Z--NIFC 210 RMP Insulation Replacement
ID: 140L3725R0001Type: Presolicitation
AwardedJul 17, 2025
$248K$248,000
AwardeeWINSPEAR CONSTRUCTION LLC. 1735 S FEDERAL WAY Boise ID 83705 USA
Award #:140L3725C0017
Overview

Buyer

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

NAICS

Drywall and Insulation Contractors (238310)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management, is soliciting bids for the NIFC 210 RMP Insulation Replacement project at the National Interagency Fire Center in Boise, Idaho. The project involves replacing non-compliant polyisocyanurate rigid board insulation and requires careful project management to minimize disruptions to ongoing government operations, ensuring compliance with building codes and safety protocols. This initiative is crucial for maintaining operational efficiency and safety standards within a federal facility, with a budget estimated between $100,000 and $250,000. Interested contractors must submit their bids by June 26, 2025, and can contact Matthew Steele at masteele@blm.gov or 208-387-5130 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's Bureau of Land Management has issued a project scope regarding the insulation replacement at the National Interagency Fire Center (NIFC) campus in Boise, Idaho. The initiative aims to replace non-compliant rigid board insulation while adhering to building codes. The project is divided into two phases: Phase 1 focuses on the removal and replacement of insulation in designated areas, ensuring all works comply with safety and thermal barrier requirements. Phase 2 will encompass further insulation removal across additional locations within the facility. Key requirements include preserving existing structural components while providing temporary supports for existing attachments during demolition. Furthermore, the contractor is responsible for disassembling and later reinstalling existing racking systems and casework as needed. The project emphasizes coordination with the government for final placements of any existing components and prioritizes safety and regulatory compliance throughout the process. This insulation replacement project is vital for maintaining operational efficiency and safety standards at the NIFC.
    The NIFC Campus Insulation Replacement project, associated with the U.S. Department of the Interior and Bureau of Land Management, involves the replacement of non-compliant polyisocyanurate rigid board insulation. This project will be executed under a prime contract and is located at the National Interagency Fire Center in Boise, Idaho. The contract emphasizes the need for careful project management to minimize disruptions to ongoing government operations, including securing necessary approvals for work affecting these functions. Key responsibilities include maintaining site accessibility for government personnel and emergency vehicles, adhering to project timelines, and ensuring compliance with building codes. The project also mandates rigorous documentation through submission procedures for quality control, detailing contractor responsibilities, including submission timelines and methods for coordination among various construction entities. To achieve quality standards, the project specifies comprehensive testing and inspection requirements to ensure compliance with contract terms. The overall goal is to enhance the safety and integrity of the insulation systems while managing impacts in a live government facility, reinforcing the commitment to both functional upgrades and operational continuity.
    The file outlines the wage determination for building construction projects in Ada and Boise Counties, Idaho, under the Davis-Bacon Act, emphasizing compliance with federal wage rates. It details minimum wage requirements based on Executive Orders, indicating that contracts effective after January 30, 2022, must adhere to a minimum wage of $17.75 per hour for covered workers, while earlier contracts may require rates as low as $13.30. The document includes a comprehensive list of prevailing wage rates for various construction classifications such as bricklayers, electricians, and laborers, providing both base rates and fringe benefits. Furthermore, it explains the classifications' identifiers for union versus non-union rates and addresses the appeals process for wage determinations. This document serves as a vital guideline for contractors and subcontractors navigating wage and labor standards during the execution of federally funded construction projects. Overall, it ensures workers receive fair compensation while aiding in compliance with federal regulations.
    The document outlines a bid schedule for the NIFC 210-RMP Insulation Replacement project, detailing the necessary tasks and associated costs. Key components include mobilization and construction management, demolition, and construction activities. Each task has an associated quantity, unit, unit cost, and total cost, although specific numerical values are not provided in the excerpt. The document reflects a structured approach typical in government RFPs, emphasizing clarity in project management and budgeting. It serves as a formal invitation for contractors to submit bids, ensuring that all aspects of the project are adequately planned and priced to meet federal, state, or local requirements. This systematic presentation aids in transparent contractor selection and project execution.
    The document serves as a solicitation for construction, alteration, or repair work under a formal government bidding framework. It outlines essential administrative details, including the solicitation number, project number, and information for submitting offers. Contractors are mandated to provide performance and payment bonds within specified timeframes, and the solicitation includes additional requirements such as sealed offers, offer guarantees, and compliance with work provisions and clauses. The contractor is expected to commence work shortly after award notification and complete it within a designated period. The form emphasizes the necessity for contractors to acknowledge amendments and provides instructions for submitting offers, including contact information and acknowledgment of amendments. The outline details the bidding structure, terms of acceptance, and conditions governing the contractual agreement. Overall, the document establishes guidelines for federal and local engagements, ensuring compliance, transparency, and efficient operation in public contracting.
    This document is an amendment to solicitation number 140L3725R0001 pertaining to the NIFC 210 RMP Insulation Replacement project. The amendment serves two main purposes: first, it corrects the proposal due date from the discrepancies found between the SF-1442 form and the solicitation cover sheet, setting the new deadline to June 26, 2025, at 10 AM MT. Second, it includes a Site Visit Roster. The document emphasizes that offers must acknowledge receipt of this amendment to remain eligible for consideration. The period of performance for the project is estimated to be from August 1, 2025, to December 5, 2025. Additional conditions set forth in the original solicitation remain unchanged, ensuring continuity in the project's terms. The contracting officer's signature is required for validation. Overall, this amendment highlights administrative changes essential for stakeholders involved in the contracting process, ensuring clarity and compliance with submission requirements and timelines.
    The document serves as a solicitation for bids on a federal construction project, specifically the NIFC 210 RMP Insulation Replacement, issued by the Bureau of Land Management (BLM). It outlines the requirement for contractors to replace insulation at a federal facility in Boise, Idaho, with a project budget ranging from $100,000 to $250,000. The bid submission deadline is June 26, 2025, with site visits scheduled for June 4. The contractor must complete the project within 126 calendar days post-award. Key elements include mandatory performance and payment bonds, compliance with federal wage determinations, and adherence to safety protocols, including COVID-19 guidelines. The contract emphasizes small business participation and includes clauses related to environmental and archaeological sensitivity, requiring immediate reporting of any significant finds. Furthermore, it stipulates limitations on subcontracting to ensure a minimum of 15% of the work is conducted by the prime contractor’s own employees. This solicitation aligns with government efforts to engage small businesses while ensuring safety and compliance with federal regulations during construction activities.
    Similar Opportunities
    PBF-613 Re-Roof
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for roof replacement services at the PBF-613 facility located within the Idaho National Laboratory in Idaho Falls, Idaho. The project entails replacing an aging built-up tar and gravel roof across four distinct zones, totaling approximately 6,550 square feet, and includes the removal of existing equipment such as a blower and HEPA housing, along with capping electrical and ducting on Zone 1. This initiative is part of BEA's broader infrastructure maintenance and modernization efforts at the laboratory, which plays a critical role in nuclear energy and clean energy innovation. Interested vendors must submit their EOIs by April 1, 2026, including relevant company information and experience, to Chase Egbert at chase.egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Proposals (RFP) process.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    TAN Firewater Upgrade Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the TAN Firewater Upgrade Project at the Idaho National Laboratory (INL) in Idaho Falls. The project aims to upgrade and replace critical firewater infrastructure at Test Area North (TAN) to restore system reliability and ensure compliance with safety standards, addressing issues such as corroded piping, fire sprinkler risers, and tank heaters. This initiative is vital for maintaining the operability of the fire suppression system across multiple TAN facilities. Interested vendors must submit their EOIs by July 1, 2026, including company information, relevant capabilities, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    25--INSULATION,THERMAL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of thermal insulation (NSN 2540014729902) under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 14 units. This insulation is critical for vehicular equipment components, and the items must comply with specific source-controlled drawings from approved manufacturers. Interested vendors should submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    NRIC Reactor Supplemental Shielding Construction
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is soliciting Expressions of Interest (EOI) for the construction of the National Reactor Innovation Center (NRIC) Reactor Supplemental Shielding (RSS) at the Idaho National Laboratory (INL). This project aims to construct a modular, high-density concrete structure designed to provide radiation shielding for microreactor experiments at the Demonstration of Microreactor Experiments (DOME) testbed. The scope of work includes the fabrication of precast concrete blocks, an expansion tank, a heat exchanger/pump skid, as well as the installation of piping, instrumentation, and controls, with all work subject to the Davis-Bacon Act. Interested firms must submit their EOIs by December 23, 2025, with a Request for Proposal (RFP) anticipated for release in January 2026 and contract award expected in February 2026. For further inquiries, interested parties may contact Braxton Mouser at Braxton.Mouser@inl.gov or Chase Egbert at Chase.Egbert@inl.gov.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.