UFO NORWOOD WAREHOUSE IMPROVEMENTS
ID: 140L1725Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified contractors for the UFO Norwood Warehouse Improvements project located at 40835 State Highway 145, Norwood, Colorado. The project entails the installation of a pedestrian gate and the replacement of a broken yard hydrant, with specific requirements including compliance with existing materials and safety standards. This initiative is part of the BLM's commitment to enhancing public land facilities and ensuring they meet operational and accessibility standards. Interested small businesses must submit their quotations by March 28, 2025, following a site visit on March 14, 2025, with a total project budget under $25,000. For further inquiries, contact Patrick Frost at pfrost@blm.gov or call 303-239-3605.

    Point(s) of Contact
    Frost, Patrick
    (303) 239-3605
    (303) 239-3699
    pfrost@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management's Uncompahgre Field Office is undertaking improvements to the Norwood Warehouse in 2025. The project consists of installing a pedestrian gate in an existing chain link fence and replacing a broken yard hydrant. Located at 40835 State Highway 145, Norwood, CO, the work will occur Monday to Friday, avoiding federal holidays, and must be completed within 150 days of the Notice to Proceed. Key specifications include providing and installing the pedestrian gate from galvanized steel, ensuring compliance with existing fence materials. The gate must match the fence height and include features like an exit bar and lock that corresponds to existing BLM keys. Additionally, the contractor is responsible for identifying and avoiding underground utilities. The yard hydrant replacement will involve removing the existing hydrant with a new frost-proof, lead-free model suitable for potable water. Suppliers must verify specifications before ordering. Overall, this project presents a structured summary of work, payment procedures, and submittals, emphasizing compliance, safety, and coordination with federal standards in the context of government contracting.
    The document outlines a bid schedule for improvements at the Norwood Warehouse, overseen by the Bureau of Land Management within the Uncompahgre Field Office in Colorado. The schedule specifies two primary contract line items: the provision of a pedestrian gate and the replacement of a yard hydrant, with each task quantified as a single job. A total cost will be determined but is not provided within the document. This RFP aims to secure services for essential infrastructure enhancements, demonstrating the government’s commitment to maintaining operational facilities effectively. Such documents are integral components of federal bidding processes, ensuring transparency and competitive procurement for public improvement projects.
    The document appears to be a corrupted or unreadable text file containing fragments that may have originated from government Request for Proposals (RFPs) or grant applications. Despite its garbled state, the context suggests an emphasis on federal and state/local funding opportunities, possibly for projects addressing infrastructure or community improvements. The likely objective of such documents would be to solicit proposals from qualified entities to carry out specified projects, which could involve enhancing public services, addressing environmental concerns, or improving community facilities. Standard elements typically found in RFPs include project scope, eligibility criteria, submission guidelines, and evaluation metrics. In conclusion, while the document itself lacks coherent information due to corruption, its overarching theme aligns with the establishment of funding mechanisms for local and federal project initiatives, underscoring the importance of structured proposals in accessing government support for community-based projects.
    The document outlines a project initiated by the U.S. Department of the Interior, Bureau of Land Management, focused on improvements at the Norwood Warehouse located at 40835 State Highway 145, Norwood, Colorado. It involves the installation of a proposed pedestrian gate and the replacement of an existing yard hydrant. The project site is mapped, illustrating the integration of a new pedestrian access point into the existing infrastructure, which includes chain link fences and various components like tension bars and concrete footings. The improvements are part of broader objectives to enhance public land facilities, ensuring they meet safety and accessibility standards. This document serves as part of the procedural information for federal grants and Request for Proposals (RFPs), emphasizing the ongoing commitment to maintaining and upgrading public land infrastructure.
    This document outlines the Contractor's Certification on Compliance with the National Defense Authorization Act (NDAA), emphasizing the importance of truthful representation regarding covered telecommunications equipment and services. Contractors must complete the certification accurately to avoid violations of the False Claims Act, which could lead to contract termination. Key prohibitions stemming from Section 889 of the NDAA restrict the procurement of systems utilizing covered telecommunications equipment or services from specified foreign entities, including Huawei and ZTE. The document delineates procedures for disclosures and representations, urging contractors to review the System for Award Management for excluded parties. Additionally, it describes the definitions of critical technology and the implications of engaging in transactions that violate these provisions. Contractors must report any identification of non-compliant equipment during contract performance, highlighting necessary actions and mitigation strategies to ensure compliance. This regulatory framework aims to safeguard national security interests in government contracts involving telecommunications and video surveillance equipment, which poses potential risks if sourced from specific foreign entities.
    The Bureau of Land Management (BLM) has issued a Request for Quotations (RFQ) seeking minor construction services for the UFO Norwood Warehouse Improvements in Montrose, Colorado. The project involves replacing a pedestrian gate and a yard hydrant, with specifications provided in an attached document. A site visit is scheduled for March 14, 2025, with quotations due by March 28, 2025. This RFQ is set aside for total small business participation and has a budget of under $25,000. The contractor is expected to submit documentation including past project experience and a technical execution plan, as failure to do so may lead to non-responsiveness. The selection will favor the lowest-priced responsible offeror. Guidelines stipulate compliance with local prevailing wage rates, safety regulations, and federal standards including the Buy American Act. The work period is designated from April 21, 2025, to September 22, 2025, during regular business hours, with strict communication channels and a requirement for written inquiries only. Essential attachments include specifications, bid schedules, wage determinations, and a map. The overall document emphasizes ensuring a thorough and compliant submission process for potential contractors in a federal grant context.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    BLM-WY-GRAY WALL LIVESTOCK WATER WELL
    Buyer not available
    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.
    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.
    F--PASS CREEK HANDTHINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Pass Creek Hand Thinning project located in Poncha Springs, Colorado. This federal contract involves cutting and piling conifer tree species across an 80-acre riparian zone to enhance wildlife habitat and improve tree vigor, with a focus on environmentally responsible practices. The project is part of a broader initiative to manage natural resources and maintain ecological integrity, emphasizing the government's commitment to conservation and habitat restoration. Interested contractors must submit their quotes by March 12, 2025, and acknowledge receipt of amendments to the solicitation, with the contract period set from March 21, 2025, to December 15, 2025. For further inquiries, contractors can contact Daniel Rosales at drosales@blm.gov.
    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.
    23--Farmington District Office Leased Modular Building/Trailer/Office
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes from qualified small businesses to lease a modular building for its Farmington District Office. The modular office is intended to support administrative functions for up to four personnel and must include temperature control and ADA accessibility, although restrooms are not required. This procurement is part of BLM's efforts to efficiently source necessary facilities while engaging the small business sector, with the contract expected to be awarded to the lowest responsible bidder that meets the technical requirements. Interested vendors must submit their quotes via email by March 10, 2025, and must be registered in the System for Awards Management; for further inquiries, contact Ronald Shumate at rshumate@blm.gov.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier growth among selected trees across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative reflects BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract execution. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, part of the U.S. Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a double vault toilet at Pompeys Pillar National Monument in Montana. The project involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of accompanying infrastructure, including sidewalks, with a focus on environmental compliance and minimizing disruption to visitors. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities while supporting small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their offers by 3:00 PM Mountain Time on March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.