the Colville National Forest. Contractor shall use approved herbicides to treat and kill all invasive plants listed under the attached 2024 Washington State Noxious Weed List. All weed control measures shall comply with all herbicide labels and the applicable laws and regulations of the State of Washington as well as the Colville National Forest Forest-wide Invasive Plant Treatment Final Environmental Impact Statement, USDA Forest Service and the 2005 Record of Decision for the Pacific Northwest Region Invasive Plants EIS. And the terms, specifications, conditions, and provisions. Refer to attached Request for Quotation (RFQ).Jul 21, 2025 01:00 PM PDTSupport Activities for ForestryOTHER NAT RES MGMT & CONSERVTotal Small Business Set-Aside (FAR 19.5)Brian A. Johnson, Contracting OfficerJul 2, 2025
Deschutes National Forest - GAOA Forest Wide Trail Bridge ReconstructionThis project involves: This work is taking place on the Deschutes National Forest. The work entails the demolition of two existing Multi-Log Stringer Bridges measuring 36 feet and 25 feet in length. The scope includes furnishing, fabricating, and treating structural timber, along with all required yard lumber to complete the bridge system, followed by delivery and installation at the existing site. The contractor shall provide all necessary anchoring and fastening hardware, structural steel, bearing shoes/pads, stringers, sills, timber curbs, timber railings on both sides, backwall systems, blocking, running planks, and geocell foundation systems for the construction of two new trail bridges—a 41-foot Glulam Stringer Trail Bridge and a 31-foot Longitudinal Glulam Deck Panel Trail Bridge. The East Cultus Lake Trail Bridge will be constructed using a newly fabricated Glulam Trail Bridge supplied by the contractor, while the Todd Meadow Nordic Trail Bridge will be built using a newly furnished Longitudinal Glulam Deck Panel Trail Bridge, also provided by the contractor. Construction at the East Cultus Lake Trail Bridge will include Overlapping Step Systems and borrow material will be placed for the approaches to the Todd Meadow Nordic Trail Bridge. The contractor is responsible for furnishing the sawn timber necessary for constructing Overlapping Step Systems. The magnitude of this construction project is between $100,000 and $250,000. THIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on the Trail Construction and Maintenance BPA 1240BJ21Q0015. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME.Jul 07, 2025 04:00 PM PDTOther Heavy and Civil Engineering ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Loren MeinJun 5, 2025
Mt. Hood NF - Sandstone BAER ChannelTHIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. This project involves: Install an overflow culvert on a road that was damaged during suppression repairs on the Sandstone Fire (2024). This project consists of the installation of one culverts on NFSR 7010 000. The work will include installation of soil and erosion control measures, excavation, placement of aggregate, and installation of new culvert. The magnitude of this construction project is between $25,000 and $100,000. This notice is for the issuance of a blanket purchase agreement call request on BPA Region 6 Road and Bridge Construction BPA 1240BH23Q0001. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME.Jun 30, 2025 04:00 PM PDTHighway, Street, and Bridge ConstructionREPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Loren MeinJun 2, 2025
Willamette NF Foley Ridge Road 2643 Slurry SealThis project involves: This project includes all labor, materials and equipment required to place 48,136 square yards of slurry seal on NFSR 2643. The magnitude of this construction project is between $100,000 and $250,000. THIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. This notice is for the issuance of a blanket purchase agreement call request on BPA Region 6 Road and Bridge Construction BPA 1240BH23Q0001. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. WE ARE NOT LOOKING TO ADD NEW CONTRACTORS TO THE BPA AT THIS TIME.Jun 16, 2025 04:00 PM PDTHighway, Street, and Bridge ConstructionMAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Loren MeinMay 20, 2025
Northwest Zone Architecture & Engineering Professional Services IDIQ05/19/2025: Date for receipt of SF-330's is extended until 4:00 PM PST on 05/28/2025. ------------------------------------ 05/15/2025: See attached responses to Q&A received to date. ------------------------------------ 04/23/2025: Please replace the original document titled 1. NWZ AE IDIQ Submission Requirements with the the following document: 04232025 Revised NWZ AE IDIQ Submission Requirements. The revisions are highlighted in yellow on Page 2 of 4. ------------------------------------ The USDA Forest Service, Procurement and Property Services, Field Procurement Operations, Northwest Zone (NWZ), is requesting qualifications for multiple award Architect-Engineer (AE) Services Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, in accordance with Brooks Act Public Law 92-582 and FAR Part 36.6 Architect-Engineer Services. The requirement is for Professional AE services across three engineering disciplines: Transportation, Facilities and Environmental. The NWZ encompasses Forest Service Region 6 (Oregon and Washington) and Region 10 (Alaska). The duration of the Parent IDIQ contracts will be five (5) years from the date of the award. See the following documents for additional information regarding breakdown of the three disciplines and geographic areas, and how to identify those for which you wish to be considered: NWZ AE IDIQ Submission Requirements Statement of Work (SOW) – NWZ AE IDIQ Standard Form 330, Architect-Engineer Qualifications As stated in the Submission Requirements document, this acquisition process will be conducted in two phases: Evaluation of professional qualifications to determine the most highly qualified offerors; Evaluation of offered prices and overhead rates to determine reasonableness. This first phase is the Request for Qualifications only. The second phase will be request for pricing, by the Contracting Officer, from the most highly qualified firms identified in the first phase. Therefore, this Special Notice request does not constitute a Request for Proposal (RFP) or any other mode of formal solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this notice. No funds are available to pay for preparation of responses and any information submitted by respondents to this announcement is strictly voluntary. Please direct all questions, via email, regarding this Request for Qualifications to: Janet Paul, Contracting Officer, janet.paul@usda.gov Responses are due on or before May 21, 2025 at 4:00 pm PST.May 28, 2025 04:00 PM PDTEngineering ServicesARCHITECT AND ENGINEERING- GENERAL: OTHERTotal Small Business Set-Aside (FAR 19.5)Janet PaulMay 19, 2025
Rogue River-Siskiyou NF Ragsdale TS-3353 Road ReconstructionTHIS IS AN INFORMATIONAL NOTICE ONLY AND NOT A REQUEST FOR QUOTES. THIS IS A REQUEST UNDER A PREVIOUSLY ISSUED BPA. This project involves: FSR 3353 MP 5.4 This project work includes replacing the existing culvert on Forest Service Road 3353 at Mile Post 5.4 with a 55 inch diameter culvert. Work also includes; constructions surveying and staking, erosion control, clearing and grubbing, removal and disposal of the existing culvert, hauling and disposing of excavation waste, furnishing and placing unclassified borrow backfill, furnishing and placing crushed aggregate road surfacing, furnishing and installation of 54” diameter culvert, seeding and mulching, and traffic control. Work also includes grading, shaping, and ramping through road slumps on FS Road 3353 for mobilization of heavy equipment and vehicular access. The magnitude of this construction project is between $100,000 and $250,000. This notice is for the issuance of a blanket purchase agreement call request on BPA Region 6 Road and Bridge Construction BPA 1240BH23Q0001.Jun 17, 2025 04:00 PM PDTHighway, Street, and Bridge ConstructionMAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Loren MeinMay 16, 2025
Respiratory Protection Testing and Maintenanceprovide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other non-personal services necessary to perform Maintenance and Repair Services. The Contractor shall perform these services in accordance with the most current commercial industry standards, codes and regulations, National Fire Protection Association (NFPA) 1852 “Standard of Selection, Care, and Maintenance of Open-Circuit Self-Contained Breathing Apparatus (SCBA), NFPA 1989 “Standard on Breathing Air Quality for Emergency Services Respiratory Protection” and other governing directives and standards. The Contractor must hold and matain the below certfications: MSA Certified Air Mask Repair Education Certified (C.A.R.E)Jun 13, 2025 10:00 AM PDTCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceMAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLSTotal Small Business Set-Aside (FAR 19.5)Robert Collins | Shalon HuttonMay 15, 2025
15BCTS25R00000010 - SU/MH/SOT in Portland, ORThe Federal Bureau of Prisons, CTS Contracting Office, Washington, D.C. is seeking quotes from sources that have the ability to provide community-based outpatient substance use disorder, mental health treatment, and sex offender treatment services for male and female Adults in Custody (AICs) residing at the local Residential Re-entry Center (RRC) and on home confinement in Portland, Oregon. All treatment services are to be provided by clinicians who currently hold a professional license to practice independently, without supervision, in the state of Oregon. The location where services are to be provided must be within a 10 mile radius of Portland City Hall, located at 1221 SW 4th Avenue, Portland, Oregon 97204 and within a 1/2 mile access to public transportation. Performance periods under this contract will be for a one-year base period estimated to begin on August 01, 2025 with four (4) one-year option periods, with services ending (if all options years are renewed) on July 31, 2030. These services required for this contract include a Base Year; Option Year One, Option Year Two, Option Year Three, and Option Year Four. Base Year Substance Use Treatment 2001 Substance Use Disorder Treatment Planning and Follow-up – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2005 Substance Use Disorder Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 2010 Substance Use Disorder Individual Counseling – 120 units Guaranteed Minimum; 4200 units Estimated Maximum 2011 Substance Use Disorder Intake Assessment & Report – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2012 Co-occurring Intake Assessment & Report – 5 units Guaranteed Minimum; 25 units Estimated Maximum 2020 Substance Use Disorder Group Counseling – 120 units Guaranteed Minimum; 6000 units Estimated Maximum 2030 Substance Use Disorder Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum Mental Health Treatment 5001 Mental Health Treatment Planning and Follow-up – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5005 Mental Health Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 5011 Mental Health Intake Assessment and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5030 Psychiatric Evaluation and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 6000 Crisis Intervention Evaluation & Report – 1 unit Guaranteed Minimum; 4 units Estimated Maximum 6010 Mental Health Individual Counseling – 24 units Guaranteed Minimum; 2400 units Estimated Maximum 6031 Mental Health Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum 6051 MH Medication Monitoring & Report – 5 units Guaranteed Minimum; 382 units Estimated Maximum Sex Offender Treatment 5012 Sex Offender Intake Assessment & Report – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6001 Sex Offender Treatment Disorder Treatment Planning and Follow-up – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6005 Sex Offender Intake Screening – 1 unit Guaranteed Minimum; 10 units Estimated Maximum 6012 Sex Offender Individual Counseling – 2 units Guaranteed Minimum; 240 units Estimated Maximum 6022 Sex Offender Group Counseling – 4 units Guaranteed Minimum; 360 units Estimated Maximum Option Year One Substance Use Treatment 2001 Substance Use Disorder Treatment Planning and Follow-up – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2005 Substance Use Disorder Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 2010 Substance Use Disorder Individual Counseling – 120 units Guaranteed Minimum; 4200 units Estimated Maximum 2011 Substance Use Disorder Intake Assessment & Report – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2012 Co-occurring Intake Assessment & Report – 5 units Guaranteed Minimum; 25 units Estimated Maximum 2020 Substance Use Disorder Group Counseling – 120 units Guaranteed Minimum; 6000 units Estimated Maximum 2030 Substance Use Disorder Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum Mental Health Treatment 5001 Mental Health Treatment Planning and Follow-up – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5005 Mental Health Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 5011 Mental Health Intake Assessment and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5030 Psychiatric Evaluation and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 6000 Crisis Intervention Evaluation & Report – 1 unit Guaranteed Minimum; 4 units Estimated Maximum 6010 Mental Health Individual Counseling – 24 units Guaranteed Minimum; 2400 units Estimated Maximum 6031 Mental Health Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum 6051 MH Medication Monitoring & Report – 5 units Guaranteed Minimum; 382 units Estimated Maximum Sex Offender Treatment 5012 Sex Offender Intake Assessment & Report – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6001 Sex Offender Treatment Disorder Treatment Planning and Follow-up – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6005 Sex Offender Intake Screening – 1 unit Guaranteed Minimum; 10 units Estimated Maximum 6012 Sex Offender Individual Counseling – 2 units Guaranteed Minimum; 240 units Estimated Maximum 6022 Sex Offender Group Counseling – 4 units Guaranteed Minimum; 360 units Estimated Maximum Option Year Two Substance Use Treatment 2001 Substance Use Disorder Treatment Planning and Follow-up – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2005 Substance Use Disorder Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 2010 Substance Use Disorder Individual Counseling – 120 units Guaranteed Minimum; 4200 units Estimated Maximum 2011 Substance Use Disorder Intake Assessment & Report – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2012 Co-occurring Intake Assessment & Report – 5 units Guaranteed Minimum; 25 units Estimated Maximum 2020 Substance Use Disorder Group Counseling – 120 units Guaranteed Minimum; 6000 units Estimated Maximum 2030 Substance Use Disorder Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum Mental Health Treatment 5001 Mental Health Treatment Planning and Follow-up – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5005 Mental Health Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 5011 Mental Health Intake Assessment and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5030 Psychiatric Evaluation and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 6000 Crisis Intervention Evaluation & Report – 1 unit Guaranteed Minimum; 4 units Estimated Maximum 6010 Mental Health Individual Counseling – 24 units Guaranteed Minimum; 2400 units Estimated Maximum 6031 Mental Health Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum 6051 MH Medication Monitoring & Report – 5 units Guaranteed Minimum; 382 units Estimated Maximum Sex Offender Treatment 5012 Sex Offender Intake Assessment & Report – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6001 Sex Offender Treatment Disorder Treatment Planning and Follow-up – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6005 Sex Offender Intake Screening – 1 unit Guaranteed Minimum; 10 units Estimated Maximum 6012 Sex Offender Individual Counseling – 2 units Guaranteed Minimum; 240 units Estimated Maximum 6022 Sex Offender Group Counseling – 4 units Guaranteed Minimum; 360 units Estimated Maximum Option Year Three Substance Use Treatment 2001 Substance Use Disorder Treatment Planning and Follow-up – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2005 Substance Use Disorder Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 2010 Substance Use Disorder Individual Counseling – 120 units Guaranteed Minimum; 4200 units Estimated Maximum 2011 Substance Use Disorder Intake Assessment & Report – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2012 Co-occurring Intake Assessment & Report – 5 units Guaranteed Minimum; 25 units Estimated Maximum 2020 Substance Use Disorder Group Counseling – 120 units Guaranteed Minimum; 6000 units Estimated Maximum 2030 Substance Use Disorder Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum Mental Health Treatment 5001 Mental Health Treatment Planning and Follow-up – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5005 Mental Health Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 5011 Mental Health Intake Assessment and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5030 Psychiatric Evaluation and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 6000 Crisis Intervention Evaluation & Report – 1 unit Guaranteed Minimum; 4 units Estimated Maximum 6010 Mental Health Individual Counseling – 24 units Guaranteed Minimum; 2400 units Estimated Maximum 6031 Mental Health Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum 6051 MH Medication Monitoring & Report – 5 units Guaranteed Minimum; 382 units Estimated Maximum Sex Offender Treatment 5012 Sex Offender Intake Assessment & Report – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6001 Sex Offender Treatment Disorder Treatment Planning and Follow-up – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6005 Sex Offender Intake Screening – 1 unit Guaranteed Minimum; 10 units Estimated Maximum 6012 Sex Offender Individual Counseling – 2 units Guaranteed Minimum; 240 units Estimated Maximum 6022 Sex Offender Group Counseling – 4 units Guaranteed Minimum; 360 units Estimated Maximum Option Year Four Substance Use Treatment 2001 Substance Use Disorder Treatment Planning and Follow-up – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2005 Substance Use Disorder Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 2010 Substance Use Disorder Individual Counseling – 120 units Guaranteed Minimum; 4200 units Estimated Maximum 2011 Substance Use Disorder Intake Assessment & Report – 25 units Guaranteed Minimum; 124 units Estimated Maximum 2012 Co-occurring Intake Assessment & Report – 5 units Guaranteed Minimum; 25 units Estimated Maximum 2020 Substance Use Disorder Group Counseling – 120 units Guaranteed Minimum; 6000 units Estimated Maximum 2030 Substance Use Disorder Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum Mental Health Treatment 5001 Mental Health Treatment Planning and Follow-up – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5005 Mental Health Intake Screening – 5 units Guaranteed Minimum; 55 units Estimated Maximum 5011 Mental Health Intake Assessment and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 5030 Psychiatric Evaluation and Report – 5 units Guaranteed Minimum; 114 units Estimated Maximum 6000 Crisis Intervention Evaluation & Report – 1 unit Guaranteed Minimum; 4 units Estimated Maximum 6010 Mental Health Individual Counseling – 24 units Guaranteed Minimum; 2400 units Estimated Maximum 6031 Mental Health Relationship and Parenting Counseling – 2 units Guaranteed Minimum; 24 units Estimated Maximum 6051 MH Medication Monitoring & Report – 5 units Guaranteed Minimum; 382 units Estimated Maximum Sex Offender Treatment 5012 Sex Offender Intake Assessment & Report – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6001 Sex Offender Treatment Disorder Treatment Planning and Follow-up – 1 unit Guaranteed Minimum; 14 units Estimated Maximum 6005 Sex Offender Intake Screening – 1 unit Guaranteed Minimum; 10 units Estimated Maximum 6012 Sex Offender Individual Counseling – 2 units Guaranteed Minimum; 240 units Estimated Maximum 6022 Sex Offender Group Counseling – 4 units Guaranteed Minimum; 360 units Estimated Maximum Potential Six-Month Extension Substance Use Treatment 2001 Substance Use Disorder Treatment Planning and Follow-up – 13 units Guaranteed Minimum; 62 units Estimated Maximum 2005 Substance Use Disorder Intake Screening – 3 units Guaranteed Minimum; 28 units Estimated Maximum 2010 Substance Use Disorder Individual Counseling – 60 units Guaranteed Minimum; 2100 units Estimated Maximum 2011 Substance Use Disorder Intake Assessment & Report – 13 units Guaranteed Minimum; 62 units Estimated Maximum 2012 Co-occurring Intake Assessment & Report – 3 units Guaranteed Minimum; 13 units Estimated Maximum 2020 Substance Use Disorder Group Counseling – 60 units Guaranteed Minimum; 3000 units Estimated Maximum 2030 Substance Use Disorder Relationship and Parenting Counseling – 1 unit Guaranteed Minimum; 12 units Estimated Maximum Mental Health Treatment 5001 Mental Health Treatment Planning and Follow-up – 3 units Guaranteed Minimum; 57 units Estimated Maximum 5005 Mental Health Intake Screening – 3 units Guaranteed Minimum; 28 units Estimated Maximum 5011 Mental Health Intake Assessment and Report – 3 units Guaranteed Minimum; 57 units Estimated Maximum 5030 Psychiatric Evaluation and Report – 3 units Guaranteed Minimum; 57 units Estimated Maximum 6000 Crisis Intervention Evaluation & Report – 1 unit Guaranteed Minimum; 2 units Estimated Maximum 6010 Mental Health Individual Counseling – 12 units Guaranteed Minimum; 1200 units Estimated Maximum 6031 Mental Health Relationship and Parenting Counseling – 1 unit Guaranteed Minimum; 12 units Estimated Maximum 6051 MH Medication Monitoring & Report – 3 units Guaranteed Minimum; 191 units Estimated Maximum Sex Offender Treatment 5012 Sex Offender Intake Assessment & Report – 1 unit Guaranteed Minimum; 7 units Estimated Maximum 6001 Sex Offender Treatment Disorder Treatment Planning and Follow-up – 1 unit Guaranteed Minimum; 7 units Estimated Maximum 6005 Sex Offender Intake Screening – 1 unit Guaranteed Minimum; 5 units Estimated Maximum 6012 Sex Offender Individual Counseling – 2 units Guaranteed Minimum; 120 units Estimated Maximum 6022 Sex Offender Group Counseling – 2 units Guaranteed Minimum; 180 units Estimated Maximum These services shall be in accordance with the Federal Bureau of Prisons (BOP) Community Treatment Services (CTS) Statement of Work, dated October 2022. The request for quotation will be available on or about May 9, 2025 and will be distributed solely through the General Services Administration’s Sam.gov web site (sam.gov). The solicitation will be on a total small business set-aside. Hard copies of the quotation will not be available. The site provides downloading instructions. All future information about this acquisition, including amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The estimated closing date will be on or about June 9, 2025 at 12 pm EST. The BOP anticipates awarding a firm-fixed price IDIQ contract. All responsible business concerns may submit a quote which will be considered by this agency. Questions concerning this Pre-Solicitation Notice should be directed to Joo (Jan) Walker, Contracting Officer, at 318-561-5304 or by email to j15walker@bop.gov, and Robert Carroll, Senior Contracting Officer, at 202-598-6124 or by email to r1carroll@bop.gov.Jun 09, 2025 12:00 PM EDTOutpatient Mental Health and Substance Abuse CentersSOCIAL REHABILITATION SERVICESTotal Small Business Set-Aside (FAR 19.5)Joo Walker | Robert CarrollMay 14, 2025
Rogue River Basin Grounds MaintenanceLandscaping ServicesHOUSEKEEPING- LANDSCAPING/GROUNDSKEEPINGTotal Small Business Set-Aside (FAR 19.5)Jessica ManleyMay 2, 2025
USB-C to PRC-163ODU 12-Pin CableUSB-C to PRC-163ODU 12-Pin CableMay 06, 2025 02:35 PM PDTRadio and Television Broadcasting and Wireless Communications Equipment ManufacturingWIRE AND CABLE, ELECTRICALTotal Small Business Set-Aside (FAR 19.5)Timothy Blose | Joy DavisMay 1, 2025
Fitness Tracking RingFitness Tracking RingMay 02, 2025 02:20 PM PDTSporting and Athletic Goods ManufacturingRECREATIONAL & GYMNASTIC EQTotal Small Business Set-Aside (FAR 19.5)Timothy Blose | Joy DavisMay 1, 2025
Environmental Restoration Architect Engineering IDIQThis procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Environmental Restoration Architect-Engineer (AE) services primarily for environmental projects at various locations within the Naval Facilities Engineering Systems Command Northwest (NAVFAC NW) Area of Responsibility (AOR). The principal geographical regions encompassed by this contract include the states of Washington, Alaska, Oregon, Idaho, Montana, Wyoming and NAVFAC installations in other areas of the United States. The preponderance of the work is expected to be performed in the states of Washington and Alaska. The exact location of the requirements will be designated on individual Task Orders.May 01, 2025 01:00 PM PDTEngineering ServicesARCHITECT AND ENGINEERING- GENERAL: OTHERTotal Small Business Set-Aside (FAR 19.5)Solomon Ocansey | Kimberly GilletteApr 25, 2025
Newport-Sullvan Ranger District Janitorial ServicesJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Dale LoperApr 21, 2025
WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022 This work consists of: Earthwork, roadside development, walls, and drainage infrastructure Project Locations: Multiple in Washington Project Length: 0.4 Miles Estimated Price Range: Between $700,000 and $2,000,000 Tentative Fixed Completion Date: Spring/Summer 2025 See attachments for additional informationHighway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeApr 17, 2025
92SFS Lateral Filing SystemThe 92nd SFS/S5R has a requirement for Lateral Filing System to be used at Fairchild AFB IAW the attached SOW. Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offereor for any costs.May 15, 2025 10:00 AM PDTShowcase, Partition, Shelving, and Locker ManufacturingCABINETS, LOCKERS, BINS, AND SHELVINGTotal Small Business Set-Aside (FAR 19.5)Yuying Wang | 1st Lt Nicholas P. KortisApr 16, 2025
142WG Flameholder Repair BPAThe purpose of this solicitation is to establish multiple Blanket Purchase Agreements for the servicing of flameholders for the F-15 aircraft on the Portland Air National Guard Base.AMENDMENT 0001:THE PURPOSE OF THIS AMENDMENT IS TO REMOVE AND AMEND CLAUSES IN ACCORDANCE WITH EO 14168.Apr 25, 2025 06:00 PM PDTOther Aircraft Parts and Auxiliary Equipment ManufacturingMISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTSTotal Small Business Set-Aside (FAR 19.5)James VogtApr 15, 2025
Wiper Ring AssemblyGasket, Packing, and Sealing Device ManufacturingPACKING AND GASKET MATERIALSTotal Small Business Set-Aside (FAR 19.5)Brook Smith | Amanda GutgsellApr 10, 2025
GROUNDS MAINTENANCE IN WILLAMETTE VALLEYLandscaping ServicesHOUSEKEEPING- LANDSCAPING/GROUNDSKEEPINGTotal Small Business Set-Aside (FAR 19.5)Jessica ManleyApr 3, 2025
OR FS OCHOC607 22(1), Road 22 Repairs MP 0.0 to 8.0Presolicitation Notice: Project: OR FS OCHOC607 22(1), Road 22 Repairs MP 0.0 to 8.0 See attachments for full requirement. Updated information posted 06/04/2024.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeMar 20, 2025
Maintenance, Repair, and Preservation of TWR 7 and 8The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish pierside modernization of two (2) Naval vessels, TWR-7 and TWR-8. Work will be accomplished at the Contractors facility.TWR-7Length: 85FTWidth: 21 FT 6 INAge: 16 YRSHull Type: Aluminum Draft: 5 FT 8 INFull Displacement: 95 Tons Light Load: 60 Tons Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officers Representative (COR) to have vessel delivered to the Contractors facility. Upon docking vessel, wash, and clean vessel. Remove all fendering and sweep blast clean and replace any broken or missing studs and related hardware, as well as doubler plating. Sweep blast and touch up underwater hull. Remove and Install new FWD escape hatches and gaskets. Open, clean and inspect all tanks and voids including fuel, CHT and potable water tanks. Touch up preservation of main deck and bulwarks and pilot house. Install new multi-cable penetrations in the pilot house overhead. Accomplish overhaul of bow thruster and related testing. Overhaul hydraulic steering rams and related testing. Remove, clean and inspect shafts and reinstall with new seals and bearings and accomplish related testing. Replace legacy low pressure air compressor and related piping system. Replace HVAC system and related piping. Clean and inspect main engine heat exchangers. Overhaul and test genset alternators. Flush, clean and inspect chill water piping. Replace hull valves with new. Undock the vessel. Conduct Sea trials. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.TWR-8Length: 85 FTWidth: 21 FT 6 INAge: 16 YRSHull Type: Aluminum Draft: 5 FT 8 INFull Displacement: 95 Tons Light Load: 60 Tons Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officers Representative (COR) to deliver the vessel to the Contractors facility. Upon docking vessel, wash, and clean vessel. Remove all fendering and sweep blast clean and replace any broken or missing studs and related hardware, as well as doubler plating. Sweep blast and touch up underwater hull. Remove and Install new FWD escape hatches and gaskets. Open, clean and inspect all tanks and voids including fuel, CHT and potable water tanks. Touch up preservation of main deck and bulwarks and pilot house. Remove insulation and install new lagging and insulation in the pilot house overhead. Repair superstructure door and replace gasket and conduct operational test. Accomplish overhaul of bow thruster and related testing. Overhaul hydraulic steering rams and related testing. Remove, clean and inspect shafts and reinstall with new seals and bearings and accomplish related testing. Replace legacy low pressure air compressor and related piping system. Clean and inspect main engine heat exchangers. Overhaul and test genset alternators. Flush, clean and inspect chill water piping. Replace hull valves with new. Purchase and install new helm chair. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The contractors facility must possess the capability of accommodating both TWR with the dimensions as stated above. To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA. The expected period of performance is scheduled to be 03 June 2025 to 21 November 2025.The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in January/February 2025 and anticipates award of the Firm-Fixed Price, stand-alone contract in April 2025 to the responsible contractor on a lowest price, technically acceptable basis in accordance with, but not limited to, the Federal Acquisition Regulation (FAR) 15.101-2. Offerors can view and/or download the draft notional work specifications for review at https://www.sam.gov.All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov.Mar 21, 2025 01:00 PM PDTShip Building and RepairingMAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKSTotal Small Business Set-Aside (FAR 19.5)Katherine LauerMar 19, 2025
ENAMEL, WHITE, FORMULA, PAINTTHIS IS A SOURCES SOUGHT ONLY. I AM LOOKING FOR SMALL BUSINESSES THAT MIGHT BE ABLE TO QUOTE ON THIS REQUIREMENT IN THE FUTURE. PLEASE EMAIL ME IF YOUR INTERESTED IN QUOTING ON THIS REQUIREMENT IN THE FUTURE. carolyn.j.george.civ@us.navy.milMar 19, 2025 03:00 PM PDTPaint and Coating ManufacturingPAINT,DOPE,VARNISH & RELATED PRODTotal Small Business Set-Aside (FAR 19.5)Carolyn J. GeorgeMar 14, 2025
Pre-solicitation Notice for Protective CoatingsPre-Solicitation Only. This is for informational purposes. No Solicitation is currently provided. The Mission and Installation Contracting Command (MICC) - Joint Base Lewis -McChord (JBLM), Washington anticipates issuing a solicitation for services necessary to manage and accomplish a broad range of protective coatings work. The purpose and scope of this indefinite delivery, indefinite quantity contract is to provide all plant, labor, logistics, tools, equipment, and materials for protective coatings at JBLM. The DPW supports multiple customers in numerous locations across JBLM. The contractor shall perform the required services required throughout JBLM-Main, North, and McChord Field. As requirements develop, the Government will issue task orders based on an established Price List, varying in size and value, and on an as-needed basis. The contractor shall have a local representative to receive work requests and other related requirements to accomplish each task order. The work may include tasks requiring various trades associated with protective coatings, surface preparation, alteration, and repair. The term of the contract will consist of a 5 year ordering period, commencing on or about 1 July 2025. The estimated magnitude of the total requirement is more than $10M. Firm-fixed price task orders placed under the contract will range in value from $2k to $6M. The Government anticipates release of the solicitation on or around 1 April 2025 with a projected closing date of 8:00 a.m., Pacific Standard Time, on 30 April 2025. Interested parties are encouraged to re-visit this site for updates to the date/time set for receipt of proposals. No paper copies of the solicitation will be distributed; the solicitation and applicable attachments and technical exhibits will only be available via the Contract Opportunities section of the SAM website at https://sam.gov/. The solicitation will provide pre-proposal conference information if needed. Prospective contractors must be actively registered in the System for Award Management (SAM) under the NAICS 238320 in order to be eligible to receive an award from this solicitation. For more information, visit the website at https://www.sam.gov/. Notification of any changes (amendments) to the solicitation will be posted only at the SAM website, https://sam.gov/. It is the prospective contractor’s responsibility to check the website frequently for any updates, amendments or any additional information. The Government will not be held responsible for any information a prospective contractor does not receive once the information is issued on SAM.Mar 29, 2025 09:00 AM PDTPainting and Wall Covering ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Scott Byrd | Angela K. ChaplinskiMar 14, 2025
Canadian Vehicle InsuranceDirect Property and Casualty Insurance CarriersSOCIAL- NON-GOVERNMENT INSURANCE PROGRAMSTotal Small Business Set-Aside (FAR 19.5)Michael AlbaneseMar 5, 2025
OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign ProjectPROJECT: OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maint. and Replacement Project & CRGNSA Sign Project LOCATION: 40 Miles E and W of Hood River WORK: This project consists of custom wood signing and guardrail. See “Project Description” and preliminary plans posted under "Attachments" for additional details. LENGTH: 82 miles TENTATIVE COMPLETION DATE: Summer 2026 CONTRACT TYPE: Sealed Bid, Firm-Fixed-Price ESTIMATED PRICE RANGE: Between $ 700,000 and $2,000,000 . INTERESTED VENDORS LIST: To view the Interested Vendors List, you must register as a SAM user, be logged in, and linked to an entity. If you are signed into SAM.gov with your registered entity and you cannot see the Interested Vendors List, you will need to be assigned the Contract Opportunities Administrator role for your entity in SAM.gov. If you need assistance, call the Federal Service Desk at 866-606-8220. THIS SOLICITATION IS OFFERED AS A SMALL BUSINESS SET-ASIDE. This project is anticipated to be solicited Summer 2025. This project will include one bid schedule. To ensure you receive notification when the solicitation documents are posted to SAM.gov, please click on the “follow” button at the top of the opportunity page. When solicitation documents are issued, the INVITATION FOR BIDS (specifications and plans) will be posted at this link.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeMar 4, 2025
Commercial Recycling ServicesThe purpose of this service contract is to provide commercial recycle collection, trasportation, and management. The contractor shall provide all personnel equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform recycle collection services. The contractor shall perform to the standards specified in the Performance Work Statement (PWS) and Attachment A of the PWS.Feb 18, 2025 11:00 AM PSTSolid Waste CollectionTRASH/GARBAGE COLLECTIONTotal Small Business Set-Aside (FAR 19.5)Gabriela Jennings | Scott A. ByrdFeb 6, 2025
GROUND CABLEOther Communication and Energy Wire ManufacturingWIRE AND CABLE, ELECTRICALTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSJan 29, 2025
Redmond Air Center Furnish and Install A new Automatic Transfer SwitchAMENDMENT 0001 This amendment is to answer questions received (see attachment), and clarify Period Of Performance. Period of Performance: 02/07/2025 - 06/30/2025 All work other than final generator hook up and testing needs to be done by 05/16/2025. Final generator hookup and testing needs to be accomplished within 5 business days of request of Forest Service. THE DATE AND TIME FOR THE RESPONSES DUE HAS CHANGED TO 01/21/2025 AT 4 PM PACIFIC TIME. Period of Performance: 02/07/2025 to 06/30/2025 This project involves Description: The project consists of providing and installing a 600-amp transfer switch (manual or automatic) and connect to temporary power backup generator (provided by government). Alternative: Provide and install a 400-amp transfer switch (manual or automatic) as an alternate and connect to temporary power backup generator (provided by government) if 600-amp transfer switch is unavailable or has overly long lead time. This alternative is not in addition to, but an alternate if larger transfer switch is unavailable. Includes all necessary materials and labor to furnish and install the transfer switch and connect to temporary power generator. Location: Redmond Air Center Tanker Base – Tank Farm, is located at Address: 1730 SE Ochoco Way, Redmond, OR 97756 One Firm Fixed-Price (FFP} contract will be awarded. The contract period of performance will end on 05/16/2025. The magnitude of this construction project is between $25,000.00 and $100,000.00. Payment Bond (100% contract value) will be required of the successful awardee. Note: Per FAR 52.204-7(b}(l), System for Award Management (SAM}, an Offeror is required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment for any contract resulting from this solicitation. Information on registration may be obtained via: https://www.sam.gov. All Offerors must complete the electronic version of the Representations and Certifications in the SAM system.Jan 21, 2025 04:00 PM PSTElectrical Contractors and Other Wiring Installation ContractorsREPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURESTotal Small Business Set-Aside (FAR 19.5)Loren MeinJan 16, 2025
EN 1074 truck bed removal& replacementVehicle #1074 (2021 Chevrolet Silverado 3500) VIN: 1GC5YSE75MF218891 needs canopy removed, then secured for travel on vehicle #4701 (2014 Ford F350) VIN: 1FT8X3B62EEB69657. Pick up bed then needs to be removed from #1074 and replaced with a utility body (furnished by vendor) with side cabinets/bins.Jan 10, 2025 05:00 PM PSTMotor Vehicle Body ManufacturingMAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLESTotal Small Business Set-Aside (FAR 19.5)Dale LoperDec 20, 2024
EN 1074 truck body removal & replacementVehicle #1074 (2021 Chevrolet Silverado 3500) VIN: 1GC5YSE75MF218891 needs canopy removed, then secured for travel on vehicle #4701 (2014 Ford F350) VIN: 1FT8X3B62EEB69657. Pick up bed then needs to be removed from #1074 and replaced with a utility body (furnished by vendor) with side cabinets/bins. THIS SOLICITATION HAS BEEN CANCELLED AND IS BEING ADVERTISED UNDER SOLICITATION 1240BD25Q0002 FOR NAIC 336211.Nov 08, 2024 05:00 PM PSTGeneral Automotive RepairMAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLESTotal Small Business Set-Aside (FAR 19.5)Dale LoperDec 20, 2024
Newport-Sullvan Ranger District Janitorial ServicesThe Contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation and other items and non-personal services necessary to provide custodial services in accordance with the Performance Work Statement (PWS) except those items specified as Government furnished property and services. The Contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. Susan FIsher is the contact for site visits and can be reached at susan.fisher@usda.gov or 509-447-7312. See the solicitation for restrictions on site visit dates.Jan 10, 2025 12:00 AM PSTJanitorial ServicesHOUSEKEEPING- CUSTODIAL JANITORIALTotal Small Business Set-Aside (FAR 19.5)Dale LoperDec 11, 2024
WA ERFO NPS OLYM 2022?1 (1), OLYMPIC NPS ERFO REPAIRS 2022WA ERFO NPS OLYM 2022?1 (1), OLYMPIC NPS ERFO REPAIRS 2022 This work consists of: Road reconstruction, bank stabilization, riprap, and engineered log jam. Project Location: 9 Miles NE of Amanda Park, Jefferson County, Washington Project Length: 0.05 Miles Estimated Price Range: Between $700,000.00 and $2,000,000.00 Tentative Fixed Completion Date: Winter 2025 (Once solicitation is issued, see FAR Clause 52.211-10 for exact date.) See Attachments for additional informationHighway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeDec 11, 2024
HEADLAMPElectric Lamp Bulb and Other Lighting Equipment ManufacturingELECTRIC PORTABLE AND HAND LIGHTING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)NAOMI LARSONDec 10, 2024
Training Biological AssessmentPURPOSE: The purpose of the sources sought is to identify available authorized businesses to provide the requirement for SERE Tillamook Training Biological Assessment for Fairchild AFB. This sources sought notice is for informational and planning purposes only. Pricing information is not being requested at this time. It does not constitute a solicitation and is not to be considered as a commitment by the Government. REQUIREMENT: This notice is issued by the U.S. Air Force, 92d Contracting Squadron, Fairchild AFB, WA. This source sought is seeking to identify responsible potential sources to provide labor, equipment, and materials needed to conduct a Biological Assessment for the SERE coastal, open ocean, and tropical training along the Bayocean Spit in Tillamook County, OR for the purpose of obtaining a Biological Opinion (BO) from the USFWS. The BA shall follow professional industry standards and provide all necessary information to satisfy regulatory and consultation requirements in accordance with section 7 (a)(2) of the ESA. The Contractor shall utilize the USFWS Environmental Conservation Online System (ECOS) database and the Information for Planning and Consultation (IPaC) tool to identify all federally listed species and designated critical habitat with the potential to occur within the action area. The Biological Assessment must meet the specifications in the attached Statement of Work (SOW). ANTICIPATED NAICS/SIZE STANDARD: This requirement falls under the NAICS Code of 541620, Environmental Consulting Services with a size standard of $19,000,000. SUBMISSION OF INFORMATION: All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. A responsible potential source shall have registered with the System for Award Management (SAM). The response should be no more than five pages providing the following information: Professional Qualifications pertinent to a Biological Assessment Business name, address, CAGE code Size and socioeconomic classification based on NAICS size standard If claiming a specific small business category, provide supporting documentation Point of contact including email and phone number Responses may be submitted through this site or electronically to the following point of contact: Paul Blais at paul.blais@us.af.mil. Please respond to this request by 11 December 2024 at 10:00 AM Pacific Time.Dec 11, 2025 10:00 AM PSTEnvironmental Consulting ServicesSPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTSTotal Small Business Set-Aside (FAR 19.5)Paul Blais | Michael SaloneDec 3, 2024
END BRUSHThe attachment is the Solicitation SPMYM2-25-Q-0391 for a Quote Request. ** Only fully completed quotes submitted with a completed and signed solicitation, name & country of the manufacture, lead time for delivery (please quote with FOB destination price) will be considered. Quotes must be submitted via email to kim.vo@dla.mil. Please make sure: Fill out the solicitation for a completed quote. Read box 28 and sign page 1 boxes 30 a, b, and c. Provide your CAGE CODE or DUNS number. Provide your company if it is SMALL or LARGE. Please quote FOB Destination Bremerton, WA. Provide the LEAD TIME. Provide the Name and Country of MANUFACTURE. ** NOTE: Quote will close at 10 AM Pacific Time on November 26, 2024 ** -------------------------------------///------------------------------ DLA Maritime Puget Sound is issuing a solicitation for the procurement of the End Brush, NAICS 339994, FSC 7920 for the DLA Puget Sound Naval Shipyard, Bremerton, WA. This requirement is an 100% Small Business Set aside basis using the commercial item procedures in FAR Parts 12 and 13. The resultant contract will be a firm fixed price (FFP) type commercial purchase order. This requirement will utilize low price technically acceptable evaluation factors in determining the successful offer. The FOB Destination will be PSNS Bremerton, WA. The RFQ will be posted and be available for download at http://beta.sam.gov. The solicitation MUST BE EMAILED TO THE BUYER. OFFERORS WISHING TO SUBMIT AN OFFER ARE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE RFQ from FBO and to frequently monitor FBO for any amendments. A bidders list will not be maintained by this office, NO TELEPHONE OR FAX REQUESTS FOR THE RFQ PACKAGE WILL BE ACCEPTED. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of the same. FIRMS INTERESTED IN SUBMITTING PROPOSALS MUST: COMPLETE THE ENTIRE SOLICITATION DOCUMENT to include representations and certifications, provisions, and clauses, provide all product technical specification documentation and technical compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions MUST BE EMAILED to Kim Vo at kim.vo@dla.mil Phone is not monitored.Nov 26, 2025 10:00 AM PSTBroom, Brush, and Mop ManufacturingBROOMS, BRUSHES, MOPS, AND SPONGESTotal Small Business Set-Aside (FAR 19.5)KIM VONov 21, 2024
Nuts, Screws, StudsDelivery Locastion: Puget Sound Naval Shipyard and Intermediate Maintenance Facility, 1400 Farragut Ave, Bremerton WA 98314 Please submit quote to: Melissa Ayers, Code 432 Contracting Office, Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) via email at carolyn.j.george.civ@us.navy.mil. All questions can be sent to the above emails. . Offerors shall complete the line item pricing structure below. In addition the Offeror may provide a company formatted quote. The contract price includes all applicable Federal, state, and local taxes and duties. Special attention shall be paid to Provision FAR 52.212-2 by the Contractor; In order to be Considered Technically Acceptable for award the Offeror must meet all criteria submittals! In accordance with FAR subpart 45.201, the Offeror shall, contained within their response to this request for quote, submit a copy of their internal Government Property Management System Plan to be used in managing Government Property in accordance with FAR 52.245-1. Failure to provide a Property Management Plan may result in disqualifying the Offeror from further consideration. The Offeror’s submittal should demonstrate their internal controls (control, use, preserve, protect, repair, and maintain) to protect Government property in its possessionNov 27, 2024 04:00 PM PSTBolt, Nut, Screw, Rivet, and Washer ManufacturingSCREWSTotal Small Business Set-Aside (FAR 19.5)Carolyn J. GeorgeNov 19, 2024
Protective Coatingsa. The Directorate of Public Works (DPW) at Joint Base Lewis-McChord (JBLM) requires contracted support for services necessary to manage and accomplish a broad range of protective coatings work. b. The purpose and scope of this indefinite delivery, indefinite quantity contract is to provide all plant, labor, logistics, tools, equipment, and materials for protective coatings at JBLM. The DPW supports multiple customers in numerous locations across JBLM. The contractor shall perform the required services required throughout JBLM-Main, North, and McChord Field. As requirements develop, the Government will issue task orders based on an established Price List, varying in size and value, and on an as-needed basis. c. The contractor shall furnish all personnel, equipment, tools, materials, transportation, vehicles, supervision, and other items and services necessary to manage and accomplish a broad range of protective coatings work for the maintenance, repair, and alterations of various real property facilities. The contractor shall have a local representative to receive work requests and other related requirements to accomplish each task order. The work may include tasks requiring various trades associated with protective coatings, surface preparation, alteration, and repair.Dec 03, 2024 09:00 AM PSTPainting and Wall Covering ContractorsREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGSTotal Small Business Set-Aside (FAR 19.5)Scott Byrd | Angela K. ChaplinskiNov 12, 2024
JBLM Cold Storage TrailersTruck, Utility Trailer, and RV (Recreational Vehicle) Rental and LeasingLEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Robert Collins | Shalon HuttonOct 31, 2024
WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022PROJECT: WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022 LOCATION: 31 miles SE of Puyallup, WA; Pierce County WORK: This project consists of bank stabilization with rip rap revetment incorporating large woody debris, grading, drainage, and paving. See “Project Description” posted under “Attachments” for additional details. LENGTH: 0.18 miles TENTIAVE SOLICITATION DATE: Winter 2024/2025 TENTATIVE COMPLETION DATE: Fall 2025 CONTRACT TYPE: Sealed Bid, Firm-Fixed-Price THIS SOLICITATION IS OFFERED AS A SMALL BUSINESS SET-ASIDE. ESTIMATED PRICE RANGE: Between $700,000 and $2,000,000 INTERESTED VENDORS LIST: To view the Interested Vendors List, you must register as a SAM user, be logged in, and linked to an entity. If you are signed into SAM.gov with your registered entity and you cannot see the Interested Vendors List, you will need to be assigned the Contract Opportunities Administrator role for your entity in SAM.gov. If you need assistance, call the Federal Service Desk at 866-606-8220. PRELIMINARY PLANS and a letter with additional project information are in electronic format only and are posted with this synopsis. To ensure you receive notification when the solicitation documents are posted to SAM.gov, please click on the “follow” button at the top of the opportunity page. When solicitation documents are issued, the INVITATION FOR BIDS (specifications and plans) will be posted at this link.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeOct 30, 2024
WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road StabilizationWA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization This work consists of: Earthwork, grading, base, paving, drainage, soil nail retaining walls, and guardrail Project Location: 30 Miles NW of Davenport, Washington Project Length: 0.68 Miles Estimated Price Range: Between $5 and 10 Million Tentative Fixed Completion Date: Summer/Fall 2025 See Attachments for additional information.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeOct 23, 2024
Betty Jane Bagley OSS Replacement (Suquamish)This project is for the installation of a new individual septic system on Fee land located in Kitsap County. The proposed system consists of a 2-Compartment Septic Tank with Effluent Filter, an Advanced Treatment Unit 3-Chamber Tank and Controls, a Pump Chamber with Pump and Controls, an Effluent Transport Line, a Manifold, a Low-Profile Chamber Drainfield, and Abandonment of the Existing Septic Tank, per approved design. Work shall be performed according to the site drawing, technical specifications, existing well log, pump test data, and list of existing well appurtenances for the home, as well as Washington Water Resource Department (WWRD) standards, rules and regulations. Further investigation of the site is the responsibility of the contractor. Any permits are the responsibility of the contractor.Nov 25, 2025 02:00 PM CSTWater and Sewer Line and Related Structures ConstructionCONSTRUCTION OF OTHER UTILITIESTotal Small Business Set-Aside (FAR 19.5)Robert S. Miller | Andrew E. HartOct 23, 2024
JBLM Cold Storage TrailersRental of Two (2) 16' Cold Storage Trailers with below minimum specifications 1. Interior Dimenions (Approx): 15.8' L x 6' W x 6.8'H 2. Temperature Range 0 to +40 Degrees 3. Power Supply: Standard 110V/20A (w/ 50`-100` extension cord) 4. The contractor shall deliver the trailer to designated area as determined by the COR on the period of performance start date 5. Trailer Pick-Up: The contractor shall pick-up the trailer at the end of the period of performance or sooner as determined by the Government. The contractor shall remove the refrigerator trailer within 24 hours of notification. 6. Mechanical Failures: The contractor is responsible for mechanical failures. 7. Maintenance: The Contractor shall provide all maintenance for the trailers provided under the lease agreement/contract. The Contractor shall have a company representative on call to respond to maintenance requests. The Contractor’s representative shall have access to telephone and email. The Contractor shall respond to a maintenance request within four (4) hours of receiving the notification.Oct 23, 2024 09:00 AM EDTTruck, Utility Trailer, and RV (Recreational Vehicle) Rental and LeasingLEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Robert Collins | Shalon HuttonOct 21, 2024
Charbonneau Park Septic Pump and InspectionThis acquisition seeks to fulfill the critical need for maintenance and inspection of the septic systems at Charbonneau Park, ensuring adherence to health standards and safeguarding the safety and enjoyment of park visitors. The requirement for this service stems from a lack of recent maintenance, underscoring the necessity for prompt action to mitigate potential environmental risks.Oct 22, 2025 01:00 PM PDTSeptic Tank and Related ServicesMAINT/REPAIR/REBUILD OF EQUIPMENT- CLEANING EQUIPMENT AND SUPPLIESTotal Small Business Set-Aside (FAR 19.5)Kristin Kreutzer | Kristin HernandezOct 15, 2024
Solicitation Vertical Transportation Equipment Full-Service Maintenance and Repair ServicesThe Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items. Providing non-personal services necessary to perform full-service maintenance and repair services to Vertical Transportation Equipment (VTE) at JBLM, WA. JBLM has designated these services as a Mission Essential Function as defined in FAR 252.237-7023(a)(2). This work is defined in this Performance Work Statement (PWS) Part 5 and is to be performed on equipment of various types and from various manufacturers. Work shall be completed in a manner that will ensure continuous and safe operation of the VTE.Oct 17, 2024 11:00 AM PDTOther Building Equipment ContractorsMAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Tiffany Neely | Jason D. McCormickOct 15, 2024
WA ERFO FS GIFPN603 2020-1(1), Gifford Pinchot Repairs 2020, Phase 1Updated 10/7/2024: Preliminary plans/letter posted to attachments. PROJECT: WA ERFO FS GIFPN603 2020-1(1), Gifford Pinchot Repairs 2020, Phase 1 LOCATION: This ERFO project has several sites near Randle, WA within the Gifford Pinchot National Forest. The furthest site is located approximately 49.1 Miles N of Randle, WA. WORK: This project consists of activities prescribed under the ERFO program, including earthwork, subgrade, road base reconstruction, embankment reconstruction, slope construction, and drainage infrastructure. See “Project Description” posted under attachments for additional details. LENGTH: N/A TENTATIVE COMPLETION DATE: Summer 2025 PROCUREMENT TYPE: Sealed Bid CONTRACT TYPE: Firm-Fixed-Price Contract ESTIMATED PRICE RANGE: Between $2,000,000 and $5,000,000. INTERESTED VENDORS LIST: To view the Interested Vendors List, you must register as a SAM user, be logged in, and linked to an entity. If you are signed into SAM.gov with your registered entity and you cannot see the Interested Vendors List, you will need to be assigned the Contract Opportunities Administrator role for your entity in SAM.gov. If you need assistance, call the Federal Service Desk at 866-606-8220. THIS SOLICITATION IS OFFERED AS A SMALL BUSINESS SET-ASIDE. PRELIMINARY PLANS and a letter with additional project information are in electronic format only and are posted with this synopsis. To ensure you receive notification when the solicitation documents are posted to SAM.gov, please click on the “follow” button at the top of the this page. When solicitation documents are issued, the INVITATION FOR BIDS (specifications and plans) will be posted at this link.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeOct 7, 2024
OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1Project: OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1 This work consists of: excavation, borrow, grading, aggregate surfacing, drainage, riprap, rock embankment, stream bank stabilization, subexcavation. Project Location: 28 Miles East of Pendleton, Oregon. Project Length: 0.67 Miles Estimated Price Range: Between $5 and $10 Million Tentative Fixed Completion Date: Spring/Summer 2027 (Once solicitation is issued, see FAR Clause 52.211-10 for exact date.) See attachments for full requirements Update 12/4/2023: QA_12-04-23.pdf posted to attachments. Update 09/19/2024: 2024 Prelim letter and Project Description Posted.Highway, Street, and Bridge ConstructionCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYSTotal Small Business Set-Aside (FAR 19.5)Contracts G. OfficeSep 19, 2024
HOSESRubber and Plastics Hoses and Belting ManufacturingHOSE AND FLEXIBLE TUBINGTotal Small Business Set-Aside (FAR 19.5)JACK EDWARDSSep 9, 2024
Sources Sought Vertical Transportation Equipment Full-Service Maintenance and Repair ServicesThe Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform full-service maintenance and repair services to VTE at Joint Base Lewis-McChord (JBLM), WA. JBLM has designated these services as a Mission Essential Function as defined in FAR 252.237-7023(a)(2).Apr 17, 2024 02:00 PM PDTOther Building Equipment ContractorsMAINT-REP OF MATERIALS HANDLING EQTotal Small Business Set-Aside (FAR 19.5)Tiffany NeelyApr 8, 2024
ACTUATOR BODYAll Other Miscellaneous General Purpose Machinery ManufacturingVALVES, POWEREDTotal Small Business Set-Aside (FAR 19.5)KRISTEN LORENAMar 6, 2024
FY 24 INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM (ICIDS) MONITORING, MAINTENANCE, REPAIR, ADMINISTRATION, AND SURVEY, AT JOINT BASE LEWIS-MCCHORD (JBLM)The Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Integrated Commercial Intrusion Detection System (ICIDS) Monitoring, Maintenance, Repair, Administration, and Survey, at Joint Base Lewis-McChord (JBLM), to include Yakima Training Center (YTC), McChord Field (MF), and Camp Murray (CM), WA. The intention is to procure these services on a competitive basisFeb 02, 2024 02:00 PM PSTSecurity Systems Services (except Locksmiths)MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMSTotal Small Business Set-Aside (FAR 19.5)Scott A. ByrdFeb 1, 2024
JBLM Kitchen Hoods Cleaning ServicesFacilities Support ServicesMAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENTTotal Small Business Set-Aside (FAR 19.5)Scott A. Byrd | Angela K. ChaplinskiJan 25, 2023
Logistics and Ammunition SupportFacilities Support ServicesSUPPORT- MANAGEMENT: LOGISTICS SUPPORTTotal Small Business Set-Aside (FAR 19.5)Chastity Cowans | JIM WASSONMar 30, 2022
Upgrade Interior Security Lighting - FCI Sheridan, ORCommercial, Industrial, and Institutional Electric Lighting Fixture ManufacturingINDOOR & OUTDOOR ELEC LIGHTING FIXTTotal Small Business Set-Aside (FAR 19.5)Jim D SerattMay 4, 2021
Elevator Maintenance Chief Joseph DamThe total evaluated price is $88,207.44 (base + one). The actual total price includes the not-to-exceed amount of $15,000.00 each for CLIN 0005 and CLIN 1005 (Option). This is a total of $30,000.00, which makes the total contract award dollar amount of $118,207.44 (base + one).Total Small Business Set-Aside (FAR 19.5)Jeannette K PattonOct 1, 2020