NIFC 115 NWS CARPET REPLACE
ID: 140L3725Q0063Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of the Interior, through the Bureau of Land Management, is soliciting quotations for the replacement of carpet and cove base molding at the National Interagency Fire Center (NIFC) in Boise, Idaho. This project involves the removal and installation of approximately 200 square yards of carpet in occupied spaces, requiring careful coordination to minimize disruption to employees, along with adherence to safety and environmental regulations. The contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with key deadlines including a mandatory site visit on May 1, 2025, and quotations due by May 20, 2025. Interested contractors should contact Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The NIFC 115-NWS Carpet Replacement project entails the removal and replacement of carpet and cove base molding within occupied rooms on the main level of the National Weather Service’s building in Boise, ID. The contractor will coordinate furniture disassembly and reassembly, with work planned to facilitate minimal disruption to employees. The carpeted area measures approximately 200 square yards. Security measures include identification verification and the use of visitor badges for contractor personnel. Safety protocols require maintaining emergency access and implementing dust control measures. Contractors must submit a work schedule, product samples, and detailed job site coordination plans for approval. Specific materials to be used include Kinetex carpet tiles, Roppe cove molding, and specified adhesives. The installation must adhere to industry standards, with an emphasis on cleanliness, uniform installation, and the careful recycling of removed materials. Post-work requirements include providing operation and maintenance manuals and certifications of warranty. This project signifies the government's commitment to maintaining functional workspaces while ensuring health and safety standards are adhered to during renovations.
    The document outlines requirements for a government project involving the removal, storage, and reinstallation of furniture in a carpeted office setting. Specifically, standalone furniture must be handled according to solicitation specifications provided to the contractor. Additionally, modular furniture and cabinets are also included, emphasizing the need for disassembly, storage, and reassembly by the contractor in alignment with the established guidelines. This project falls under federal RFP processes, indicating its significance in government procurement and compliance with outlined contractual obligations. Overall, the document emphasizes the logistical responsibilities of the contractor in maintaining office functionality during the furniture transition.
    The document outlines wages and labor requirements for building construction projects in Ada and Boise Counties, Idaho, as per the Davis-Bacon Act. It specifies the minimum wage rates based on Executive Orders applicable to contracts initiated or renewed after designated dates in 2022. For contracts awarded on or after January 30, 2022, the minimum wage is $17.75 per hour, while contracts before this date adhere to a lower rate of $13.30. The document lists prevailing wage rates and fringe benefits for various classifications of workers, such as bricklayers, electricians, and laborers, alongside a detailed appeal process for wage determination decisions. It emphasizes the necessity for contractors to submit conformance requests for unlisted classifications and outlines obligations under Executive Orders regarding paid sick leave for federal contractors. This summary captures the essential elements of the wage determination, which is critical for contractors and workers involved in federally funded construction projects in the specified locality, ensuring compliance with federal wage laws and worker protections.
    The document outlines a bid schedule related to the replacement of carpeting at the NIFC 115-NWS facility. It includes four main components: Mobilization & Construction Management, Furniture Removal, Storage & Reinstall, Demolition, and Installation, each specified as a lump sum (LS) with associated costs yet to be determined. The total cost is not provided in the document. This schedule serves as part of a Request for Proposal (RFP), indicating that the government is seeking contractors for the described services to enhance the facility's infrastructure. Critical elements of the project involve managing logistics for removal and installation processes, ensuring minimal disruption to existing operations, and effective project oversight. This RFP is indicative of the government's investment in facility improvements and adherence to regulatory compliance in maintaining operational settings.
    The document outlines an amendment to solicitation number 140L3725Q0063 for the project titled "NIFC 115 NWS Carpet Replacement." The amendment provides updates including responses to contractor questions and a site visit roster, indicating that all other terms of the Request for Quotation (RFQ) remain unchanged. Key contractor inquiries included the allowance of carpet tile equivalents, the current flooring type (roll carpet to be removed), and the dimensions of the existing wall base (4” tall). Contractors must acknowledge receipt of this amendment through specified methods before the designated deadline to ensure their offers are considered valid. The amendment emphasizes compliance with FAR regulations, indicating a structured governmental procurement process aimed at maintaining transparency and clarity in contractor communications regarding the project specifications.
    The Bureau of Land Management (BLM) seeks quotations for a construction project involving carpet and cove base replacement at the National Interagency Fire Center (NIFC), Boise, Idaho. The Request for Quotation (RFQ) 140L3725Q0063 stipulates a firm fixed-price contract, inviting only small businesses, with a maximum estimated value between $25,000 and $100,000. Key dates include a mandatory site visit on May 1, 2025, a deadline for questions by May 8, 2025, and quotations due by May 20, 2025. Contractors must adhere to specific guidelines regarding technical requirements and pricing to ensure their quotes are competitive and conform to Federal Acquisition Regulation (FAR) standards. The government’s evaluation will focus on the technical aspects and pricing fairness. Compliance with the Buy American Act is essential for materials used. Relevant clauses related to labor, safety, and environmental regulations are included, emphasizing the importance of properly managing any historical or archaeological findings during construction. Respondents must be registered in the System for Award Management (SAM) and are encouraged to submit thorough, timely, and compliant proposals to increase their chances of contract award.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    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.
    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.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    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.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.