Y--Orovada Fire Engine Cover & Crew Quarters, NV
ID: 140L0625R0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 8:00 PM UTC
Description

The Department of the Interior, Bureau of Land Management (BLM), is soliciting proposals for the construction of the Orovada Fire Engine Cover and Crew Quarters in Nevada. This project involves the design and construction of a facility that includes a crew quarters building and an engine bay, aimed at enhancing the operational capabilities and living conditions for firefighting crews responding to wildfires. The total project budget is estimated between $5 million and $10 million, with a focus on sustainable building practices and compliance with federal and state regulations. Interested contractors should contact Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329 for further details, and proposals must be submitted by the specified deadlines outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
The document outlines the Statement of Work for the Design Build Services of the Orovada Wildland Fire Complex Fire Station Building (FSB), intended for the Bureau of Land Management (BLM). It establishes core performance requirements for constructing a 5,000 SF single-story, 4-bay facility designed for the safety and mental well-being of fire crew members, incorporating environmental considerations and adherence to applicable codes and regulations. Key sections detail specific performance requirements related to structure, interiors, services, HVAC, fire protection, electrical systems, and furnishings. The design emphasizes the need for environmentally friendly materials and efficient operations destined for high-stress environments. Moreover, adjustments to plans must be approved by the government’s representative. This document serves as a guideline for contractors responding to the RFP, ensuring all aspects of building performance, sustainability, and safety are met, critical for effective fire service operations.
Apr 15, 2025, 7:06 PM UTC
The document outlines two key projects requiring proposals for construction and environmental improvement: the Orovada General Improvement District focuses on water construction, while the Nevada Division of Environmental Protection addresses offsite sewer construction. Both projects are essential for enhancing local infrastructure, aiming to improve water management and waste disposal systems. The emphasis on these areas reflects broader government efforts to promote public health and environmental sustainability. These RFPs invite qualified contractors to submit proposals, indicating a collaborative approach to addressing critical community needs through local and federal funding initiatives.
Apr 15, 2025, 7:06 PM UTC
The document is a Past Performance Questionnaire related to the Sagebrush Discovery Trail project (Contract Number: 140L0624R0033). It collects assessment data about a contractor's performance on a federal contract, capturing critical details such as contractor information, contract specifics, project scope, and a reference section for evaluation. The questionnaire includes evaluation criteria rated on five scales: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, focusing on areas such as quality of work, schedule management, pricing and payments, management efficiency, and regulatory compliance. Each evaluation area prompts comments to justify the ratings given, assuring a detailed overview of contract adherence and performance metrics. The document culminates in an overall recommendation regarding the contractor's eligibility for future contracts, with a deadline for submission to the Bureau of Land Management. This structured feedback mechanism aims to enhance accountability and improve contractor selection for similar projects, underscoring the importance of past performance in federal contracting processes.
Apr 15, 2025, 7:06 PM UTC
The document outlines the solicitation process for construction, alteration, or repair projects under federal procurement regulations. It emphasizes the need for potential contractors to complete a solicitation form, denoting their offer and adherence to project requirements, including timelines for performance and the necessity of performance and payment bonds. Key elements include various bid requirements, amendments acknowledgment, and conditions for sealed bids, which ensures transparency during the offer collection process. Specific deadlines for submitting bids and the acceptance period for offers are mandated to maintain a clear timeframe for government decision-making. The information presented serves as a comprehensive guide for bidders, detailing the processes governing contractor qualifications, pricing submissions, and formal award procedures, ultimately ensuring that all parties understand their obligations throughout the contracting process. The significance of these protocols reiterates the government's commitment to fair competition and efficient project delivery.
The document outlines the plans for constructing the Orovada Wildland Fire Station and Crew Quarters under the Department of the Interior, Bureau of Land Management. The project involves a 5-acre site on a 40-acre undeveloped parcel near Orovada, Nevada, incorporating a fire station equipped with an engine bay and administrative areas. The oversight includes adherence to various codes, such as the International Building Code and International Fire Code, ensuring structural and safety compliance. Key features of the project include the fire station's gross floor area of 8,608 square feet, with a mixed occupancy classification of business and storage, designed according to fire and safety regulations. The construction utilizes slab-on-grade foundation, metal panel siding for the engine bays, and wood frame for administrative areas. Additionally, the plans include infrastructure upgrades like gravel drive areas and fencing. A detailed analysis of plumbing, fire protection, and life safety indicates compliance with required standards and occupancy load calculations. The document emphasizes the incorporation of sustainable practices and accessibility measures, aligning with federal mandates, highlighting the government's commitment to improving emergency services infrastructure while maintaining safety and regulatory adherence.
Apr 15, 2025, 7:06 PM UTC
The document outlines the Statement of Work for the construction of a Crew Quarters Building (CQB) at the Orovada Wildland Fire Complex, developed by the Bureau of Land Management (BLM). The CQB aims to support the well-being of fire crew members through its design, which includes 10 rooms across 3,465 square feet, ensuring a separation between living and working areas to enhance mental health. The contractor may choose between a Factory-Built Building (FBB) or a stick-built structure, with adherence to BLM building codes and local regulations being essential. Key performance requirements cover various aspects including substructure, shell, interiors, plumbing, HVAC, fire protection, electrical systems, and communication security. Emphasis is placed on environmentally friendly materials, sustainable designs, and energy-efficient appliances. The CQB's features include dedicated kitchen, living, and utility spaces, all tailored to improve functionality and comfort for crew members. The document serves as a critical guideline for potential contractors, ensuring compliance with federal and state standards while promoting a healthy living environment for emergency responders.
Apr 15, 2025, 7:06 PM UTC
The Orovada Wildland Fire Complex project, managed by the Bureau of Land Management (BLM), involves the design and construction of a new fire station complex to support firefighting operations in northern Nevada. The project will establish a facility across a 5-acre site on Kunkle Lane, comprising crew quarters and engine bay buildings, equipped to handle emergency wildfire responses. The Design Build Contractor (DBC) is tasked with ensuring compliance with local and federal regulations regarding code, sustainability, and safety throughout the project. Key requirements include designing site utility connections, stormwater management, lighting, and landscaping, while also meeting building performance specifications for the crew quarters and fire station. The contractor must coordinate with various stakeholders, ensure quality control, and follow a robust communication strategy through Requests for Information (RFIs) and submittals. Construction will adhere to safety protocols under OSHA and fully integrate environmental considerations, such as preventing hazardous materials and erosion control. The overarching goal is to provide an efficient operational facility that prioritizes functionality, sustainability, and safety for firefighting crews, enabling rapid response to potential wildfires on federal lands. This comprehensive approach aligns with government standards for federal infrastructure projects, essential for effective firefighting services in the region.
Apr 15, 2025, 7:06 PM UTC
The document outlines the Statement of Work (SOW) for the design-build services of the Orovada Wildland Fire Complex, managed by the Bureau of Land Management (BLM) in Nevada. The aim is to construct a new fire station complex that includes crew quarters, an engine bay, and associated site improvements. Key components include ensuring compliance with federal, state, and local regulations regarding building codes, sustainability, and utility services. The design must prioritize the facility's function in wildfire response while integrating eco-friendly elements. The structure emphasizes collaboration between the Design-Build Contractor (DBC) and BLM, covering general tasks, specific performance requirements including site design, and building specifications. Mandatory site features like emergency access, security systems, and water and power utilities are highlighted. Furthermore, safety protocols and effective construction administration are mandated throughout the project lifecycle. This comprehensive document serves as a vital guideline for contractors, ensuring alignment with BLM's operational needs and environmental responsibilities while fostering prompt and efficient wildfire response capabilities.
Apr 15, 2025, 7:06 PM UTC
The document appears to consist largely of placeholders or non-substantive elements, with mentions of various acronyms such as WTR (Water) and OHP (Office of Health Programs), alongside the repeated term "COM" likely indicating items related to communications. Due to the lack of substantive content, the primary objective and context of the document remain unclear. It seems intended for internal reference or logistical support rather than presenting specific details about federal RFPs, grants, or state/local proposals. As a result, it lacks coherent informational flow and critical details necessary for analytical purposes. Therefore, the document does not convey significant insights related to government funding opportunities or requests for proposals, rendering it a highly abstract and administrative piece lacking actionable information.
Apr 15, 2025, 7:06 PM UTC
The Orovada Wildland Fire Complex project in Winnemucca District, Nevada, outlines specifications for construction submittals, HVAC systems, electrical systems, and equipment installations. It emphasizes the Design Build Contractor's (DBC) responsibilities throughout the project's lifecycle, detailing submission requirements for product data, shop drawings, and samples necessary for compliance with Bureau of Land Management (BLM) approval. The HVAC section mandates adherence to various codes, ensuring efficient heating, ventilation, and air conditioning systems, including specifics for zoning, ventilation types, and equipment standards. Electro-mechanical standards are defined under the electrical section, requiring compliance with current National Fire Protection Association codes and specifications for safety and operational efficiency. Additionally, in line with the requirements, the specification includes detailed guidance on equipment types, quality assurance, and operational testing to ensure performance. The overarching purpose is to establish structured procedures for the construction and operational readiness of the fire complex, ensuring safety, regulatory compliance, and environmental considerations throughout construction. This document effectively serves as a comprehensive guide for contractors involved in delivering a critical infrastructure project aimed at enhancing fire management capabilities in the area.
The document outlines the building requirements for the Orovada Wildland Fire Complex, specifically detailing the design specifications for various rooms within the fire station. Each room's dimensions, flooring, wall treatments, and essential fixtures are specified. For example, the Engine Bay (3925 sq. ft.) features sealed concrete flooring, insulated overhead doors, and wall-mounted fire gear lockers. The facility also includes a corridor, shop, laundry, mechanical/electrical room, toilet, and tools storage, with areas varying from 76 sq. ft. to 874 sq. ft. The project emphasizes compliance with safety and accessibility standards, such as ABA/ADA requirements for the toilet facility. The total gross building area, including a mezzanine, is accounted for at 5876 sq. ft. This comprehensive design aims to create a functional and safe environment for firefighting operations, aligning with government standards and enhancing fire response capabilities in the community.
The document outlines a prototypical design plan for a Crew Quarters Building developed by the U.S. Department of the Interior, specifically the Bureau of Land Management. This factory-built prototype accommodates up to ten fire response crew members, encompassing a total area of 3,465 square feet. The structure includes dedicated living, dining, and sleeping areas, as well as several essential facilities such as a kitchen, laundry room, and multiple bathrooms. The plan features detailed floor layouts, elevations, and room specifications, ensuring accessibility and functionality. Key areas consist of private bedrooms, shared living spaces, and utility rooms, along with provisions for kitchen appliances and communal dining. This document serves as a guideline for potential government RFPs and federal grants related to fire response team housing, highlighting the commitment to providing adequate, safe, and efficient living quarters for emergency personnel. The plans demonstrate attention to design and layout, focusing on creating an adaptable and comfortable environment for crew members stationed in various locations.
The Geotechnical Engineering Report for the Orovada Fire Station project in Nevada outlines crucial subsurface conditions and recommendations for the development of the facility. Prepared by Terracon Consultants, this report presents findings from test pits, revealing that the site primarily consists of topsoil, loose to medium dense silty sands, and poorly graded gravels. The report emphasizes the need for over-excavation and recompaction of surface soils to mitigate risks of collapse settlement and recommends foundation designs using traditional spread footings on compacted engineered fill. Seismic considerations indicate a moderate risk of ground shaking, while the potential for liquefaction is deemed low. The report includes specific earthwork, foundation, and pavement design guidelines, including construction observations and requirements for drainage, compaction, and frost considerations. It stresses the importance of thorough site preparation and ongoing observation during construction phases to address any unexpected conditions. Overall, the report serves as a comprehensive guide to geotechnical factors critical for safely executing the Orovada Fire Station project, ensuring compliance with engineering standards and local regulations.
Apr 15, 2025, 7:06 PM UTC
The document outlines the sustainability implementation strategy for the Orovada Wildland Fire Complex, detailing compliance with federal statutory requirements pertaining to high-performance sustainable buildings. Federal facilities must adhere to the Guiding Principles for Sustainable Federal Buildings, especially for projects exceeding $3.8 million. The Design/Construction team is tasked with coordinating compliance with the Bureau of Land Management (BLM), ensuring that criteria under New Construction and Modernization (NC&M) projects are met. Key areas include integrated design, stormwater management, energy efficiency, indoor and outdoor water use, and materials sourcing. Specific actions include the use of Energy Star products, mandated water metering, and the implementation of indoor air quality controls during construction. The document also emphasizes occupant health and wellness through provision of recreational amenities and emphasizes recycling and waste management. All stakeholders are required to document compliance and report strategies employed throughout the project's lifecycle. This comprehensive approach illustrates a commitment to sustainability and regulatory compliance, reflecting the government's emphasis on creating resilient federal buildings while managing environmental impact responsibly.
Mar 14, 2025, 5:04 PM UTC
The Bureau of Land Management (BLM) is announcing a pre-solicitation notice for a project aimed at constructing a new Fire Station Complex in Orovada, Nevada. The solicitation number is 140L0625R0006, with a projected construction cost ranging from $5 million to $10 million and an estimated completion period of 1,095 days post-award. The project will provide a fire station and crew quarters for the Winnemucca District and requires small business participation due to its total set-aside designation. Interested contractors must meet specific registration requirements, including obtaining a Unique Entity ID and maintaining an active profile in the System for Award Management (SAM). A request for proposals (RFP) is expected to be issued in late April 2025, followed by a site visit approximately one to two weeks later. The BLM emphasizes that this project is essential for enhancing fire service capabilities in northwestern Nevada, reflecting the government's effort to bolster infrastructure support for local emergency response needs.
Apr 15, 2025, 7:06 PM UTC
This document is an amendment to solicitation number 140L0625R0006 concerning the GAOA Orovada Fire Engine Cover and Crew Quarters project in Nevada. The purpose of Amendment 0001 is to update specific contract attachments: it removes the original Statement of Work and replaces it with a revised version, as well as appends two new sets of reference plans for the fire station design. The amendment also outlines the procedure for acknowledging receipt and making changes to existing offers, emphasizing the importance of timely acknowledgment to avoid rejection. The Point of Contact for further details on this amendment is Jonathan Peterson from the Bureau of Land Management. Overall, the amendment modifies critical aspects of the solicitation to better define the contract requirements and ensure compliance with federal guidelines, reflecting standard practices in government contracting to enhance clarity and ensure accurate execution.
Apr 15, 2025, 7:06 PM UTC
The document outlines a government Request for Proposal (RFP) for a construction project titled "GAOA – Orovada Fire Engine Cover & Crew Quarters, NV," managed by the Bureau of Land Management. The procurement aims to secure a contractor for design/build construction services, with a project budget estimated between $5 million and $10 million. The solicitation is structured in two phases: Phase One focuses on qualifications without pricing, while Phase Two invites selected firms to submit pricing proposals. Key details include requirements for performance bonds, timeframes for project commencement and completion, and stipulations for managing work hours during regular and emergency conditions. Special considerations include adherence to sustainable practices, limitations on subcontracting, and compliance with federal laws concerning historical preservation and safety. The document also specifies deadlines for site visits, questions, and proposal submissions. To encourage small business participation, the project is a total small business set-aside. It emphasizes the importance of quality control and mandates compliance with various regulation clauses, ensuring a thorough evaluation process for contractor selection. This RFP highlights the government’s commitment to efficient project execution while maintaining environmental and safety standards during construction.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
SALMON CREW QUARTERS CONSTRUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the construction of Salmon Crew Quarters in Salmon, Idaho. This project involves the design and construction of a factory-built facility encompassing approximately 3,465 square feet, intended to provide living accommodations for fire response teams, including ten bedrooms, a kitchen, and recreational areas. The selected contractor will be required to adhere to specific building codes and standards, complete the project within 730 calendar days, and ensure compliance with federal regulations, with an estimated contract value between $1 million and $5 million. Interested parties should contact Kassandra Hicks at khicks@blm.gov or by phone at 918-679-4674 for further details, and must submit their proposals by the specified deadlines outlined in the solicitation documents.
Trailer Asphalt Shingle Roof Replacement - Battle
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of the asphalt shingle roof on a trailer located at the Air Tanker Base in Battle Mountain, Nevada. The project involves the complete removal of the existing roofing materials and installation of a new roofing system, including gutters, with a focus on compliance with local and federal building codes and environmental sustainability. This procurement is set aside for small businesses, with a budget of under $25,000, and requires contractors to submit their quotes by April 30, 2025, following a site visit on April 16, 2025. Interested parties can contact Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420 for further details.
NIFC 300 JWH MPR Suite
Buyer not available
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. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
PRI1 BARRACKS HVAC CONDENSER REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of four HVAC condenser units at the Ruby Mountain Hot Shots quarters buildings, located at the Elko District Office in Nevada. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the existing, partially functional HVAC systems, which are over ten years old, with new Energy Star compliant units. This initiative underscores the government's commitment to maintaining efficient HVAC systems in federal facilities while adhering to safety and operational standards. Interested contractors must submit their bids via email by May 14, 2025, following a site visit scheduled for May 6, 2025, with the project estimated between $25,000 and $100,000 and set aside for small businesses. For further inquiries, contact Matthew Bernard at mbernard@blm.gov or call 775-861-6420.
D-B GAOA CAHUILLA RANGER STATION REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting proposals for the Design-Build Cahuilla Ranger Station Replacement project located in Brawley, California. The objective is to construct a modern facility that will replace the outdated ranger station, accommodating various functions such as administrative, law enforcement, and emergency medical services, across approximately 10,000 to 12,500 square feet. This project is significant for enhancing operational efficiency and visitor services within the Imperial Sand Dunes Recreation Area, while adhering to federal sustainability and safety standards. Interested contractors must submit their proposals by the specified deadlines, and for further inquiries, they can contact Greetchen Jeremie at gjeremie@blm.gov or by phone at 303-236-2626.
Z--NIFC 210 RMP Insulation Replacement
Buyer not available
The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
HOUSE ON FIRE PARKING AREA GRAVEL
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the procurement of road base materials to construct a parking area at the House on Fire Trail Head in San Juan, Utah. Specifically, the BLM requires 410 tons of 2" Granular Borrow and 450 tons of 1-½” Untreated Base Course (UTBC), with delivery expected within 30 days after receipt of the order. This procurement is set aside for small businesses under NAICS code 212321, emphasizing the importance of compliance with federal regulations and procurement standards. Interested parties must submit their quotations via email to Contract Specialist Mark Renforth by May 5, 2025, and may direct any questions regarding the solicitation to him by April 29, 2025.
Security Fencing - OLANCHA FIRE STATION FENCE INST
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the installation of a security fence and curb repair at the Olancha Fire Facility in Inyo County, California, under Request for Quotation (RFQ) No. 140L1225Q0007. The project involves the installation of an 80-foot section of 72-inch galvanized steel chain-link fence, the replacement of a damaged 10-foot section, and the repair of a section of driveway curbing, with a total project cost expected to be less than $25,000. This opportunity is set aside for small businesses, emphasizing compliance with the Buy American Act and federal wage regulations, with a performance period from June 1, 2025, to August 30, 2025. Interested contractors must submit their quotations by May 5, 2025, and can contact John Cabral at jcabral@blm.gov or 707-438-5293 for further information.
F--BIL_BAR_Horning Seed Orchard Field Fence Installation for the BLM-Portland Offi
Buyer not available
The Bureau of Land Management (BLM), Oregon State Office, is seeking proposals for the installation of field fencing at the Horning Seed Orchard in Colton, Oregon. This procurement is specifically set aside for Women-Owned Small Businesses and involves a firm fixed price construction contract with a project magnitude estimated between $25,000 and $100,000. The successful contractor will be required to complete the installation within 60 days following the issuance of the Notice to Proceed (NTP), with the solicitation expected to be released around May 1, 2025. Interested parties can contact Susanne Clark at susanneclark@blm.gov or by phone at 503-808-6494 for further details.