Z--WHITE SANDY CAMPGROUND WATER FILTRATION
ID: 140L3626Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.

    Point(s) of Contact
    Clapp, Chad
    (000) 000-0000
    (406) 896-5296
    cclapp@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is seeking a vendor to provide and install a potable water filtration system at White Sandy Campground in Helena, Montana. The project involves filtering iron, total dissolved solids, sulfate, and water hardness, along with necessary pump room modifications. The existing infrastructure includes a well, pump, and constant pressure system with a flow rate of approximately 15 gpm. The successful vendor will be responsible for providing all materials, labor, and equipment, adhering to BLM specifications and drawings, and submitting product specifications, shop drawings, and as-built plans for approval. The work includes specific performance criteria for filtration, proper disposal of backflush, and electrical work to meet Montana state codes. Installation must follow manufacturer's specifications, allow for maintenance, and include leak testing and disinfection. Payment will be a lump sum for electrical additions, various ion exchange systems (iron, sulfate, water softening), pressure tanks, and pump room modifications. Water quality tests indicate high levels of hardness, sulfate, and total dissolved solids, necessitating the filtration system.
    The Bureau of Land Management's Butte Field Office is undertaking the White Sandy and Devil's Elbow Potable Water Filtration Project in Lewis and Clark County, Montana. This project aims to address poor water quality at the White Sandy Campground by installing a potable water filtration system. The scope includes designing and installing a water filtration system within the existing pump room, which measures 10ft x 16ft. The contractor is responsible for all construction methods, sequencing, safety, and compliance with local, state, and federal laws, including obtaining necessary permits. The project involves electrical work with a water treatment building panel schedule and a process system incorporating water softening, iron removal, and sulfate ion exchange, along with pre-filters and pressure tanks. The contractor must verify site conditions, utility locations, and dimensions, coordinating with the engineer for any discrepancies. The project's issue date is November 14, 2025.
    The document outlines the requirements for the White Sandy Campground Water Treatment project in Lewis and Clark County, Montana. This project involves installing water treatment equipment in the pumproom and connecting it to the existing potable water system. Key aspects include general information, plumbing work results, process water treatment systems, and electrical materials and methods. The scope covers labor, equipment, supplies, and materials. The project emphasizes adherence to various standards and codes, detailed submittals, quality assurance, and specific procedures for delivery, storage, handling, site conditions, sequencing, and scheduling. It details requirements for valves, water meters, pressure tanks, filters, and ion exchange systems for water softening, iron removal, and sulfate removal. Electrical work must comply with NFPA 70 and NESC, including grounding, raceway systems, and panelboard installations. All work is subject to inspections and testing to ensure compliance.
    The SAM.gov General Decision Number MT20250040 outlines prevailing wage rates and labor requirements for building construction projects in Lewis And Clark County, Montana, excluding single-family homes and apartments up to four stories. It details minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document also lists specific wage and fringe benefit rates for various trades, including electricians, plumbers, laborers (with zone definitions), and carpenters, along with modification numbers and publication dates. It clarifies identifiers for union, union average, survey, and state-adopted wage rates. Additionally, it includes information on Executive Order 13706 regarding paid sick leave for federal contractors and outlines the appeals process for wage determination matters through the Department of Labor.
    The Past Performance Questionnaire is a crucial document for contractors bidding on government solicitations, requiring them to demonstrate their relevant experience and past project successes. Contractors must provide details on their years of experience, both personally and as a company, in the type of work requested and as a prime or sub-contractor. The questionnaire mandates a list of relevant projects completed in the last three years, including contract numbers, amounts, project types, completion dates, and reference contacts. It also requires disclosure of any concurrent contract commitments. A key component is the contractor's declaration of whether they have ever failed to complete awarded work or had work completed by a performance bond, with explanations required for any affirmative answers. The document concludes with a certification section, where an official attests to the completeness and accuracy of the information provided, authorizing the Bureau of Land Management to verify their capability.
    The Bureau of Land Management's Bid Schedule outlines a project for designing and installing a water filtration system at White Sandy Campground. The project aims to address current water quality issues through several key components, including electrical additions for process equipment, an iron removal ion exchange system, a sulphate ion exchange system, a water softening ion exchange system, pressure tanks, and pump room modifications. Bidders are required to submit an "ALL or Nothing" total price, along with their company name, email, point of contact, and SAM UEI. This document serves as an RFP, detailing the scope of work and requirements for potential contractors to improve the campground's water infrastructure.
    This document is a Bid Schedule from the United States Department of the Interior, Bureau of Land Management, for a project at White Sandy Campground. The project involves the design and installation of a water filtration system to address existing water quality issues. The bid is structured as a single Line Item (LS) for the "White Sandy Campground Filtration System" with a quantity of 1, requiring a total
    Amendment 0001 to Solicitation 140L3626Q0001, issued by BLM MT-STATE OFC(MT935) on December 12, 2025, corrects the BID Schedule document to accurately reflect the required work for the project. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on their offer, or sending a separate communication, ensuring receipt by the specified deadline to avoid rejection. This amendment does not extend the offer period. A signed amendment must be included with all quotes. All other terms and conditions of the original solicitation remain unchanged.
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana. This total small business set-aside procurement seeks to provide and install water filtration equipment in the campground's pump room to address iron, total dissolved solids, sulfate, and water hardness. The estimated project cost is between $25,000 and $100,000, with a NAICS code of 221310 and a small business size standard of $41.0 million. Key dates include a site visit on January 7, 2026, and a quote due date of January 19, 2026. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete it within 90 calendar days. The solicitation emphasizes compliance with various federal acquisition regulations, including those concerning Buy American provisions, electronic invoicing through IPP, and prohibitions on certain telecommunications equipment. Required documents include Standard Form 1442, Past Performance, Bid Schedule, and a Design Plan.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This federal contract, valued between $1 million and $5 million, is a firm fixed-price, single-award contract set aside exclusively for small businesses, requiring work to commence within 10 calendar days of the notice to proceed and to be completed within 431 calendar days. The project is critical for maintaining infrastructure and ensuring safety, involving extensive reconstruction efforts including dewatering, excavation, and the installation of new outlet works and spillway features. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 720-812-0082.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining park operations and ensuring environmental protection within the park boundaries. Proposals are due by January 15, 2026, and interested parties should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details. The project is a Total Small Business Set-Aside with an estimated value exceeding $10 million, and all proposals must comply with the outlined specifications and requirements.
    GAOA Star Meadows MEP, Repairs, & Utility installations
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the GAOA Star Meadows MEP, Repairs, & Utility Installations project located in Kalispell, Montana. The project entails significant renovations to a public rental cabin within the Flathead National Forest, including the installation of a hydronic heating system, plumbing, electrical work, and utility installations, with an estimated construction magnitude between $100,000 and $250,000. This Total Small Business Set-Aside opportunity emphasizes compliance with environmental and safety standards, aiming to modernize the cabin's infrastructure while minimizing disruption to forest operations. Interested contractors must submit their quotes by February 11, 2026, and can contact Brenda Simmons at brenda.simmons@usda.gov for further details.
    MT-YT & CF EXCITATION SYSTEM UPGRADE
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the upgrade of excitation systems at the Canyon Ferry and Yellowtail Powerplants in Fort Smith and Helena, Montana, under solicitation number 140R6026Q0007. The project involves retrofitting existing Eaton/Cutler Hammer ECS-2100 voltage regulators to Basler Electric DECS-2100 models, which includes the installation of new control boards and human-machine interfaces, as well as the removal of outdated hardware. This upgrade is critical for maintaining operational efficiency and safety, as the current systems are beyond their serviceable life, and the estimated cost for a full system replacement is significantly higher than the proposed upgrade. Quotes are due by February 16, 2026, at 1500 MST, and must be submitted via email to the designated contacts. The contract period is set from February 16, 2026, to May 17, 2027, and this opportunity is a Total Small Business Set-Aside under NAICS code 335311.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive construction work exceeding $10 million, focusing on the rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities such as headworks, bioreactors, and lift stations. The project is crucial for improving the park's wastewater management systems and ensuring compliance with environmental regulations. Proposals are due by January 30, 2026, and interested parties should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Flathead National Forest - Condon Bunkhouse Maintenance Repairs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting bids for maintenance and repair work on the Condon Bunkhouse located in the Flathead National Forest, Montana. The project, designated as RFQ 1240LU26Q0007, involves extensive repairs including drywall installation, painting, and flooring refinishing, with a focus on addressing flood damage in the residence. This opportunity is set aside for small businesses under the NAICS code 238350 (Finish Carpentry Contractors) and is valued between $100,000 and $250,000. Interested contractors must submit their quotes by January 29, 2026, at 4:00 PM MST, and are encouraged to attend a site visit scheduled for January 22, 2026. For further inquiries, contact Lisa Rakich at lisa.rakich@usda.gov or Patrick Siers at patrick.siers@usda.gov.
    Water Systems Testing for the White Mountain National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide water systems testing services for the White Mountain National Forest in New Hampshire. This procurement involves conducting laboratory tests on drinking water samples and monitoring well samples, as mandated by the New Hampshire Department of Environmental Services, to ensure compliance with safety standards for various contaminants. The selected contractor will be responsible for testing at multiple sites, including the WMNF Administrative Complex and several monitoring wells, with a contract duration of one base year and an option for an additional year. Interested vendors must submit their proposals, including technical and price components, by the specified deadlines, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.