Z--Calf Creek Bridge Replacement
ID: 140L5725R0003Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTUTAH STATE OFFICESALT LAKE CITY, UT, 84101, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the GAOA TO06 Calf Creek Bridge Replacement project in Escalante, Utah, initiated by the Bureau of Land Management. Key specifications include a design speed of 10 mph and adherence to FP-14 standards. The project entails bridge design, construction, and environmental management, focusing on mitigating pollution and protecting local utilities. Key engineering details cover excavations, footings, and materials used, including specific concrete and steel grades. Strict safety, construction, and coordination protocols are mandated for contractors, emphasizing traffic control and regulatory compliance. The plans stipulate measures for erosion control and dust management, particularly within sensitive Wilderness Study Areas. Overall, the document serves as a comprehensive framework to guide the bridge replacement work, ensuring safety and environmental protection while adhering to federal regulations and standards.
    The Bureau of Land Management initiated the GAOA TO06 Calf Creek Bridge Replacement project in Paria District, Utah. This project involves designing, fabricating, and installing prefabricated bridge superstructures and concrete abutments, as well as excavation and anchoring work. It aligns with the Federal Highway Administration's Standard Specifications, modified by Special Contract Requirements. Key specifications include controlling work through precise documentation and contractor responsibilities, environmental protections to minimize impacts on local ecosystems, and compliance with various legal, safety, and quality standards. Provisions cover contractor qualifications, project execution, material specifications, and measurement and payment criteria. Attention is given to timely traffic management, preventing disruptions along Highway 12, which is essential due to the road's narrow, winding nature. Detailed construction protocols, including material sourcing and disposal of excess materials, alongside environmental considerations during construction, aim to mitigate ecological risks associated with the project. Overall, the document serves as a framework for contractors, indicating expectations for performance, compliance, and environmental stewardship throughout the construction process.
    The "2025 Standard Drawing (DRAFT)" document represents an ongoing process surrounding the creation of standardized drawings for government projects. Although the content largely reiterates the draft status, it implies a preliminary stage in developing technical specifications and visual guidelines for future initiatives. The final drawings are anticipated to serve as critical references for contractors and government agencies engaging in construction and infrastructure projects, ensuring uniformity and compliance across various federal, state, and local undertakings. As an essential component of government Requests for Proposals (RFPs) and grant applications, these standards promote efficiency, transparency, and adherence to regulations within public projects. The emphasis on drafts suggests an opportunity for input and revision before the finalization of the drawings, illustrating a collaborative approach to government planning and execution.
    The Bureau of Land Management (BLM) is issuing a Sources Sought Notice for the Calf Creek Bridge Replacement project in Utah, aimed at gathering market research from small businesses before a formal solicitation in March 2025. Proposals are not currently being accepted; instead, the BLM seeks input to assist in developing a small business acquisition strategy. The scope includes the demolition and replacement of the bridge, realigning the existing road, and installing safety railings. Interested parties should submit company details, classifications under the relevant NAICS code, bonding capacity, and relevant project experience. The responses will inform the possibility of setting aside the project for small businesses. The BLM emphasizes that participation is voluntary and that any costs incurred will not be reimbursed. The construction duration is expected to be approximately 175 days after project initiation, with a budget estimate between $500K and $1M. Responses are due by March 3, 2025, and should be directed to the designated contracting officer.
    Lifecycle
    Title
    Type
    Sources Sought
    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.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    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.
    Project VA NP BLRI 1G27 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of the James River Bridge Structure No. 5140-016P along the Blue Ridge Parkway in Virginia. The project aims to enhance the bridge's safety and longevity by addressing critical maintenance tasks, including the replacement of bridge bearings, crack repairs, and the installation of a waterproof membrane, with an estimated total cost between $8 million and $12 million. This initiative is vital for maintaining infrastructure integrity and ensuring compliance with federal safety and environmental standards. Interested small business contractors must submit electronic bids by February 25, 2025, at 2:00 p.m. EST, and can direct inquiries to David Bogner or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    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.
    Y--LOST CREEK BOARDWALK REPLACEMENT
    Buyer not available
    The Bureau of Land Management (BLM) is announcing the cancellation of the Lost Creek Boardwalk Replacement project at the Red Rock Canyon National Conservation Area. This project was intended to replace the existing boardwalk, which is crucial for maintaining access and safety in the conservation area. Although the project is currently on hold, if it is reconsidered in the future, a new pre-solicitation and solicitation will be issued. For further inquiries, interested parties can contact Matthew Merritt at mbmerritt@blm.gov or by phone at (775) 861-6742.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.