Y--BLM-CO GFO MILL CREEK CAMPGROUND EXPANSION
ID: 140L1725R0002Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting bids for the expansion and improvement of the Mill Creek Campground located in Hinsdale County, Colorado. This project aims to enhance campground facilities through site work, road construction, installation of precast concrete toilets, campsite construction, and bridge deck maintenance, all designed to improve visitor access and experience. The initiative reflects the government's commitment to enhancing public recreational spaces while adhering to federal regulations, with a contract value estimated between $250,000 and $500,000. Interested small businesses must submit their proposals by June 18, 2025, and are encouraged to contact Contracting Officer Courtni Strickland at c1strickland@blm.gov for further details.

    Point(s) of Contact
    Strickland, Courtni
    (303) 916-0211
    (000) 000-0000
    c1strickland@blm.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the expansion and improvements of the Mill Creek Campground, administered by the Bureau of Land Management (BLM). It details the requirements for potential contractors, including submitting bids, site inspection expectations, and essential contract clauses. Key sections involve a schedule of items, evaluation criteria, and bonding requirements, emphasizing a 20% bid guarantee and requirements for performance and payment bonds. The work is expected to commence within ten calendar days upon receiving the notice to proceed and must be completed within one year, accounting for possible seasonal delays. Special considerations include adherence to fire safety regulations, preservation of historical data, and compliance with labor and wage standards as per the Davis-Bacon Act. The document mandates contractors to maintain liability insurance, outlines procurement procedures, and incorporates terms related to the Buy American Act concerning construction materials. Overall, the RFP articulates the BLM's commitment to environmental stewardship while ensuring compliance with federal guidelines throughout the project execution.
    The Bureau of Land Management (BLM) is overseeing the expansion and improvement project for Mill Creek Campground in Colorado. This project aims to enhance camping amenities and infrastructure while ensuring compliance with federal regulations. The documentation includes various plans such as existing and proposed site layouts, as well as technical specifications for amenities like picnic tables, fire rings, and a concrete vault toilet facility. Key improvements involve clearing and grading for new tent pads, the installation of culverts, and the rebuilding of timber stairs. The necessary construction will include specific measurements, control points for infrastructure, and operational factors such as parking configurations and accessibility enhancements. A typical plan also addresses various environmental considerations to ensure minimal impact on the surrounding natural area. The initiative reflects the BLM’s commitment to improving public land facilities for recreational use while adhering to safety and environmental standards.
    The document outlines specifications for constructing outdoor amenities, specifically picnic tables, fire rings, and food storage lockers on public lands managed by the U.S. Department of the Interior's Bureau of Land Management. It details materials and dimensions, including a concrete foundation with specific thicknesses of aggregate and rebar reinforcement for structural integrity. The picnic tables each require a designated foundation area and include a 2" aggregate thickness for stability. A fire ring structure is also specified, with a 3-foot aggregate area surrounding it to ensure safety. Food storage lockers are mentioned, highlighting their concrete slab foundation needs. The document appears to serve as part of a request for proposals (RFP) aimed at contractors for implementing outdoor projects in public spaces, ensuring accessible and durable facilities for public use. The format is predominantly technical, featuring diagrams and measurements not to scale, which suggests a focus on clarity for bid submissions.
    The document outlines the Mill Creek Campground Expansion and Improvements project spearheaded by the U.S. Department of the Interior's Bureau of Land Management. It contains detailed plans for site modifications, including existing and proposed site maps, specifications for new amenities, and infrastructure upgrades. The project aims to enhance visitor facilities by adding features like picnic tables, fire rings, and restroom buildings, while also improving accessibility and environmental management through updated waste disposal systems. The documentation includes control points, grading plans, and specifications for timber stair installations and bridge deck replacements. It emphasizes adherence to standards for construction and environmental safety to ensure sustainable use of public lands. This initiative reflects the government’s commitment to enhancing recreational facilities while protecting natural resources.
    The file pertains to the Mill Creek Campground Expansion and Improvements project overseen by the U.S. Department of the Interior's Bureau of Land Management, specifically the Gunnison Field Office. The main objective is to enhance the campground facilities by expanding the site for improved visitor access and experience. Key features of the project include an updated site plan, installation of waste management systems, picnic tables, fire rings, and single vault precast concrete toilet buildings. Additionally, the project encompasses road and parking section improvements, culvert replacements, and timber stair installations, all designed to comply with local regulations and safety standards. The document outlines control points and elevations crucial for construction and includes structural details for amenities, emphasizing sustainable practices by integrating natural materials and preserving the surrounding environment. The initiative signifies the government’s commitment to enhancing public lands and recreational facilities, reflecting objectives commonly associated with federal requests for proposals (RFPs) and grant applications aimed at improving infrastructure.
    The Mill Creek Campground Expansion and Improvement project by the Bureau of Land Management (BLM) in Colorado encompasses site work, road construction, installation of precast concrete toilets, campsite development, and bridge maintenance. Located in Hinsdale County, the project spans 365 days, with work scheduled Monday through Friday and delays possibly caused by snow. Notably, public safety is a priority, as the campground will remain operational during construction, and any closures will follow specific guidelines for bridge maintenance. The contract stipulates weight restrictions for vehicles accessing the site and outlines payment and project scheduling procedures. Quality control measures, environmental controls, and necessary submittals for materials and inspections are mandated throughout the project. Key features include demolition of existing structures, construction of earthworks, installation of utilities such as storm drainage systems, and various site furnishings like picnic tables and fire rings. This RFP reflects the government's intention to improve recreational facilities securely and sustainably, aligning with best practices for environmental protection and public safety while enhancing visitor experiences at Mill Creek Campground.
    The document outlines the specifications for the Mill Creek Campground Expansion and Improvement project, managed by the Bureau of Land Management (BLM) Gunnison Field Office in Colorado. Key components include site work such as road construction, campsite construction, bridge maintenance, and the installation of precast concrete toilets. The project will take place in Hinsdale County and is to be completed within 365 days of the Notice to Proceed, considering potential weather disruptions. The document details specific sections on project management, safety protocols, payment procedures, and environmental controls, emphasizing the importance of maintaining campground accessibility during construction. It stresses contractor responsibilities for quality control, public safety, and compliance with environmental regulations. Submittals are crucial to the project, requiring government approval for various materials and procedures. The structure of the document includes general requirements, existing conditions, concrete work specifications, and details on earthwork and utilities, providing a comprehensive framework for successful project execution. This project underscores the federal commitment to enhancing public recreational spaces while adhering to strict construction and safety standards.
    The Mill Creek Campground Expansion and Improvement project, initiated by the Bureau of Land Management at the Gunnison Field Office in Colorado, outlines the required tasks and materials for enhancing the campground facilities. The bid schedule includes various components such as mobilization, site grading, demolition, and installation of utilities and amenities. Key items include the construction of precast concrete toilet buildings, picnic tables, fire rings, tent pads, and food storage lockers, emphasizing accessibility and functionality for campers. The project also entails the replacement of the bridge deck wearing surface and the installation of a steel parking delineator. This document serves as a request for proposals (RFP) to solicit bids from contractors, detailing the scope of work, unit quantities, and pricing structure for potential bidders. The initiative reflects the government’s commitment to improving public recreation areas, ensuring they are safe and accommodating for users.
    The document outlines the Bid Schedule for the Mill Creek Campground Expansion and Improvement project managed by the Bureau of Land Management in Gunnison, Colorado. It details the various components required for the project, including tasks such as mobilization, demolition, site grading, and the installation of structures like precast concrete toilet buildings and fire rings. The bid includes specific quantities, units of measure, and price placeholders for each item. Key elements of the project encompass substantial site preparation and infrastructure enhancements aimed at improving campground facilities and accessibility. The document serves as a formal request for proposals (RFP), inviting contractors to submit bids based on the outlined services and materials needed, ensuring the project aligns with federal regulations and standards for public land management.
    The General Decision Number C020250003 outlines prevailing wage rates for heavy construction projects in various Colorado counties, mandating compliance with the Davis-Bacon Act and associated Executive Orders regarding minimum wage payments. Effective January 30, 2022, contracts subject to Executive Order 14026 require a minimum wage of $17.75, while contracts awarded before this date may mandate a lower rate of $13.30. Additionally, the document details the appeals process for wage determinations and conformance requests related to contractor classifications and rates.
    The Gunnison Field Office of the United States Department of the Interior's Bureau of Land Management is issuing a request for proposals (RFP) for the expansion and improvement of the Mill Creek Campground. The contract will be awarded based on price and other evaluation factors. Offerors' past performance will be assessed using a confidence scale that considers relevance, recency, and customer satisfaction. Proposals must include contract information, project descriptions, and contact details of references for work similar in size and scope completed within the last three years. Price submissions will be disclosed only after the technical evaluation, which will determine selection among similarly graded proposals. This RFP represents an essential undertaking aimed at enhancing campground facilities while adhering to government contracting standards.
    The document pertains to the amendment of a solicitation for the BLM-CO GFO Mill Creek Campground Expansion and Improvements project. It specifies important modifications regarding the acknowledgment of the amendment by offerors and the updated timeline for submissions. Notably, this solicitation is a total small business set-aside, underscoring the requirement for contractors to possess specific technical qualifications and relevant past performance in similar projects. Key updates include changes to the performance period, with the new end date set for June 30, 2026, and an extension of the bids due date to June 18, 2025. The file emphasizes active registration with the System for Award Management (SAM) as crucial for participating contractors, alongside mandatory compliance with various federal guidelines related to contracting and wage standards. The aim is to ensure that only qualified small business entities engage in the bidding process, thereby promoting equitable opportunities within federal contracting frameworks.
    The document lists the attendees of the BLM Colorado Pre-Bid Meeting held on May 16, 2025, including their names, companies, phone numbers, and email addresses. Notable attendees represent various construction and contracting firms, indicating a diverse range of interests in the bidding process. Several entries lack complete information, particularly in the second table, suggesting incomplete attendance records.
    The document appears to be a fragmented and corrupted government file related to federal and state/local RFPs (Requests for Proposals) and grants. It lacks cohesive text and structure, making it challenging to ascertain a clear main topic or central theme. However, the context suggests involvement in funding opportunities for various government projects, potentially spanning multiple sectors such as infrastructure, health, or environmental services. Supporting details hint at regulations, compliance requirements, and procedural frameworks necessary for submitting proposals. The disjointed elements emphasize the importance of adhering to specific guidelines when responding to RFPs or applying for grants, reflecting a typical concern in government procurement processes. The document’s precise purpose remains unclear due to its corrupted state, highlighting potential technical issues or the need for careful review and restoration of essential information to ensure effective communication regarding funding and proposal requirements.
    The Bureau of Land Management (BLM) is overseeing the Mill Creek Campground expansion project and has addressed several pre-bid questions to clarify project specifications. A crane, previously approved for use in 2022, can cross the bridge, though heavy equipment is not permitted to traverse the river. Water usage from the river requires permits from the Colorado Division of Water Resources, as BLM does not regulate this. While a licensed professional surveyor is not required, someone competent in surveying must stake out the project. The contractor is responsible for fabricating nine campsite identification signs according to specific provisions. Additionally, concrete pads for food storage lockers can be pre-cast off-site with enhanced reinforcement and documentation. The existing fence will be demolished but not replaced per project specifications. This document outlines key operational details crucial for bidding contractors, reinforcing compliance with regulations and requirements specific to the project.
    The Bureau of Land Management (BLM) is overseeing the Mill Creek Campground Improvements project, as indicated in their pre-bid Q&A document. The project involves various construction tasks, including the installation of smaller single-vault toilets, utilization of cranes for installations, and creation of concrete pads for food storage lockers. Key questions addressed include the use of a crane and heavy equipment at the site, water permit regulations in Colorado, and the necessity of professional surveying. It clarifies that project stakings only require competent surveying personnel and clarifies that signs needed for campsite identification are addressed in specific project sections. Additionally, CAD files related to planning will be provided post-award, and it is confirmed that fences to be demolished will not be replaced. This document serves to clarify project requirements and regulations for potential contractors participating in the proposal process, ensuring compliance and understanding of project scope.
    The document under review appears to be a corrupted or heavily encoded file, likely related to federal and state/local Requests for Proposals (RFPs) and grant funding opportunities. Due to the illegibility of the content, the primary topic and specific ideas cannot be effectively identified or summarized. The structure of the document is compromised, rendering it difficult to extract meaningful information. Typically, documents of this nature would outline funding opportunities, submission guidelines, eligibility criteria, and project objectives, aimed at guiding applicants in securing government support for various initiatives. However, as it stands, any key details regarding grants or proposals cannot be discerned from the file provided. Efforts should be made to recover or access a more coherent version of the document for accurate analysis and summary.
    The document outlines an amendment to solicitation 140L1725R0002 for the expansion and improvements of the Mill Creek Campground in Colorado, administered by the Bureau of Land Management. The amendment provides critical information for potential contractors, including requirements for acknowledgment of the amendment, submission instructions, and necessary qualifications for bidding. It emphasizes that the project is set aside for Service-Disabled Veteran Owned Small Businesses and outlines the bidding process, including financial guarantees such as a 20% bid guarantee and performance bonds. Contractors are required to attend a pre-bid site visit on May 16, 2025, and to submit proposals detailing their qualifications, past performance, and bonding capability. Key contract stipulations include adherence to construction provisions, compliance with the Davis-Bacon Act for wages, and use of domestic construction materials under the Buy American Act. Furthermore, the project must consider ecological preservation and undergo periodic government inspections. Overall, this solicitation amendment serves to ensure that all interested parties have the necessary information to submit compliant proposals while adhering to federal regulations, reinforcing a commitment to support veteran-owned businesses in public contracting opportunities.
    The document pertains to an amendment of a solicitation for the expansion and improvements of the Mill Creek Campground by the Bureau of Land Management (BLM) in Colorado. It is specifically designated as a TOTAL SMALL BUSINESS SET-ASIDE, encouraging small businesses to submit proposals. The amendment outlines necessary acknowledgments from contractors regarding the solicitation changes, including adjustments to the proposal due date and language shifts from Service-Disabled Veteran-Owned to a broader small business specification. Key elements include a reminder for active registration requirements in SAM.gov, invoicing guidelines through www.ipp.gov, and relevant provisions from the Federal Acquisition Regulation (FAR). The project necessitates that bidders demonstrate technical competency and relevant past performance with a financial ceiling of $45 million, aligning with NAICS code 237990. The revised solicitation due date is set for May 20, 2025, with a performance period from July 1, 2025, to July 1, 2026. This document serves to inform potential contractors of modifications and to streamline the bidding process, maintaining compliance with federal guidelines.
    The document is an amendment for a solicitation regarding the Mill Creek Campground Expansion and Improvements project, categorized as a total small business set-aside. Contractors must acknowledge receipt of the amendment and submit a tailored capabilities narrative along with past performance data. Key changes noted include updated submission deadlines, a new performance period from July 1, 2025, to July 1, 2026, and specific requirements such as registrations with SAM and invoicing through IPP. The project emphasizes adherence to federal contracting regulations, including the Davis-Bacon Act and FAR provisions. Bids should consider price and other factors for evaluation. The primary aim is to revise necessary documents and maintain compliance with procurement standards while supporting small business participation in federal projects.
    This document is an amendment to solicitation number 140L1725R0002 for the expansion and improvements of the Mill Creek Campground, administered by the Bureau of Land Management in Lakewood, Colorado. It establishes that the solicitation is a total set-aside for small businesses, requiring bidders to demonstrate technical qualifications, relevant past performance, and bonding capability. Contractors must acknowledge receipt of this amendment and provide necessary information regarding their registrations with SAM.gov and their invoicing processes. The submission deadline for proposals has been confirmed for June 16, 2025, with a specified performance period from July 1, 2025, to July 1, 2026. Notable amendments include changes to the solicitation due time zone and the updated pre-bid Q&A date. The document outlines basic contracting requirements, such as compliance with the Davis-Bacon Act and the General Services Administration standards. It emphasizes the importance of ensuring all invoices are submitted through the specified government portal. Overall, this amendment seeks to ensure clarity and compliance while guiding small businesses through the bidding process for this federal project.
    This document is an amendment to solicitation 140L1725R0002 regarding the BLM-CO GFO Mill Creek Campground expansion and improvements project. It modifies the original solicitation to include updated pre-bid questions and adjust critical timelines. Notably, the bid due date has changed from June 16, 2025, to June 18, 2025, and the contract performance period is now from July 1, 2025, to June 30, 2026. The solicitation is set aside for small businesses, requiring bidders to provide technical qualifications, experience, and bonding capability, among other criteria. Proposals must be submitted electronically or via letter, emphasizing the need for timely acknowledgment of this amendment to avoid rejection of bids. Firms intending to bid must register in the System for Award Management (SAM) and follow specific contracting requirements, including compliance with the Davis Bacon Act for wage determinations. This amendment underlines the government’s commitment to supporting small businesses while pursuing construction contracts through adherence to established federal regulations.
    The Bureau of Land Management (BLM) is soliciting bids for a campground expansion project at the Mill Creek Campground in Hinsdale County, Colorado, with an estimated budget of between $250,000 and $500,000. The procurement is set as a competitive acquisition requiring a firm-fixed price contract, aimed specifically at Service-Disabled Veteran-Owned Small Businesses. The project timeline spans from July 1, 2025, to June 30, 2026, highlighting a pre-bid site visit on May 16, 2025. Key requirements include the submission of sealed offers, bid guarantees, and active registration in the System for Award Management (SAM), along with mandatory bonding. Contractors must comply with various federal labor standards and the Davis Bacon Act. The document outlines inspection and acceptance criteria, invoicing methods through the Internet Payment Platform (IPP), and emphasizes preservation of historical data during construction. Overall, this solicitation outlines comprehensive conditions for bidders aimed at enhancing campground facilities while adhering to regulatory frameworks and promoting socio-economic involvement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    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.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    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.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the FY2026 Arkansas Loop Thinning Project, which involves manual fuels reduction and seeding across approximately 213 acres located northeast of Aztec, New Mexico. The project is structured into five options, with the first option covering 125 acres and the remaining options contingent on funding availability; work will include hand-cutting pinyon and juniper trees, managing slash, and pre-thinning seeding. This initiative is critical for forest management and conservation efforts, ensuring ecological balance while adhering to specific guidelines regarding migratory birds and big game habitats. Interested small businesses must submit their quotes by January 23, 2026, following a site visit scheduled for January 14, 2026, and should contact Audrey Whetham at awhetham@blm.gov for further information.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.