BLM-WY-GRAY WALL LIVESTOCK WATER WELL
ID: 140L6225Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The project involves drilling a well to a depth of approximately 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards, and includes the installation of necessary casing and gravel packing. This initiative is crucial for enhancing water resource management, particularly for agricultural use in the region. Interested contractors must ensure active registration in the System for Award Management (SAM) and submit their quotations by May 30, 2025, following a site visit on May 14, 2025. The estimated budget for this project ranges from $10,000 to $25,000, and inquiries can be directed to Huong Le at hle@blm.gov.

    Point(s) of Contact
    Le, Huong
    (000) 000-0000
    (307) 775-6317
    hle@blm.gov
    Files
    Title
    Posted
    The Gray Wall Water Well project aims to drill a livestock water well to a depth of approximately 150 feet into the Sundance Formation in Natrona County, Wyoming. The contractor is required to submit a technical proposal that outlines the drilling plan, equipment, and materials to ensure compliance with Wyoming Water Well Minimum Construction Standards. The project includes the installation of a 5-inch PVC casing, gravel packing, and a protective casing, with all materials provided by the contractor. Accessibility for drilling is via a two-track trail, with the closest water supply for operations in Casper, WY. Precise measures regarding well disinfection, grading of drill cuttings, and safety compliance are emphasized. The bid award will be determined based on technical specifications, past performance, and price. Rigorous well testing and development procedures must be followed to ascertain yield and water quality, prioritizing environmental protection and minimal surface disturbance. The total estimated cost for well drilling is around $10,000, and ongoing coordination with the Contracting Officer is required throughout the project for compliance and quality assurance. This initiative exemplifies the government's commitment to water resource management, particularly for agricultural use.
    The Gray Wall Water Well Bid Schedule outlines the components and pricing for constructing a water well, including drilling and installation services. The document specifies various tasks, such as drilling pilot and well holes, installing PVC casing and protective steel casing, gravel packing, and well development. It also includes well testing to determine yield and mobilization for the project. Distinct units of measurement are provided, detailing the estimated quantities for each task. This bid schedule serves as a framework within the context of government RFPs, federal grants, and state or local requests, aimed at soliciting proposals from contractors to perform these essential water well services, highlighting the focus on accurate pricing and comprehensive project execution for effective water resource management.
    The document outlines the solicitation details for a government construction project, detailing procedures for submission of bids for contractors. It emphasizes the importance of completing the "offer" section fully by the offeror, and outlines the requirements for performance and payment bonds. The government demands sealed bids to be submitted, including an offer guarantee within a specified timeframe for acceptance. The solicitation specifies the performance period, deadlines, and acknowledges amendments made to the solicitation. It mandates that offers providing less than a minimum number of days for government acceptance will be rejected. Additionally, it includes sections for the contractor's information, contract acceptance, and administration instructions. Ultimately, this solicitation serves as a formal invitation for contractors to bid on federal construction projects, ensuring compliance with government regulations and standards.
    The document details wage determinations under the Service Contract Act, focusing on wage and benefit requirements for specific occupations in Natrona County, Wyoming. It outlines minimum hourly wage rates contingent on contract dates and the applicability of Executive Orders 14026 and 13658, which mandate minimum wages of $17.75 and $13.30, respectively, for covered contracts initiated after set dates. The document lists various job classifications, their corresponding wage rates, and required fringe benefits, such as health and welfare benefits and paid sick leave as per Executive Order 13706. It highlights compliance requirements for contractors, including the necessity for uniform provision costs not to reduce wages below determined rates. Additionally, the conformance process for classifying unlisted job titles is explained, including steps from contractor proposal to Department of Labor review. The overall theme emphasizes federal compliance in wage determination, protecting worker rights, and ensuring fair compensation for federally contracted services.
    The U.S. Bureau of Land Management (BLM) has issued a Request for Proposal (RFP) for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The contract entails drilling a well to a depth of 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards. The project timeline runs from August 1, 2025, to September 30, 2025, with a budget estimate between $10,000 and $25,000. The RFP emphasizes the importance of having an active registration in the System for Award Management (SAM) for potential bidders. Questions about the proposal must be submitted by May 16, 2025, and quotations are due by May 30, 2025. The contract will be awarded based on the Lowest Price Technically Acceptable evaluation criterion, and specifics about contractor performance, safety standards, and environmental considerations are outlined in the accompanying documents. A site visit is scheduled for May 14, 2025, to provide bidders with firsthand access to the project location. This solicitation reflects the government's efforts to promote local businesses while ensuring compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Y--DEAN S. RECREATION SITE
    Buyer not available
    The Bureau of Land Management (BLM) Montana State Office is soliciting proposals for the construction of the Dean S. Recreation Site in Custer County, Montana. The project involves reconstructing access roads, establishing a day-use parking area, creating ten dispersed camping sites, and developing additional facilities such as restroom amenities and walking trails, with an estimated budget between $500,000 and $1,000,000. This initiative aims to enhance public recreation facilities while promoting participation from Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by February 24, 2025, with work expected to commence shortly after the notice to proceed and completion targeted by October 30, 2025. For further inquiries, contact Jorge Alvarez at jalvarez@blm.gov or by phone at 854-500-1840.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    Nooksack Sulwhanon Community Well (Everson, WA)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the Nooksack Sulwhanon Community Well project located in Everson, Washington. The project aims to construct a new 12-inch diameter production well to replace an inadequate existing supply well, ensuring safe and reliable drinking water for 25 homes and 5 non-residential connections while addressing water quality issues such as high iron concentrations. This initiative is a 100% Small Business Set Aside under NAICS code 237110, with a construction budget ranging from $100,000 to $250,000, and requires completion within 120 calendar days following the notice to proceed. Quotes are due by March 13, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov or call 503-414-5524 for further details.
    SAGEBRUSH GROW & PLANT BLM IDAHO
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide services for the growing and planting of 275,000 Wyoming Big Sagebrush seedlings in Blaine County, Idaho, under Solicitation number 140L2625Q0011. The project aims to enhance ecological restoration and land management through the cultivation and hand planting of sagebrush, which is vital for local ecosystems and fire risk reduction. Interested offerors must submit firm, fixed-price quotes by February 24, 2025, and comply with various Federal Acquisition Regulation (FAR) clauses, with the performance period extending from March 15, 2025, to October 17, 2025. For further inquiries, potential bidders can contact Charles Dodson at cdodson@blm.gov or call 208-769-5008.
    BLM WY - CARBON COUNTY RECREATION SITE CLEANING SE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites in Carbon County, Wyoming, under a total small business set-aside contract. The procurement involves cleaning services at three specific locations: Bennett Peak, Corral Creek, and the Encampment River Trailhead, with a focus on maintaining cleanliness and safety for public use through regular trash removal and restroom cleaning. This contract is crucial for ensuring the upkeep of public lands, enhancing visitor experience, and promoting environmental stewardship. Proposals are due by February 28, 2025, with the performance period starting from May 30, 2025, to November 3, 2025, and potential renewal options through 2029. Interested parties can contact Jennifer Vedsted at jvedsted@blm.gov for further information.
    Z--Calf Creek Bridge Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small businesses to participate in the Calf Creek Bridge Replacement project located in Escalante, Utah. This initiative involves the demolition and replacement of the existing bridge, realignment of the road, and installation of safety railings, with a focus on adhering to environmental protections and federal standards throughout the construction process. The project is crucial for maintaining infrastructure along Highway 12, which is vital for local traffic and safety. Interested parties should submit their qualifications and relevant experience by March 3, 2025, with an estimated project budget between $500,000 and $1 million, and can direct inquiries to Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    GFO TWIN PINES PLUMBING GOV HOUSING
    Buyer not available
    The Department of the Interior's Bureau of Land Management (BLM) is soliciting proposals for plumbing maintenance and repair services at the Twin Pines government housing facility in Gunnison, Colorado. The contract, identified by solicitation number 140L1725Q0009, aims to address plumbing damage caused by extreme cold conditions, requiring contractors to conduct a thorough assessment, document findings, and implement necessary repairs while adhering to federal standards and labor regulations. This procurement is particularly significant as it emphasizes the importance of maintaining safe and functional housing infrastructure for residents, with a total small business set-aside to encourage participation from small, women-owned, and service-disabled veteran-owned businesses. Interested parties should direct inquiries to Patrick Frost at pfrost@blm.gov, with the service timeline set from March 3, 2025, to April 1, 2025.
    N--MONTICELLO SAN JUAN COUNTY CATTLE GUARDS
    Buyer not available
    The Bureau of Land Management (BLM) is planning to award a sole-source purchase order for the replacement of six existing gates with cattle guards along designated county roads in San Juan County, Utah. The objective of this procurement is to enhance livestock management by preventing unauthorized access during the grazing season, thereby reducing cattle mixing and disruptions in grazing areas. This project is crucial for maintaining the integrity of local grazing practices and will involve the purchase, installation, and maintenance of the cattle guards, which are expected to last for 20 years in accordance with San Juan County Road Department specifications. The estimated cost for this project is $59,820, with qualifications due by February 21, 2025, and an anticipated award date of March 10, 2025. Interested parties can reach out to Jessilyn Sanborn at jsanborn@blm.gov or by phone at 303-236-0204 for further information.
    Fencing Replacement at Meadowood SRMA
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.