IRA Bismarck Parking Lot Renovation
ID: 47PJ0025R0032Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF PARKING FACILITIES (Z1LZ)

Set Aside

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

    The General Services Administration (GSA) is seeking qualified contractors for the renovation of the parking lot at the IRA Bismarck Federal Building in Bismarck, North Dakota. This project, designated under Solicitation No. 47PJ0025R0032, involves repaving the existing asphalt surface with low-embodied carbon concrete, integrating sustainable practices as mandated by the Inflation Reduction Act of 2022. The estimated budget for this construction contract ranges from $1 million to $5 million, emphasizing the use of environmentally friendly materials and adherence to federal procurement standards. Interested small businesses must submit their proposals, including a technical approach and past performance documentation, by the specified deadlines, with further inquiries directed to Monique Brumley at monique.brumley@gsa.gov or Jesse Johnson at jesse.johnson@gsa.gov.

    Files
    Title
    Posted
    This document outlines a federal solicitation for construction, alteration, or repair services through a Standard Form 1442. It includes essential details such as the solicitation number, project location, performance timeframes, and requirements for sealed offers. Contractors must complete the offer section, submit performance and payment bonds if required, and comply with a 60-calendar-day acceptance period for their offers. The scope includes a notable requirement for the contractor to submit a compliant Environmental Product Declaration (EPD) for any IRA-Eligible material not submitted by the proposal due date, reflecting compliance with relevant commitments. The document emphasizes that the government will not issue a Notice to Proceed until all compliance documentation is received. The solicitation reflects formal procedures for government contracts and seeks competitive bids while emphasizing the importance of safety and environmental compliance in federal projects. Central points also highlight that offers should include required representations, acknowledgment of amendments, and potential additional documentation, maintaining the overall integrity of the bidding process. Through this solicitation, the federal government aims to procure services while enforcing compliance with regulatory standards and promoting transparency in construction-related engagements.
    The document outlines Solicitation No. 47PJ0025R0032 for a design-build contract to repave the parking lot at the IRA Bismarck Federal Building. The project entails replacing an aging asphalt surface with a low-embodied carbon concrete alternative, addressing safety concerns by incorporating a perimeter fence. Key aspects include the contractor's responsibilities for labor and materials, project timelines (with substantial completion required within 230 days), and specific price structures that encompass all associated costs. Terms highlight liquidated damages for delays, insurance requirements, and compliance with Buy American provisions. Contractors must submit several reports, including a Low Embodied Carbon Materials Research Report and a Market Report, detailing their sourcing strategies and available materials that meet specified environmental criteria. The solicitation emphasizes the GSA’s commitment to sustainability and regulatory compliance while ensuring public safety throughout the construction process. This initiative reflects broader federal goals for infrastructure improvement, environmental sustainability, and responsible contracting practices in government projects.
    The document outlines a post-award allocation for a construction project, detailing owner and contractor information, project scope, and associated costs. It specifies the solicitation number and the project's design methodology—Design Bid Build. Key sections include a comprehensive scope of work, materials and services excluded, and fundamental assumptions for project execution. The building address, estimated start date, performance period, and contacts from both the owner and contractor are presented, alongside essential references to the PBS MasterFormat CSI structure, organizing tasks across various divisions from design services to specialized equipment. Financial components detail costs breakdowns including trade costs, general conditions, insurances, and a summary of estimated costs associated with the project. Special emphasis is placed on sustainable and low-embodied carbon materials across various trades to meet net-zero contributions. This document is a critical component of federal and local RFP processes, highlighting regulatory compliance, sustainability goals, and comprehensive project management strategies integral to government-funded construction initiatives.
    The U.S. General Services Administration (GSA) issued the Interim Low Embodied Carbon Material Requirements as part of the Inflation Reduction Act (IRA) pilot program, aimed at utilizing $2.15 billion for construction materials with lower greenhouse gas emissions. This program, intended to meet the Biden Administration's climate goals, focuses on four primary materials: concrete, cement, asphalt, steel, and glass. GSA establishes thresholds for embodied carbon limits based on Environmental Product Declarations (EPDs) that suppliers must provide, ensuring at least 80% of assembly costs meet specified low carbon requirements. The guidelines adhere to existing trade laws such as the Buy American Act, and allow for updates based on feedback from pilot projects. Compliance documentation includes specific EPD requirements based on recognized standards to validate emissions data. This initiative demonstrates the federal government’s commitment to sustainable construction practices and positions the U.S. as a leader in clean energy manufacturing, shaping future procurement standards in federally funded projects.
    The document appears to be a fragmented text that outlines various aspects related to government Requests for Proposals (RFPs) and federal grants. The main focus revolves around the processes involved in issuing and managing RFPs at federal, state, and local levels. It includes details about compliance, eligibility criteria, funding amounts, and proposal submission guidelines, which are fundamental in acquiring government contracts or grants. Key sections discuss the requirements for prospective contractors, emphasizing transparency, fairness in selection, and adherence to federal regulations. There is also an emphasis on the importance of achieving specific outcomes aligned with governmental goals, such as public welfare and community improvement. Additionally, the document suggests that proper understanding and execution of RFP processes can directly impact project success and fund allocation efficiency. Moreover, it highlights the various roles played by government agencies in facilitating these processes, ensuring accountability and optimal management of public funds. Overall, this document serves as a guide on navigating the intricacies of government solicitations in the context of RFPs and grants.
    The document outlines the PAST PERFORMANCE QUESTIONNAIRE specifically designed for construction projects associated with the IRA Bismarck Parking Lot, referenced by the solicitation number 47PJ0025R0032. It requires offerors to demonstrate their suitability for the project by providing details about previous relevant projects completed within the last five years. Criteria include being the prime contractor on a project involving parking lot repaving, with an awarded dollar value exceeding $1,000,000. The offeror must fill in their details alongside information about their reference, ensuring accuracy and the possibility of re-engagement. The questionnaire asks for ratings across various performance metrics such as customer service, quality of workmanship, issue responsiveness, project schedule maintenance, budget control, and overall contractor performance. These ratings are supported by explanations, ensuring a comprehensive evaluation of the contractor's past work, essential for decision-making in the procurement process. This questionnaire plays a critical role in assessing contractor credibility and aligning with government requirements for contractor performance in federal and local projects.
    The Product Category Rule (PCR) for Environmental Product Declarations (EPD) for Concrete, developed by NSF International, establishes standardized methodologies for assessing the environmental impacts of concrete products through life cycle assessment (LCA). The PCR aims to enhance transparency and comparability of across concrete products by enabling manufacturers to create EPDs that report on their products' cradle-to-gate environmental performance. Key objectives include defining life cycle stages relevant to concrete production, promoting improved environmental impact quantification, and supporting sustainable design principles. The document details essential components of concrete materials, normative references, terms and definitions, and guidelines for LCA methodologies. It specifies the life cycle stages to be covered in concrete EPDs, encourages the use of average EPDs for various product categories, and addresses the criteria for data inclusion and reporting. The PCR also highlights stakeholder participation in its development, notably involving the National Ready Mixed Concrete Association. Overall, this document serves as a comprehensive framework to foster informed decisions in concrete usage and supports sustainable construction practices. It is pertinent to federal, state, and local RFPs concerning construction materials and environmental standards, emphasizing sustainability and compliance with recognized norms.
    The document outlines requests for information related to a parking lot renovation project in Bismarck, ND, part of a federal government RFP. Key points include that no Electric Vehicle Supply Equipment (EVSE) will be installed or procured under this project, and a site visit is scheduled for January 29, 2025. Contractors must include design plans in their original bids, with an expected project magnitude between $1,000,000 and $5,000,000. Specific requirements around contractor badging are detailed, necessitating a Special Agreement Check for short-term contractors and a coordinated process for any required temporary facilities such as fencing and sanitary provisions. Clarifications were provided regarding the scope of work, including the exclusion of electric gates and electrical wiring installation. Environmental Product Declarations (EPDs) are mandated for certain materials used in the project, ensuring sustainability compliance. Additionally, bid guarantees are not required, and bids should reflect consistency in pricing despite the removal of perimeter walls from the scope. Overall, the document emphasizes precise guidelines for bidders, ensuring clear understanding and adherence to project specifications while fostering a transparent procurement process.
    The document outlines inquiries and responses related to a government RFP concerning a construction project, specifically addressing the need for design and execution at a site with square footage approximating 45,000. Key participants include Ava Williams from Judah's Lion, LLC, who confirms that no Electric Vehicle Supply Equipment (EVSE) will be installed on the project. A site visit is scheduled for January 29th at 1:00 PM CST, and proposals are to be submitted to a designated email address. Additionally, it clarifies that architect and engineering plans must be included in the initial bid, and the construction's estimated cost ranges from $1,000,000 to $5,000,000. This document serves as a crucial point of communication for stakeholders involved in the bidding process, ensuring clarity around project requirements and expectations. It reflects the structured nature of government proposals, emphasizing adherence to defined protocols and timelines in public contracting.
    The document outlines a Request for Proposals (RFP) for the renovation of a parking lot in Bismarck, ND, with specific responses to queries made by prospective contractors. Key points include the confirmation that no Electric Vehicle Supply Equipment (EVSE) will be installed; only conduit for future EVSE is required. The magnitude of construction costs is estimated between $1,000,000 and $5,000,000, and contractors must include design costs in their proposals, although detailed engineering plans are not necessary at submission time. The project is not tax-exempt, and certain contractors will require background checks. Temporary fencing and sanitary facilities may be set up during construction, and badging procedures will be established. The contractor will not be responsible for the procurement and installation of charging stations. Bidding will rely on the Statement of Work (SOW) version 3.0, and there is no requirement for bid guarantees. The response also mentions sustainability requirements concerning materials used. Overall, the document serves as a guide for contractors regarding the scope, requirements, and procedural aspects related to submitting proposals for the parking lot renovation project.
    The GSA Solicitation No. 47PJ0025R0032 consists of Offeror Representations and Certifications critical for entities bidding on federal contracts related to commercial and institutional building construction. The document outlines necessary representation and certification requirements, emphasizing the use of the North American Industry Classification System (NAICS) code 236220, which establishes a small business size standard of $45 million in average annual receipts. Various representations apply, depending on contract specifics, including compliance with regulations concerning telecommunications, the Federal Acquisition Supply Chain Security Act, and contractor responsibility matters. Notable provisions include representations regarding child labor knowledge, ownership disclosures, and certifications against arms control violations. The Offeror must certify compliance within their offers, ensuring accuracy and completion of information, including potential involvement with covered telecommunications equipment. This document serves as a foundational element for government RFPs, facilitating transparent and accountable contracting processes while upholding federal standards and regulations.
    The document is a General Decision Number ND20240006 issued for highway construction projects in North Dakota, detailing wage determinations under the Davis-Bacon Act. Key points include the mandatory payment of minimum wage rates specified by Executive Orders 14026 and 13658, depending on when contracts are awarded or renewed. For contracts starting on or after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document outlines prevailing wage rates for various construction occupations in specific counties, including electricians, power equipment operators, and truck drivers, along with their respective fringe benefit rates. It also describes the processes for requesting wage determinations, appeals, and additional classifications if necessary. The Executive Order related to paid sick leave is also referenced, mandating paid sick leave for eligible workers. This decision emphasizes compliance with established federal labor standards aimed at worker protection and fair compensation in federally funded construction projects.
    The document outlines a framework for evaluating and certifying construction projects under federal proposals and grants, particularly focusing on energy-efficient design and sustainable technologies. Central components include the project management structure, data collection on energy and material usage, and compliance with environmental standards, including greenhouse gas emissions measurements. Key sections encompass contractor details, project approval timelines, milestone statuses, and various metrics related to energy savings and material efficiency. Additional elements review the technologies being employed, such as energy conservation measures and sustainable building strategies. Inspectors are tasked with certifying that installations align with project goals and adhere to specified guidelines. The document also highlights the importance of accurate reporting on energy performance and the environmental impact of construction materials. This comprehensive certification process supports the federal government’s objectives in promoting sustainable construction practices while ensuring compliance with funding conditions and program integrity.
    The GSA Solicitation No. 47PJ0025R0032 outlines the construction contract for repaving the parking lot at the IRA Bismarck Federal Building, emphasizing the integration of sustainable practices under the Inflation Reduction Act of 2022. The project is specifically set aside for small businesses and has an estimated budget between $1 million and $5 million. The solicitation mandates adherence to criteria promoting the use of low-embodied carbon materials and includes comprehensive instructions for proposal submissions. Key evaluation factors include past performance (25%), experience (30%), technical approach (30%), and sustainability efforts (15%). Offerors are required to submit a technical proposal demonstrating their management strategy, understanding of project requirements, and commitment to using materials with low greenhouse gas emissions. They must also provide justification for their pricing and past project experiences relevant to the solicitation. Furthermore, the submission process emphasizes deadlines and the need for compliance with federal guidelines, including bonding and wage requirements. The contract will enhance the facility's environmental performance while meeting federal procurement standards, reflecting the government's commitment to sustainable construction.
    This document serves as an amendment to a solicitation issued by the GSA PBS Acquisition Division, updating the statement of work (SOW). It outlines the necessary procedures for acknowledgment of the amendment by contractors, emphasizing that offers must reflect receipt of this amendment before the designated submission deadline to avoid rejection. Contractors may acknowledge receipt through specific methods such as completing certain form items or sending a separate letter or electronic communication. The amendment does not require the contractor's signature and clarifies that all other terms of the original solicitation remain unchanged unless noted. Instructions for completing the amendment form are provided, detailing item descriptions including contract ID, effective dates, and modification types, ensuring that disclosure of any changes to the contract, including financial implications, is clear. This document is crucial for ensuring compliance with federal contracting processes and provides guidelines for maintaining contract integrity throughout modifications.
    This document outlines the procedures for acknowledging amendments to federal solicitations and modifications of contracts, emphasizing the requirement for offers to acknowledge receipt before specified deadlines. It details methods of acknowledgment, including completing specific items on a form or using electronic correspondence. The amendment serves to extend the deadline for offers, and includes updated questions and answers from a site walk alongside a Past Performance Questionnaire. Instructions clarify how contractors should provide their identifying information, and specify the authority under which modifications are made. The document maintains existing contract terms while documenting adjustments or extensions in deadlines and other relevant changes. Overall, it ensures compliance and clarity in government contracting processes, which are essential for the continuity of contract execution and the integrity of offers submitted.
    This document serves as an amendment to a federal solicitation, detailing the procedures for acknowledging receipt of the amendment by potential contractors. Offers must acknowledge the amendment before the specified date and hour, either by completing specific items or via separate communication. Failure to acknowledge may result in rejection of the offer. Key details include the contract ID, amendment number, effective date, and other administrative data relevant to the modification of a contract or order. The primary purpose of the modification is to update previous documentation with new corrections and a wage determination. It specifies the authority under which changes are made and outlines procedures for changes to offers already submitted. Changes in contracts are to be documented systematically, ensuring adherence to the Uniform Contract Format (UCF). Overall, this amendment underscores the importance of compliance in federal contracting processes, including timely acknowledgment of amendments and the necessary administrative updates in contractual documentation.
    The U.S. General Services Administration's Rocky Mountain Region 8 has issued a Design-Build Statement of Work for a project located in Fargo, ND, aimed at replacing a deteriorating asphalt parking lot with a new low embodied carbon concrete surface. The project will cover approximately 45,000 square feet and includes installing new access gates and a perimeter fence to enhance security. Key project objectives involve utilizing low embodied carbon materials, ensuring proper stormwater drainage, and maintaining existing concrete elements where feasible. The contractor is responsible for design and construction, must collaborate with licensed architects and engineers, and comply with relevant safety, health, and environmental regulations. The timeline for completing the design is 130 days post-award, with an additional 100 days for construction. Cost proposals require detailed breakdowns by task and must adhere to the guidelines of the Construction Specification Institute. Moreover, the proposal emphasizes green purchasing and compliance with GSA standards, ensuring that all phases of construction reflect sustainability and safety practices. This document exemplifies government procurement protocols for infrastructure projects, underpinning the importance of formal proposals, meticulous planning, and adherence to environmental guidelines.
    The document outlines the Statement of Work for the U.S. General Services Administration's (GSA) project to construct a new concrete parking lot, designated as Project 038. The existing deteriorating asphalt lot, located in Fargo, ND, will be replaced with low-emission concrete to mitigate environmental impact. Key project objectives include the use of Low Embodied Carbon (LEC) materials, installation of a perimeter fence, and proper stormwater management. The contractor is responsible for design and construction, ensuring compliance with GSA standards and safety protocols. The project requires comprehensive design services, materials specification, and stipulates timing and budget breakdowns for both design and construction phases. The expected completion time is structured over 130 days for design and 100 days for construction post-award. Mandatory protocols include safety assessments, environmental compliance, and accessibility considerations. A detailed proposal submission process includes pricing requirements with specific benchmarks for cost evaluation. This initiative underscores GSA’s commitment to sustainable development while providing a secure and functional parking facility for government use.
    The document outlines pricing and invoicing instructions for projects funded by the Inflation Reduction Act (IRA) of 2022, specifically targeting the use of low-embodied carbon materials, sustainable technologies, and high-performance green building measures. It details the necessity for contractors to provide separate pricing under specific contract line item numbers (CLINs) during both the solicitation phase and contract performance. Itemized invoices must reflect detailed amounts for both IRA and non-IRA expenditures, following a specified structure. The file lists allowable expenses related to IRA-funded work, such as labor, materials, and necessary environmental remediation, ensuring all relevant costs are accounted for. Additionally, it provides examples of expenses tied to low-embodied carbon materials, illustrating what should be included in bids and invoices. Overall, these guidelines promote transparency, accountability, and proper tracking of funds allocated through IRA initiatives aimed at enhancing sustainability in federal projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    REV1 US Courts - 5th Floor Pretrial Kitchenette Renovation
    General Services Administration
    The General Services Administration (GSA) is soliciting bids for the renovation of the 5th Floor Pretrial Kitchenette at 500 Pearl Street, New York, NY, under solicitation number 47PC5526R0007. The project involves comprehensive construction services, including demolition, installation of new cabinetry, countertops, appliances, and necessary electrical and plumbing upgrades, all to be completed within a performance period of 180 days. This renovation is crucial for maintaining operational efficiency within the courthouse and ensuring compliance with federal and local safety standards. Interested small businesses must submit their proposals by December 19, 2025, at 4:00 PM, and can direct inquiries to Monique Woods at monique.woods@gsa.gov or Nicholas Uom at nicholas.uom@gsa.gov. The estimated contract value is between $50,000 and $75,000.
    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.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.