GAOA - BAYHORSE RECREATION SITE REPAIRS
ID: 140L2625R0003Type: Solicitation
AwardedSep 17, 2025
$428.6K$428,578
AwardeeVANGUARD LLC 1059 E 2700 N Monteview ID 83435 USA
Award #:140L2625C0003
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

Set Aside

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

    The Bureau of Land Management, part of the U.S. Department of the Interior, is soliciting bids for the Bayhorse Recreation Site Repairs project located in Challis, Idaho. This initiative aims to enhance recreational facilities by upgrading the potable water delivery system, irrigation controls, campground roadways, and replacing fencing, with a project timeline set for 180 calendar days from August 18 to November 15, 2025. The project is significant for improving public access to recreational areas while adhering to environmental standards and federal regulations. Interested small businesses must submit proposals by July 16, 2025, with an estimated contract value between $250,000 and $500,000; for further inquiries, contact Patricia Fort at pfort@blm.gov or call 208-373-3910.

    Point(s) of Contact
    Fort, Patricia
    (208) 373-3910
    (208) 373-3915
    pfort@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management's pre-bid conference for the GAOA – Bayhorse Recreation Site Repairs took place on June 25, 2025, with key personnel in attendance. The meeting aimed to clarify project specifications outlined in solicitation number 140L2625R0003. Key topics covered included contractor responsibilities for the irrigation system, materials specifications, site road conditions, and construction timelines. The project's scope includes the reinstallation of existing structures, management of excess materials, and adherence to noted specifications for irrigation and fencing. Notably, all details about the irrigation system's setup and maintenance were resolved during the conference, with guiding amendments made available in the provided drawings. The contractor is expected to complete the project within 180 days of receiving the Notice to Proceed, aligning construction work with specified site access periods between August 18 and November 15, 2025. Overall, the conference facilitated essential communication between the Bureau and potential contractors, ensuring clarity regarding project expectations and requirements.
    The Bureau of Land Management has announced a pre-solicitation notice for the GAOA Bayhorse Recreation Site Repairs project, located in Custer County, Idaho. This initiative aims to complete necessary repairs and upgrades at the Bayhorse Recreation Site. The contract is expected to be valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed. This opportunity is exclusively set aside for small businesses that meet the applicable size standard of $45 million, and potential bidders must have a Unique Entity ID (UEI) as well as an active System for Award Management (SAM) profile. The RFP is anticipated to be issued around May 12, 2025, with proposals due approximately 30 days thereafter. A site visit is expected to occur 1-2 weeks post-RFP issuance, providing prospective contractors the chance to assess project conditions. The project reflects the federal government's focus on enhancing recreational infrastructure and supporting small business engagement in federal contracting.
    The document outlines a comprehensive plan for the Bayhorse Recreation Site repair, overseen by the United States Department of the Interior's Bureau of Land Management. It includes detailed sheets addressing existing site conditions, demolition plans, civil utility layouts, and irrigation strategies. The project site, located in Challis, Idaho, will involve the careful demolition of existing structures, including wellhouses and fencing, while retaining landscaping where necessary. Crucial aspects of the work include updating water and irrigation systems, maintaining environmental compliance by protecting existing trees, and coordinating construction with government representatives. The irrigation plan specifies limits tied to the site's well capacity and details irrigation zone arrangements. Proposed timetables and phasing are included, outlining specific dates for completion of each aspect, ensuring careful monitoring of utility and site conditions throughout the project duration. The overarching goal is to enhance recreational facilities while adhering to environmental standards, thus supporting community engagement and tourism in the area. This initiative reflects a structured approach to federal project management and demonstrates the agency's commitment to improving public lands.
    The document details the Bayhorse Recreation Site Repair project overseen by the Bureau of Land Management, focusing on the renovation of existing facilities and infrastructure located in Challis, Idaho. It outlines the site’s existing conditions, including detailed plans for demolition, the installation of new utilities, and implementation of an irrigation system. Key components include the assessment and repair of potable water systems, irrigation infrastructure adjustments, and the replacement of fencing and gravel roadway. Contractors are instructed to coordinate with the government representative, ensure utility locations are verified prior to work, and maintain safety standards throughout the project. The project's structure encompasses various sheets, detailing demolition, utility plans, irrigation, and landscaping, all aimed at successfully restoring the recreational space while ensuring environmental compliance and safety.
    The Bayhorse Recreation Site Repair project, managed by the U.S. Department of the Interior's Bureau of Land Management, aims to enhance facilities at the Bayhorse Recreation Site in Challis, Idaho. The undertaking involves maintenance and improvements to the potable water delivery system, irrigation controls, and campground roadway, as well as fence replacements. The project is set to be completed within 180 calendar days, with construction scheduled from August 18 to November 15, 2025. Key administrative processes include detailed project management procedures covering the coordination of construction activities, public usage of the site, and work restrictions. All work will be conducted under a single contract, with requirements for utility management and the potential for contract modifications as needed. To ensure compliance and efficiency, contractors must submit schedules, values, and operation manuals, with a focus on environmental considerations. Submittal procedures will be enforced for shop drawings, product data, and warranties, ensuring that all products meet specified guidelines. This project reflects a commitment to improving recreational infrastructure while adhering to federal regulations and promoting sustainable practices.
    The U.S. Department of the Interior's Bureau of Land Management seeks contractors for the Bayhorse Recreation Site Repair under the Great American Outdoors Act (GAOA). This project, located in Challis, Idaho, aims to upgrade facilities over 180 calendar days, with work scheduled from August 18 to November 15, 2025. The scope includes the demolition and replacement of the site's potable water delivery system, irrigation control, campground road striping, and the installation of new wood fencing. Contractors will have unrestricted access to the site and must coordinate carefully to avoid delays and ensure timely progress. The project encompasses detailed procedures for modifications, scheduling, submittal requirements, and environmental coordination. Contractors must manage operation and maintenance data and adhere to product requirements while ensuring compliance with various environmental regulations. The project fosters efficient management and communication through regular meetings and a structured approach to documentation, ensuring a clear path for successful completion while maintaining public safety and environmental stewardship. This initiative is part of a broader federal effort to enhance recreational facilities for public use and access.
    The Bid Bond document is a formal guarantee required for bidding on government contracts, aimed at ensuring that the principal will fulfill their obligations if selected. It outlines the parties involved, including the Principal (the bidder) and Surety(ies) (the guarantors), and details the financial commitments tied to the bid. The bond is executed to protect the government from potential losses if the Principal fails to sign the contract or provide required bonds after bid acceptance. Key conditions stipulate that the bond becomes void if the Principal fulfills these requirements within a specified time frame. The document further stipulates that changes in the bid acceptance timeline do not impair the surety's obligations up to 60 days. Detailed instructions clarify how to complete the bond, stressing the proper identification of entities involved, such as ensuring that sureties are approved by the Department of the Treasury. Additionally, it mandates that bonds must be signed by authorized individuals with appropriate seals and includes a Paperwork Reduction Act statement, emphasizing compliance with federal regulations. This form, managed under OMB Control Number 9000-0001, is crucial for maintaining integrity in governmental bidding processes.
    The document outlines an amendment to a federal solicitation concerning the Bayhorse Recreation Site Repair project. Key modifications include the addition of questions and answers from a site inspection held on June 25, 2025, and updates to the specifications and drawings for the project. The deadline for submission of offers has been extended to July 16, 2025, at 10:00 am MDT. Contractors are required to acknowledge receipt of this amendment by completing specified sections of the document and returning it to the designated office. The period of performance for the contract spans from August 1, 2025, to February 7, 2026. The amendment is organized to maintain clarity regarding solicitation changes and to ensure compliance with federal contracting procedures, as specified under the authority of FAR regulations. This amendment demonstrates the federal government's procedural diligence in managing contracts and ensuring that all bidders have the most current information available for their submissions.
    The document outlines a solicitation for bids (RFP) by the Bureau of Land Management for construction work at the GAOA Bayhorse Recreation Site in Idaho. The project involves various repairs, including the replacement of water systems, fencing, and roadway improvements, to enhance recreational facilities. This firm-fixed-price contract is designated for small businesses, with an estimated value between $250,000 and $500,000. Proposals must be submitted by July 11, 2025, and are evaluated based on the lowest price technically acceptable criteria. Key details include a 180-day performance period following the notice to proceed, strict compliance with wage rate requirements, and the necessity for contractors to provide performance and payment bonds. Environmental considerations are paramount, requiring adherence to federal regulations, particularly concerning hazardous materials and cultural preservation. The document also specifies additional guidelines for communication, safety protocols, and quality assurance plans during construction. Overall, it reflects the government’s aim to maintain and upgrade recreational facilities while ensuring compliance with labor and environmental laws.
    Similar Opportunities
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    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.
    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.
    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.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    ID FLAP FS SC MULTI(1), Custer Motorway Stabilization Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Custer Motorway Stabilization Project, located approximately 11 miles west of Challis, Idaho. The project involves bank stabilization using rootwads, reinforced soil slope construction, and roadway resurfacing, divided into two bid schedules, with only one to be awarded. This initiative is crucial for maintaining the integrity of the Custer Motorway within the Salmon Challis National Forest, ensuring safe and reliable transportation infrastructure. The estimated price range for the project is between $700,000 and $2,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion date anticipated in Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.
    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.