WICKERSHAM DOME TRAILHEAD SIGN BASES
ID: 140L6325Q0021Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the provision of trailhead sign bases to enhance recreational facilities in Alaska. The successful contractor will be required to deliver two small and two large sign bases to the BLM's Fairbanks, AK office by May 30, 2025, while ensuring compliance with the Buy American Act. This procurement is particularly significant as it aims to support small business participation in federal contracting, with a firm-fixed price contract anticipated. Interested offerors must submit their proposals electronically or via fax by the specified deadline, and for further inquiries, they can contact Laura Sherman at lsherman@blm.gov or by phone at 907-271-4440.

    Point(s) of Contact
    Sherman, Laura
    (907) 271-4440
    (907) 271-4595
    lsherman@blm.gov
    Files
    Title
    Posted
    This document, identified as Amendment 0001 for solicitation number 140L6324Q0021, includes a series of questions and answers related to a federal contract for delivering signs to the Bureau of Land Management (BLM) in Fairbanks, Alaska. Key points include confirmation that the total cost must cover delivery, with no exceptional delivery requirements specified beyond what is outlined in the Standard Form 1449. There are no additional limitations for subcontractors outside the design drawings, and potential bidders are instructed to follow specific proposal submission requirements detailed in provision 52.212-1. Furthermore, the quantity requested is two small and two large bases for the signs. This document serves to clarify the procurement process and ensure all bidders are on the same page regarding contract expectations and specifications.
    The document serves as an amendment to a solicitation issued by the Bureau of Land Management (BLM) regarding a contract identified by the number 140L6325Q0021. The amendment provides instructions for contractors on how to acknowledge receipt of the amendment, emphasizing the necessity to do so prior to the specified deadline to avoid rejection of their offers. It also mentions that modifications to already submitted offers can be made, provided that they reference the solicitation and submission amendment. The primary purpose of this amendment is to answer questions posed by interested parties, which are included as an attachment. It is specified that the due date and time for submitting quotes remain unchanged regardless of this amendment. Quotes must be submitted electronically, via fax, or to the designated email address of the contracting officer. Additionally, the amendment clarifies that the contractor is not required to sign the document unless specifically noted. Overall, this amendment aims to ensure clarity in communication regarding the solicitation process and facilitate contractor participation while maintaining compliance with established federal procurement protocols.
    The Bureau of Land Management (BLM) has issued a Request for Proposal (RFP) for trailhead sign bases to enhance its recreational facilities in Alaska. The successful bidder must ensure compliance with the Buy American Act and deliver the items to the BLM's Fairbanks, AK office by May 30, 2025. The BLM anticipates awarding a firm-fixed price contract primarily aimed at small business concerns, highlighting their potential for economic participation. The solicitation outlines the necessary compliance and certification requirements, including representations regarding previous contracts, business size status, and certifications pertinent to federal laws. Interested offerors are encouraged to submit their proposals electronically or via fax by the designated deadline, ensuring their offers reflect the best pricing and technical terms from the outset. The document emphasizes the necessity for clarity in submissions, including pricing and product specifications, to facilitate the evaluation and selection process, which will prioritize offers that most benefit government interests.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    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.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Fire Rings and Table Bases
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the procurement of 52 fire rings and 50 picnic table bases for various recreation sites within the Bitterroot National Forest in Montana. The fire rings must meet specific design and material requirements, including adherence to the Forest Service Outdoor Recreation Accessibility Guidelines, and feature a high-temperature, heat-resistant black enamel finish, while the picnic table bases must be constructed from durable powder-coated steel. This procurement is crucial for enhancing outdoor recreational facilities, ensuring safety and accessibility for visitors. Interested small businesses must submit their quotes by January 5, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    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.