BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
ID: 140L3925Q0033Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Siding Contractors (238170)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:59 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
The Bureau of Land Management (BLM) is seeking a contractor for the replacement of sidings and skirts for trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project involves the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, along with access doors for maintenance. Contractors must comply with local codes and obtain necessary permits while ensuring minimal disruption to trailer residents. Work must commence within 35 days of contract issuance and be completed within 28 days, with safety and adherence to regulations being paramount. Payment structure includes progress payments and a final retention upon project completion. All materials need to be new and compliant with specifications, with warranties on labor and materials guaranteed. This initiative indicates BLM's commitment to maintaining its facilities in a safe and effective manner.
The document outlines the specifications for the Clark RV Park and Air Tanker Base Pilot Lounge Trailer in Battle Mountain, Nevada, focusing on the replacement of vinyl sidings and skirts. It establishes general requirements relevant to the project, detailing contractor responsibilities, definitions, site inspection protocols, work scope, and prerequisites for submittals. The contractor is required to provide all materials, labor, and equipment necessary for project completion while conforming to high quality standards. It emphasizes the importance of maintaining site conditions and restoring any damaged infrastructure to its original state. Worker conduct, adherence to manufacturer guidelines during installation, and thorough documentation of submittals are also mandated. Additionally, there are procedures for closeout, including final inspections and warranty submissions post-construction. The intention is to ensure a seamless, compliant execution of the project, demonstrating the federal government's commitment to quality in infrastructure undertakings within state-sanctioned projects.
The document outlines a bid schedule for the installation of trailers' sidings and skirts at the Clark RV Park and Airport in Battle Mountain. The project involves several key components: mobile and demobilization processes, demolition tasks, and the provision of materials including siding, skirts, insulation, and trim. It details the installation of these components, specifying access doors, trims, and insulation work. The schedule indicates the breakdown of costs into a base subtotal and an option for additional square footage pricing. However, all financial entries in the document currently reflect a total cost of $0, indicating that pricing has not been determined or inputted. The bid schedule serves as part of a larger federal request for proposals (RFP) aimed at enhancing infrastructure in the area. Such initiatives highlight the government's strategy to upgrade public facilities and ensure they meet the necessary standards and requirements for serviceability.
Apr 4, 2025, 4:10 PM UTC
The document appears to be heavily corrupted or contains non-readable text, which obscures any clear content or structured information. Given the context of government Requests for Proposals (RFPs), federal grants, and state or local RFPs, it should ideally detail requests for funding, project requirements, guidelines for submissions, eligibility criteria, deadlines, and evaluation criteria for proposals. Unfortunately, the gibberish and unreadable sections prevent proper extraction of main topics, key ideas, or supporting details that typically characterize RFP documents. Consequently, without the ability to identify coherent or relevant content, the summary lacks substantive information to convey the intended purpose of the document. Further clarity or a clean version of the file would be necessary to develop an accurate summary aligned with government proposals and grants.
Apr 4, 2025, 4:10 PM UTC
The Bureau of Land Management (BLM) is soliciting bids for a construction project involving the replacement of sidings and trailer skirts on two trailers located in Battle Mountain, Nevada. The work includes the removal of existing materials and their replacement with more durable options. The solicitation invites contractors to submit proposals, emphasizing compliance with all requirements and offering a timeline for performance from May 5 to June 27, 2025. A site visit is scheduled for April 16, 2025, and all questions must be directed to the contracting officer by April 21, 2025. The proposal submission deadline is set for April 30, 2025, with a “best-value” evaluation process that allows the government to consider factors beyond just price. The project cost is estimated between $25,000 and $100,000, and only small businesses are eligible to apply. Contractors are required to provide performance and payment bonds and should adhere strictly to environmental regulations and requirements. The document outlines details such as required documentation for submissions, work hours, and environmental considerations, underscoring the project's alignment with federal contracting regulations and practices.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Orovada Fire Engine Cover & Crew Quarters, NV
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the construction of the Orovada Fire Engine Cover and Crew Quarters in Nevada. This project involves the design and build of a facility that includes a Crew Quarters Building (CQB) and a fire station, aimed at supporting the well-being of fire crew members while enhancing operational capabilities for wildfire response. The total project budget is estimated between $5 million and $10 million, with a focus on sustainable practices and compliance with federal, state, and local regulations. Interested contractors should contact Jonathan Peterson at jrpeterson@blm.gov or call 314-708-0329 for further details, and must adhere to the submission deadlines outlined in the solicitation documents.
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.
Z--Red Rock Canyon NCA Admin Building Repairs
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for the repair and maintenance of the Administration Building at the Red Rock Canyon National Conservation Area in Clark County, Nevada. This project, designated as solicitation number 140L0625R0004, involves a range of construction tasks including rodent remediation, HVAC system upgrades, and water damage repairs, with an estimated budget between $500,000 and $1 million. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested contractors must submit their proposals by April 21, 2025, following a mandatory site visit on April 2, 2025. For further inquiries, potential bidders can contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
OWYHEE FUEL BREAK MOWING
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting contractor services for the Owyhee Fuel Break Mowing project, which involves the mechanical mowing of approximately 1,012 acres of brush and grass in Humboldt County, Nevada. The contractor will be responsible for providing all necessary labor, equipment, and materials to complete the mowing to a height of 4-6 inches, adhering to environmental protections and operational guidelines set forth by the BLM, with work scheduled from September 15, 2025, to January 15, 2026. This initiative is crucial for enhancing natural resource management and fuels management practices, aligning with federal environmental standards. Interested small businesses can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 for further details, and proposals must be submitted electronically by the specified due date.
X--RV SPACE RENTALS
Buyer not available
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with JON & MARYN INVESTMENTS, LLC for the rental of two RV spaces to accommodate BLM-owned mobile homes for temporary quarters for firefighters. This procurement is essential for providing adequate housing during fire response operations, ensuring that personnel have necessary accommodations while on duty. The estimated value of this acquisition is less than $70,000, and it is set aside for small businesses under NAICS code 721211. Interested parties who believe they can meet the requirements are encouraged to contact Traci Thaler at tthaler@blm.gov by April 30, 2025, to express their interest and provide evidence of their capability.
Y--SALMON CREW QUARTERS CONSTRUCTION
Buyer not available
The Bureau of Land Management (BLM) is seeking a Design Build Contractor (DBC) for the construction of Crew Quarters in Salmon, Idaho, under Solicitation Number 140L0625R0009. The project aims to develop a fully functional facility on federal land, requiring comprehensive coordination with utility providers, with an estimated cost ranging from $1,000,000 to $5,000,000 and a construction duration of two years following the notice to proceed. This initiative is crucial for enhancing workforce support infrastructure in the region. The Request for Proposals (RFP) is expected to be issued in April 2025, with proposals due approximately 30 days later; interested small businesses must have a Unique Entity ID and an active System for Award Management profile. For further inquiries, contact Kassandra Hicks at khicks@blm.gov or call 918-679-4674.
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.
SUSIE EAST HERBICIDE WEEDS TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the Susie East Herbicide Weeds Treatment project, aimed at managing invasive weed species across approximately 4,606 acres in Elko, Nevada. The contractor will be responsible for the ground-based application of specified herbicides, including 2,4-D and Chlorsulfuron, while adhering to environmental regulations and ensuring the protection of nearby water sources. This initiative is critical for preserving local ecosystems and managing invasive species effectively, reflecting the government's commitment to sustainable land management practices. Interested small businesses must submit their proposals by the specified deadline, with the contract anticipated to commence on June 2, 2025, and conclude by July 18, 2025. For further inquiries, potential bidders can contact Matthew Merritt at mbmerritt@blm.gov or by phone at (775) 861-6742.
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.