Z--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
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 11:00 PM UTC
Description

The Bureau of Land Management (BLM) is soliciting quotations for the Norwood Warehouse Improvements project located in Norwood, Colorado. This federal contract, set aside for small businesses, involves the installation of a pedestrian gate and the replacement of a yard hydrant, with a project magnitude under $25,000 and a completion timeline of 150 days from the Notice to Proceed. Interested contractors must submit their quotes by April 11, 2025, following a mandatory site visit on March 14, 2025, and are required to provide documentation including past performance references and a technical approach to the work. For further inquiries, contractors can contact Patrick Frost at pfrost@blm.gov or by phone at 303-239-3605.

Point(s) of Contact
Frost, Patrick
(303) 239-3605
(303) 239-3699
pfrost@blm.gov
Files
Title
Posted
Mar 26, 2025, 6:05 PM UTC
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.
Mar 26, 2025, 6:05 PM UTC
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.
Mar 26, 2025, 6:05 PM UTC
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.
Mar 26, 2025, 6:05 PM UTC
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.
Mar 26, 2025, 6:05 PM UTC
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.
Mar 26, 2025, 6:05 PM UTC
The Bureau of Land Management is releasing a set of pre-bid inquiries related to improvements at the UFO Norwood Warehouse. The document addresses technical specifications regarding rail and gate tubing diameters. Specifically, it clarifies that the diameter for the new middle rail must be a minimum of 1-5/8 inches, with the option for contractors to utilize larger diameters. The existing line post has a diameter of 1-7/8 inches, and the existing top rail also measures 1-5/8 inches. Additionally, for gate tubing, a minimum diameter of 1-5/8 inches is required, again allowing for larger diameter materials to be used. This pre-bid documentation is pertinent for contractors interested in bidding for the improvement project, guiding them on the necessary specifications and standards for materials. The inquiries reflect the project’s requirements, ensuring clarity and compliance in preparation for the bidding process.
Mar 26, 2025, 6:05 PM UTC
The Bureau of Land Management (BLM) is requesting quotations for a firm-fixed-price construction contract focused on the maintenance of office buildings in San Miguel County, Colorado. The contract duration is specified as 150 days, with a project magnitude under $25,000. This solicitation is set aside for small businesses, requiring vendors to submit various documents, including a resume detailing their experience, three past performance references, and a technical approach to executing the work. Interested contractors must submit their quotes by March 28, 2025, alongside a completed System for Award Management (SAM) registration. A site visit is scheduled for March 14, 2025, and participants are encouraged to inspect the work area prior to the submission of quotes. The evaluation process will focus on price and other factors, requiring strict adherence to submission instructions to avoid disqualification. Key operational constraints include regular work hours and compliance with labor wage rate requirements. Contractors must also follow regulations for preserving cultural resources and managing environmental impacts during construction. The document emphasizes the importance of maintaining communication through specified channels and the necessity of insurance coverage during the contract period.
Mar 26, 2025, 6:05 PM UTC
The document appears to be a composite of various federal and state procurement solicitations, particularly RFPs (Request for Proposals) and grants. The main focus revolves around facilitating project proposals for funding and contracts aimed at improving local infrastructures, environmental assessments, and public services. Key themes include safety compliance, environmental impact assessments, and detailed project plans, essential for addressing community needs in terms of health, safety, and development. Details emphasize the procedures for bidding, requirements for proposals, and critical evaluations of project scopes, ensuring alignment with regulatory standards. Additionally, it highlights the necessity for meticulous planning, community engagement, and collaborative efforts among local governments and private contractors. The document signifies government efforts to solicit qualified proposals to enhance service delivery, promote sustainable practices, and ensure compliance with health and environmental regulations, showcasing an overarching commitment to community welfare and project efficacy. Overall, it serves as guidance for potential applicants navigating the complex RFP process within the federal and state funding frameworks.
Mar 26, 2025, 6:05 PM UTC
Mar 26, 2025, 6:05 PM UTC
The document outlines an amendment to the solicitation for minor construction work related to the BLM-CO UFO Norwood Warehouse Improvements. The purpose of this amendment is to add new attachments, including a Q&A document and updated clauses that affect specific terms and conditions. Notable clause changes include updates to annual representations and certifications, simplified acquisition terms, and environmental product certifications, all under deviation dates specified as February 2025. The amendment emphasizes that offers must acknowledge receipt prior to the specified deadline to avoid rejection, and any changes to submitted offers can be communicated accordingly. A compulsory site tour for potential bidders is confirmed for March 14, 2025, with further contact information provided for inquiries. The projected period of performance for the work is from April 21, 2025, to September 22, 2025. Additionally, all invoices are mandated to be submitted electronically with proper attachments. This document reflects a formal update related to a federal RFP, ensuring compliance with regulatory standards and providing necessary details for contractors interested in bidding.
Mar 26, 2025, 6:05 PM UTC
The document is an amendment to solicitation number 140L1725Q0010 regarding the BLM-CO UFO Norwood Warehouse Improvements project. It formally alters the solicitation by including new attachments: Attachment 8 - Past Performance Questionnaire and Attachment 9 - Pre-Bid Attendees Roster. Additionally, the amendment extends the bid submission deadline from March 28, 2025, to April 11, 2025, while stating that all other terms and conditions remain unchanged. The period of performance for the project is set from April 21, 2025, to September 22, 2025. It also stresses the importance of acknowledging receipt of the amendment for offers to be considered valid, emphasizing compliance with specific procedures for changes to submissions. The Point of Contact for the project is identified as Peter Russell, with the Contracting Specialist being Patrick Frost. The document underscores the process of modification within government contracts and the importance of adherence to procedural norms outlined by the Federal Acquisition Regulation (FAR).
Mar 26, 2025, 6:05 PM UTC
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
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.
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.
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.
Y--Roseburg Warehouse Improvements
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is preparing to issue a Request for Proposal for the Roseburg Warehouse Improvements project located in Roseburg, Oregon. This construction contract will involve mobilization, minor demolition, cast-in-place concrete, gypsum board installation, painting, masonry work, ductless mini-split heat pump systems, and electrical requirements, all aimed at enhancing the BLM Roseburg District Office facilities. The project, valued between $100,000 and $200,000, is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a solicitation anticipated to be released around May 1, 2025, and a performance period expected from June to August 2025. Interested parties may direct inquiries to Holand C. Nordholm at hnordholm@blm.gov after the solicitation is issued.
Y--NIFC CMPS FIRE HYDRANT REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting quotations for the repair of fire hydrants at the National Interagency Fire Center (NIFC) campus in Boise, Idaho. The project involves the removal and replacement of a defective fire hydrant, requiring compliance with federal regulations, safety protocols, and local standards, with a completion deadline set for October 31, 2025. This initiative is crucial for maintaining fire safety infrastructure, ensuring operational readiness for emergency response, and adhering to public safety standards. Interested small businesses must submit their quotations electronically and register in the System for Award Management (SAM), with a site visit scheduled for April 17, 2025, and a revised question submission deadline of April 29, 2025, at 10 AM MT. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
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.
LMDT MAIN VEHICLE ACCESS GATE REPLACEMENT
Buyer not available
The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. The project involves installing a new remotely operated vertical pivot gate, which includes the removal of the existing gate and the installation of new components such as vehicle sensors and access controls, all while ensuring compliance with safety standards and maintaining a safe distance from nearby power lines. This procurement is critical for enhancing infrastructure safety and security, with an estimated contract value between $100,000 and $250,000. Interested contractors must attend a site visit on April 9-10, 2025, submit questions by April 22, 2025, and provide proposals by April 30, 2025, with a project completion timeframe of 120 calendar days post-award. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.
BLM-CO GFO WOODLAND RAPTOR SURVEY
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for the Woodland Raptor Survey project in Colorado, aimed at conducting raptor surveys across approximately 16,367 acres in the Gunnison Field Office. The contractor will be responsible for providing labor, equipment, and materials to perform broadcast call surveys and nest searches for woodland raptors, adhering to specific survey protocols and guidelines outlined in the Statement of Work. This initiative is crucial for informing future fuels reduction projects and ensuring wildlife management and ecological monitoring in the region. Interested parties must submit their proposals by May 2, 2025, with a pre-bid virtual conference scheduled for April 17, 2025. For further inquiries, contact Anthony Morales at amorales@blm.gov or 303-239-3630.
Hiner Spring Quarry Development, White River National Forest, Blanco Ranger District, Rio Blanco County, Colorado
Buyer not available
The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Hiner Spring Quarry Development project located in the White River National Forest, Blanco Ranger District, Rio Blanco County, Colorado. This project aims to develop a quarry for the production of aggregate materials, with a contract value estimated between $250,000 and $500,000, and requires compliance with federal regulations and environmental standards. The work includes tasks such as mobilization, soil erosion management, controlled blasting, and the production of approximately 24,000 cubic yards of aggregate material, all to be completed within 121 days of the notice to proceed. Interested contractors must submit their proposals by May 13, 2025, and can direct inquiries to Holly Hlavac at holly.hlavac@usda.gov or Lucas Dahlman at lucas.dahlman@usda.gov.