BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
ID: 140L3925Q0033Type: Solicitation
AwardedMay 23, 2025
$57.9K$57,857
AwardeeAVENTUS NV, INC. 1600 CARSE DR Boulder City NV 89005 USA
Award #:140L3925P0053
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
    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.
    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.
    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
    Similar Opportunities
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.