GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
ID: 140L1225Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WASTE TREATMENT AND STORAGE FACILITIES (Y1PD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 10, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.

Point(s) of Contact
Cabral, John
(707) 438-5293
(916) 978-4444
jcabral@blm.gov
Files
Title
Posted
Apr 9, 2025, 10:07 PM UTC
The document outlines a series of federal government Requests for Proposals (RFPs) and grants focused on enhancing community infrastructure and services. It emphasizes the importance of addressing pressing issues like public safety, economic development, and environmental sustainability. Key initiatives include funding for transportation improvements, community health programs, and disaster response planning. Each RFP specifies eligibility criteria, funding limits, and the required documentation for submission to ensure compliance with federal regulations. The document serves as a vital resource for local governments and organizations seeking financial support to enhance public services and community resilience. It highlights the competitive nature of the grant process, urging applicants to align their proposals with federal priorities to secure funding. Overall, the file underscores the federal commitment to empower local entities in fostering sustainable development and improving the quality of life for citizens.
Apr 9, 2025, 10:07 PM UTC
The government file outlines a series of proposals and grants targeting various agencies at federal, state, and local levels. These requests for proposals (RFPs) and federal grants are aimed at addressing diverse needs across multiple sectors, including health, infrastructure, and community development. Each proposal outlines specific requirements, eligibility criteria, and potential funding allocations. The document emphasizes the importance of compliance with federal regulations and prioritizes projects that facilitate community growth and sustainability. Key elements include detailed guidelines for application processes, project timelines, and contract obligations, ensuring that proposals align with governmental goals of efficiency and accountability. The overarching aim is to leverage federal support to stimulate economic development while fostering community resilience and infrastructure enhancement. The file serves as a critical tool for organizations seeking funding opportunities while enacting positive changes within their communities.
Apr 9, 2025, 10:07 PM UTC
The document outlines a price schedule for waterline repairs at various campgrounds, specifically under the GAOA initiative. It details the scope of work, which includes mobilization to the campground and multiple tasks involving tank drain lines and pipeline modifications at Tuttle Creek, Horton Creek, and Crowley Lake campgrounds. Each task is presented with a corresponding quantity as a lump sum, indicating a total unit cost for efficient budgeting. This price schedule serves as part of a Request for Proposals (RFP) process, potentially aimed at securing contractors who will undertake these repairs, ensuring safe and functional water systems for public use. The structured format underscores the importance of detailed planning and cost assessment in government procurement practices, reflecting the federal commitment to maintaining infrastructure at recreational sites.
Apr 9, 2025, 10:07 PM UTC
The document is a Request for Quotation (RFQ) from the Bureau of Land Management (BLM) for construction services related to the GAOA Bishop Campground waterline repairs. The RFQ, numbered 140L1225Q0010, seeks quotes by May 9, 2025, for a project estimated to cost between $25,000 and $100,000. The contract is set aside for small businesses and specifies a firm fixed pricing model. Performance requires the contractor to begin work within ten days of notice to proceed and to complete the project within ninety days. Key points include the establishment of contracts under simplified acquisition procedures, the requirement for technical quotations, and the clarification that submitted quotes are not binding offers. The document outlines a thorough checklist for quote submission and stipulates criteria for contractors, emphasizing compliance with various federal regulations and standards. The procurement is focused on domestic labor and materials, with stringent guidelines for project management and reporting. Overall, this RFQ reflects the government’s initiative to ensure efficient, compliant construction practices while supporting small business participation in federal contracts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--LL CAMPGROUND EXPANSION AND IMPROVEMENTS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the expansion and improvements of the Lower Lehman Campground at Great Basin National Park in Baker, NV. The project entails enhancing existing non-compliant campsites, expanding the campground entry, constructing a new paved roadway, and installing necessary infrastructure such as storm culverts and vault toilets. This initiative is crucial for improving visitor access and experience at the campground, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses must ensure they have a Unique Entity ID and be registered in the System for Award Management (SAM) by the solicitation close date, with the official solicitation expected to be released around May 5, 2024. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
Y--BLM-CO GFO MILL CREEK CAMPGROUND EXPANSION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Mill Creek Campground Expansion project in Hinsdale County, Colorado. The project involves site work, road construction, installation of precast concrete toilets, campsite development, and bridge maintenance, aimed at enhancing visitor facilities and ensuring public safety while maintaining campground operations during construction. This initiative reflects the government's commitment to improving recreational areas, with a contract value estimated between $250,000 and $500,000, and a performance period of 365 days from the Notice to Proceed. Interested parties should contact Contracting Specialist Courtni Strickland at c1strickland@blm.gov by the closing date of May 31, 2025, following the pre-bid site visit scheduled for May 16, 2025.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
D-B GAOA CAHUILLA RANGER STATION REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting proposals for the Design-Build Cahuilla Ranger Station Replacement project located in Brawley, California. The objective is to construct a modern facility that will replace the outdated ranger station, accommodating various functions such as administrative, law enforcement, and emergency medical services, across approximately 10,000 to 12,500 square feet. This project is significant for enhancing operational efficiency and visitor services within the Imperial Sand Dunes Recreation Area, while adhering to federal sustainability and safety standards. Interested contractors must submit their proposals by the specified deadlines, and for further inquiries, they can contact Greetchen Jeremie at gjeremie@blm.gov or by phone at 303-236-2626.
Y--GAOA COVE BOAT RAMP AND SHORELINE STABILIZATION
Buyer not available
The Department of the Interior, through the Bureau of Land Management (BLM), is seeking qualified small businesses to undertake the GAOA Cove Boat Ramp and Shoreline Stabilization project in Owyhee County, Idaho. The project involves completing repairs and upgrades to the Cove Recreation Site near CJ Strike Reservoir, with an estimated construction budget ranging from $250,000 to $500,000. This initiative is part of the BLM's commitment to enhancing recreational facilities while adhering to federal contracting regulations. Interested bidders must register for a Unique Entity ID and maintain an active System for Award Management (SAM) profile, with a Request for Proposal (RFP) expected to be released around May 12, 2025, and proposals due approximately 30 days thereafter. For further inquiries, potential bidders can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.
Security Fencing - OLANCHA FIRE STATION FENCE INST
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the installation of a security fence and curb repair at the Olancha Fire Facility in Inyo County, California, under Request for Quotation (RFQ) No. 140L1225Q0007. The project involves the installation of an 80-foot section of 72-inch galvanized steel chain-link fence, the replacement of a damaged 10-foot section, and the repair of a section of driveway curbing, with a total project cost expected to be less than $25,000. This opportunity is set aside for small businesses, emphasizing compliance with the Buy American Act and federal wage regulations, with a performance period from June 1, 2025, to August 30, 2025. Interested contractors must submit their quotations by May 5, 2025, and can contact John Cabral at jcabral@blm.gov or 707-438-5293 for further information.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.