Z--NIFC 300 JWH MPR Suite
ID: 140L3725R0004Type: Solicitation
AwardedJul 17, 2025
$917.6K$917,550
AwardeeWINSPEAR CONSTRUCTION LLC. 1735 S FEDERAL WAY Boise ID 83705 USA
Award #:140L3725C0012
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

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 proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. The project involves comprehensive tenant improvements, including updates to finishes, fixtures, HVAC systems, and lighting, aimed at enhancing functionality and compliance with modern standards. This renovation is crucial for maintaining operational efficiency in fire management activities, ensuring that facilities are equipped to support interagency coordination effectively. Interested contractors must submit their proposals by June 23, 2025, at 10 AM MT, and can direct inquiries to Matthew Steele at masteele@blm.gov or by phone at 208-387-5130.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to federal and state procurement processes, specifically focusing on Requests for Proposals (RFPs) and grants. It outlines guidelines and protocols for submitting proposals for various government-funded projects, emphasizing the necessity of compliance with regulations and thorough documentation. Key topics include project eligibility, evaluation criteria, timelines for submissions, and required qualifications for bidders, ensuring fair competition among contractors. The structure facilitates a clear understanding of the bidding landscape, detailing pre-bid meetings, proposal formats, and budgetary restrictions. It also stresses the importance of maintaining accuracy in proposals, including adherence to state licensing requirements and safety regulations, and encourages innovative solutions that align with government objectives. This document serves as a comprehensive resource for potential bidders, providing insights into the intricacies of federal and state funding processes while highlighting critical deadlines and conditions for successful submission. It ensures that all stakeholders are informed of the pathway to securing government contracts, ultimately enhancing transparency and accountability in public spending.
    The U.S. Department of the Interior has issued the final construction documents for the renovation of the NIFC 300 Multi-Purpose Room in Boise, ID, under project number 070117.016. This renovation project encompasses comprehensive work, including code compliance upgrades, installation of new partitions, doors, and finishes, as well as mechanical, plumbing, and electrical improvements. The project will proceed under a single prime contract with specific limitations on site access and construction hours due to ongoing government occupancy. The document outlines requirements for project management, coordination, submittal procedures, quality control, and waste management. It stresses the importance of effective communication and collaboration among contractors, engineers, and government representatives to mitigate disruptions to daily operations. Additionally, it includes administrative provisions for unit pricing, project scheduling, and documentation, ensuring a structured approach to contractor responsibility and project execution. Overall, this renovation signifies a commitment to enhancing government facilities while adhering to safety, compliance, and quality standards.
    The document outlines the renovation plans for the Second Floor of the National Interagency Fire Center (NIFC) located in Boise, Idaho. The project, identified as the BLM Project #140L0622D002, is part of a comprehensive reorganization that includes demolition and remodeling of existing spaces to accommodate updated office configurations and improve functionality. Key demolition tasks include the removal of cabinets, doors, walls, and certain flooring elements, along with the installation of new access features and electrical systems. Specific notes detail bid alternates for additional improvements such as new carpeting, paint, and structural modifications to enhance accessibility. The endeavor emphasizes adherence to safety standards and environmental regulations while aiming to provide a more effective workspace for personnel. The document is structured to provide an overview of demolition activities, spatial layouts, and instructions for contractors, culminating in a project timeline targeting a construction completion date of October 2024. The overall aim is to deliver a modernized facility that reflects the operational needs of the BLM while ensuring compliance with federal standards.
    The U.S. Department of the Interior has outlined the final construction documents for the NIFC 300 NICC Suite renovation project at the NIFC Campus in Boise, ID. This project aims to fully update the facility to code, involving improvements such as new partitions, doors, hardware, and interior finishes, along with necessary mechanical, electrical, and plumbing revisions. It will be executed under a single prime contract, with strict adherence to government operations throughout construction to minimize disruptions. Key requirements include coordination among various construction tasks, comprehensive documentation of progress, and rigorous quality assurance protocols. Contractors must submit specific documentation, including a construction schedule and daily reports, to ensure transparent communication and efficient project management. The work will also adhere to tight access and scheduling restrictions, emphasizing safety and compliance during operations. This renovation reflects a significant commitment to enhancing federal facilities while ensuring continued functionality for government occupancy during the construction process.
    The Bureau of Land Management's amendment regarding the NIFC 300-JWH NICC Suite Renovation outlines critical updates to the project specifications. Notably, all references to Bid Alternate B have been removed from the plans and specifications, ensuring clarity and focus on the primary bid. Specific details highlight the project location at the NIFC Campus in Boise, Idaho, and a new directive for including a two-week pause in the construction schedule. This pause will facilitate the installation of government-provided modular furniture, allowing for effective coordination without interfering with ongoing renovations. Overall, this amendment aims to streamline the renovation process while ensuring the proper integration of necessary furnishings and infrastructure repairs.
    The document outlines the wage determination for building construction projects in Idaho, specifically for Ada and Boise Counties. It specifies the minimum wage rates contractors must pay workers, governed by the Davis-Bacon Act and relevant Executive Orders. For contracts awarded or extended after January 30, 2022, workers must be paid at least $17.75 per hour under Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 per hour under Executive Order 13658. The determination includes specific wage rates and fringe benefits for various construction roles such as bricklayers, electricians, and laborers. It also notes the annual adjustments to these rates and the process for requesting reviews or modifications regarding wage determinations. The document emphasizes compliance with federal labor standards and worker protections in relation to sick leave and classification requirements. This wage determination serves as a critical component for contractors involved in federal projects, ensuring that workers receive fair compensation and adhere to regulations set forth by the federal government.
    The document outlines a bid schedule for renovation and repair projects at the National Interagency Fire Center (NIFC). It includes two main items: the Multi-Purpose Room (MPR) renovation and the NICC renovation. Each section comprises various tasks ranging from mobilization and construction management to specific trade work such as demolition, architectural finishes, HVAC, electrical, plumbing, and fire suppression. Each task is categorized with quantities and unit costs, though specific dollar values are not provided. The completion of these projects is vital for enhancing operational facilities at the NIFC and demonstrates the coordination and systematic approach required in government RFPs. The document serves as a guide for contractors in estimating and bidding on the projects, ensuring compliance with federal standards and local regulations in the renovation efforts. The need for precise execution of these renovations signifies the government's commitment to maintaining and upgrading critical infrastructure for interagency coordination.
    The U.S. Department of the Interior is initiating the NIFC 300 Multifunctional Room Renovation project located in Boise, ID, under contract number 140L0623F0184. The project scope includes comprehensive tenant improvements at the National Interagency Fire Center Campus, targeting updates to the existing finishes, fixtures, HVAC systems, and lighting within rooms 156 and 157 of the Jack Wilson Headquarters Building. This renovation aims to enhance functionality and compliance with modern standards, requiring careful demolition and coordination with government operations throughout the construction phase. Key project specifications encompass general requirements, construction management, unit pricing, and quality assurance protocols. Contractors are expected to maintain effective site coordination while adhering to strict work hour policies and utility interruption protocols to avoid disrupting government activities. The document outlines various administrative procedures for progress documentation, submittals, and schedule management, indicating that all work must comply with local codes and standards. Overall, the successful execution of this renovation reflects the government's commitment to improving facility conditions for enhanced operational efficiency in addressing fire management and related activities.
    The document appears to involve a compilation of various federal and state RFPs alongside grant opportunities related to professional engineering services in Idaho. It includes mentions of licenses, particularly a Professional Engineer license scheduled for renewal on October 1, 2024. The overall purpose seems to facilitate applications or requests related to engineering projects that may require professional design, construction, or consultation services as outlined by government entities. Emphasizing project requirements and licensing standards underscores the importance of compliance when engaging in governmental contracts or grants. This document is fundamentally aimed at professionals within the engineering sector, providing critical information about upcoming opportunities and regulatory adherence necessary for participating companies or individuals in government-funded projects.
    The U.S. Department of the Interior has outlined the specifications for the NIFC 300 NICC Suite Renovation project located in Boise, ID, as part of federal construction documents. The project aims to bring the facility up to code through complete construction involving new partitions, doors, finishes, mechanical, plumbing, and electrical updates. It emphasizes coordination with government operations to minimize disruption, adhering to work restrictions such as limited hours and maintaining clear access to the site. The specifications include detailed considerations under various divisions such as general requirements, facility construction, mechanical, electrical, and plumbing systems, among others. Specific responsibilities are designated to design professionals and contractors who manage their respective areas. Additionally, key administrative processes including project management, construction documentation, submittal procedures, and coordination of construction activities are crucial to the project's success. The document serves as a guide for contractors, ensuring compliance with technical and operational standards while facilitating effective communication and workflow throughout the construction period. The meticulous approach demonstrates a commitment to safety, clarity, and adherence to government regulations during the renovation process.
    The document pertains to a government solicitation for construction, alteration, or repair projects, outlining the requirements for potential contractors. The specification includes essential sections such as solicitation number, project details, performance bonds, and the timeframe for bid submission. It highlights the necessity for sealed offers, with clear identification of the offeror and due date for proposals. Contractors must acknowledge receipt of any amendments, agree to performance stipulations, and provide any required guarantees. Additionally, it describes the roles of contracting officers in finalizing contracts, underscoring the binding nature of the submitted offers upon acceptance. The document emphasizes adherence to terms and conditions specified within the solicitation and outlines the process for achieving contract compliance. Overall, this solicitation reflects the regulatory standards and procedural requirements for government contracting within the framework of federal and local RFPs, ensuring transparency and competitive bidding.
    The document is an amendment to federal solicitation number 140L3725R0004, related to a project for repairs at the National Interagency Fire Center. The amendment serves to provide a site roster and to extend the deadline for submission of offers from May 27, 2025, to June 5, 2025, at 10 AM MT. It emphasizes the necessity for contractors to acknowledge receipt of this amendment through specified methods to ensure their offers are accepted. Any changes to previously submitted offers must be communicated appropriately before the new deadline. Furthermore, the document reiterates that all other terms and conditions of the original solicitation remain unchanged, indicating the ongoing nature of the procurement process. Overall, this amendment highlights procedural requirements for contractors participating in government contracting opportunities and ensures compliance with federal procurement regulations.
    This document is an amendment to solicitation number 140L3725R0004, specifically regarding the NIFC 300 JWH MPR Suite and NICC Repairs project. The primary purpose of the amendment is to extend the deadline for submitting responses from June 5, 2025, at 10 AM MT to June 17, 2025, at 10 AM MT. It is crucial for contractors to acknowledge receipt of this amendment through specified methods prior to the new deadline, as failure to do so may lead to the rejection of their offers. The document also states that responses to requests for information (RFIs) will be provided via a separate amendment, and all other terms and conditions from the original solicitation remain unchanged. The contracting officer named is Matthew Steele, and the document outlines various administrative details related to the modification. This amendment reflects standard practices in government contracting, emphasizing compliance and formal communication protocols necessary for solicitations and offers.
    The document pertains to the amendment of Solicitation Number 140L3725R0004 for renovations to the NIFC 300-JWH facility, encompassing NICC and MPR repairs managed by the Bureau of Land Management, Boise, Idaho. This amendment outlines critical responses to contractor questions raised during a site visit on June 9, 2025, focusing on issues like access control installation requirements, removal of existing furniture, and modifications to specifications and drawings. Key stipulations specify that contractors must acknowledge the amendment and comply with updated conditions before bidding. The document further clarifies project execution timelines, onsite working hours, and responsibilities regarding existing structures and materials. Additionally, it affirms that the project will adhere to safety standards and that no asbestos or lead materials are present. Emphasizing critical updates that address contractor queries, the amendment streamlines construction efforts while ensuring all work aligns with federal guidelines and project specifications. Overall, it reflects the government’s aim to maintain transparency and efficiency in the contracting process.
    The document is an amendment concerning solicitation No. 140L3725R0004 for the project titled "NIFC 300 JWH MPR Suite and NICC Repairs." The primary purpose of this amendment is to extend the response deadline for contractors from June 17, 2025, at 10 AM MT to June 23, 2025, at 10 AM MT. The amendment outlines essential procedures for acknowledging receipt, emphasizing that acknowledgment must be submitted by one of several specified methods prior to the new deadline to avoid rejection of offers. Additionally, the amendment maintains that all other conditions specified within the original solicitation remain unchanged. It serves to formally document the timeline modification while ensuring the integrity of the proposal process by providing clear instructions for contractors regarding submission protocols. This amendment reflects the federal government's procedural practice to ensure fair and transparent procurement processes and compliance with established regulations.
    This document outlines Amendment 0005 to Solicitation 140L3725R0004 concerning infrastructure repairs at the National Interagency Fire Center (NIFC) in Boise, Idaho. The amendment includes revisions to project specifications, particularly in sections addressing temporary facilities and the HVAC air distribution system. It emphasizes that contractors must align safety requirements with their internal safety programs, allowing for flexibility based on construction types. Safety facilities, such as showers, will be determined by contractors as needed rather than mandated by the government, provided that water access is available. The amendment clarifies previously raised questions and concludes with a reminder that all other terms in the original solicitation remain unchanged. This document serves to ensure that contractors are aware of and adhere to the updated project specifications while maintaining compliance with federal contracting protocols.
    The document outlines the solicitation details for the NIFC 300 JWH MPR Suite and NICC Repairs project, issued by the Bureau of Land Management (BLM). The project involves construction and repairs requiring completion by specified deadlines, with various tasks distributed across two distinct building areas. The overall contract falls under a Firm Fixed Price type and is intended for small businesses, aligning with federal guidelines for procurement. Key timelines include a mandatory site visit and proposal submission deadlines, with strict instructions for bid submission outlined. Additional requirements include compliance with federal wage determinations and performance bonding, as well as the necessity for contractors to maintain safety protocols and adhere to specific work hours. The document emphasizes the importance of subcontractor limitations and the government’s commitment to ensuring that a significant portion of work is performed by the prime contractor. Furthermore, it addresses environmental regulations, particularly regarding historical site preservation and safety in construction practices. Overall, this solicitation plays a vital role in modernizing essential facilities, ensuring they are functional for upcoming fire seasons while meeting federal and local standards.
    Lifecycle
    Similar Opportunities
    TAN Firewater Upgrade Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the TAN Firewater Upgrade Project at the Idaho National Laboratory (INL) in Idaho Falls. The project aims to upgrade and replace critical firewater infrastructure at Test Area North (TAN) to restore system reliability and ensure compliance with safety standards, addressing issues such as corroded piping, fire sprinkler risers, and tank heaters. This initiative is vital for maintaining the operability of the fire suppression system across multiple TAN facilities. Interested vendors must submit their EOIs by July 1, 2026, including company information, relevant capabilities, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    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.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    TRA Bathroom/Kitchen Remodels
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for remodeling projects at the Idaho National Laboratory (INL), specifically at facilities TRA-628 and TRA-675. The project aims to modernize infrastructure and enhance employee amenities, which includes a cosmetic refresh of the bathrooms and the conversion of a storage closet into a kitchenette at TRA-628, along with a similar refresh at TRA-675. This initiative is part of BEA's ongoing efforts to improve facility operations, and the EOI serves as the first step in identifying potential vendors for a forthcoming Request for Proposal (RFP). Interested parties must submit their EOIs by January 15, 2026, to Chase Egbert at Chase.Egbert@inl.gov, including relevant company information and experience, as only selected respondents will be invited to participate in the RFP process.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.