IRA - Cave Gulch Road Maintenance
ID: 140L3624R0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The Department of the Interior, Bureau of Land Management (BLM) Montana State Office calls for proposals to maintain Cave Gulch Road in Granite County, Montana. BLM Road #4613 requires brushing, reconditioning, and culvert installation to improve drainage and road quality. This project, spanning about 3.21 miles, involves construction surveying and staking, with a quality control manager overseeing operations.

    The solicitation seeks experienced road maintenance contractors to bid on this small business set-aside project, offering a firm-fixed-price contract. With a focus on financial responsibility and past performance, the contract aims to enhance highway infrastructure, due for completion between October 2024 and August 2025. Contractors must provide detailed bids, including a financial health letter from their bank and references for similar past projects.

    The project has an estimated value of several million dollars and key deadlines include a 12th September 2024 bid submission date and a 12-day contract commencement window.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks contractors for the Cave Gulch Road Maintenance project. This project involves maintaining BLM Road #4613, spanning about 3.21 miles. The primary focus is on roadwork, including brushing, reconditioning, and culvert installation, with the goal of enhancing drainage and overall road quality. Contractors will be responsible for performing construction surveying, staking, and calculating data for controlling the work. This includes setting stakes within specified tolerances and adjusting them as needed during the project. The work involves establishing control points, surveying culvert locations, and ensuring compliance with temporary traffic control requirements. The BLM requires the successful contractor to have a quality control manager experienced in construction and quality control on similar projects. The contractor must submit a quality control plan prior to commencement. The contract is expected to be a firm-fixed-price arrangement, with up to 25% of the total paid upon mobilization. Critical dates include a 30-day advance notice before starting and a temporary closure period of up to five days, followed by a minimum of two days when the road must be reopened. The projected timeline appears in the supplemental specifications. Evaluation of proposals will consider factors such as conformity with technical requirements, quality control plans, and past performance. The BLM encourages small businesses to apply.
    This file details a release of claims between the United States Department of the Interior and a contractor. The contractor agrees to furnish a comprehensive release of all claims, demands, and liabilities arising from a previously completed contract, in exchange for the final payment of the sum still due under the contract. This amount is specified in the document. The release covers all claims related to the contract, except for any explicitly excluded ones. The contractor's signature is required for the release to be valid, along with the signature of an authorized representative of the corporation, partnership, or individual entity. This is a standard legal document used in the settlement of contract matters, focusing on the resolution of financial liabilities and claims.
    The Bureau of Land Management (BLM) seeks contractors for the Cave Gulch Road Maintenance project in Western Montana. The objective is to enhance the road's condition and drainage system. This involves brushing, roadway reconditioning, and culvert installation. Contractors will clear and grub roadsides, construct drainage ditches and dips, and install culverts and catch basins. Specific requirements include FHA FP-14 specs for ditch construction and placing riprap and rock buttresses. The project spans roughly 7 miles, with key tasks outlined in detailed work lists. Contractors must follow a specified schedule and adhere to safety and environmental guidelines. BLM will provide final site plans and staking details. The RFP requires a temporary traffic control plan and emphasizes the need for extreme weather preparedness. Evaluation criteria are not explicitly mentioned. Key dates and contract details are absent, but the document implies a multi-stage project with various work items and a significant estimated value.
    The government seeks to procure construction services for various highway projects across Montana. These services encompass multiple skilled trades, including carpenters, cement masons, divers, electricians, ironworkers, laborers, painters, power equipment operators, truck drivers, and welders. The focus is on paying prevailing wages as mandated by Executive Orders 14026 and 13658, with specified rates for each trade and depth-based payments for divers. The procurement aims to ensure compliance with these orders, providing details on wage rates and work classifications. Contractors must adhere to these rates, with annual adjustments and provisions for unlisted classifications. The process includes an appeals mechanism for challenges, beginning with the Branch of Construction Wage Determinations and progressing to higher authorities. Key dates and timelines are not explicitly mentioned in the provided information.
    Solicitation No. 140L3624R0013 seeks road maintenance services for the Cave Gulch Road project. The focus is on demonstrating the successful completion of similar past projects, with references required. Contractors must provide detailed information on up to five relevant projects, highlighting their ability to manage complex road maintenance work. The solicitation prioritizes the description of work, completion dates, and contract values, aiming to assess the bidder's suitability for the project. This information will help the government evaluate the experience and reliability of potential vendors. The solicitation does not explicitly mention the contract type or evaluation criteria, but it implies a qualitative assessment of bids based on the provided references and project descriptions. Key dates and other administrative details are also absent, but the solicitation's emphasis is clearly on the selection of an experienced road maintenance contractor for the Cave Gulch project.
    The Department of the Interior's Bureau of Land Management seeks feedback on a company's past performance through Solicitation No. 140L3624R0013. This questionnaire focuses on assessing the company's road maintenance work on the Cave Gulch project. Respondents are asked to rate the company's performance in several areas, including client relationships, corporate management, quality control, and schedule adherence. The overall rating and any supporting comments are also required. This information will help the bureau evaluate the company's suitability for future contracts, with particular attention to their ability to meet and potentially exceed project requirements. The bureau aims to gather insights to ensure future contract awards are well-informed and based on past performance metrics.
    The government seeks to maintain the Cave Gulch Road, and financial responsibility is a key criterion for selecting a contractor. Bidders must provide a letter from their bank detailing their financial health, including average balance, credit availability, and bank's evaluation of their standing. This information will be used to assess the contractor's ability to undertake the maintenance work, with a focus on their financial stability and ability to access required resources. The solicitation number is 140L3624R0013.
    The primary purpose of this file is to obtain a bid bond, a crucial element in the process of procuring construction, supply, or service contracts. The bid bond, along with the provided instructions, ensures that the principal (the bidder) honors their obligations and executes the necessary contractual documents upon acceptance of their bid. This form is designed to protect the government's interests by securing the principal's commitment and providing a clear path to remediation in case of non-performance. The file contains detailed instructions for completing the bid bond, including provisions for different types of organizations, such as corporations, partnerships, and individuals, while also accommodating multiple surety arrangements. Importantly, the bid bond sets a 60-day window for contract acceptance and a 10-day period for executing contractual documents upon acceptance. This file doesn't explicitly outline the specific goods, services, or solutions being procured, but it serves as a critical step in the procurement process, fostering transparency and accountability in government contracting.
    The government seeks to procure a performance bond from multiple sureties as a joint venture. This bond ensures contract compliance and tax payments from the principal, who has entered into a construction contract. The sureties, a mix of corporations and individuals, are bound jointly and severally for the penal sum specified in the bond. Corporate sureties must be approved by the Department of the Treasury and adhere to listed limitations. The bond is executed with the principal's and sureties' seals and signatures, along with their names and titles. Critical to this procurement are the performance and fiscal obligations: the principal must fulfill contract terms and any authorized modifications, while sureties must pay the penal sum if the principal defaults. With a focus on mitigating risks, this performance bond aims to safeguard the government's interests throughout the contract's life cycle.
    The primary objective of this procurement is to obtain a payment bond for construction or contracting work. The bond ensures that the principal, likely a contractor or vendor, will pay all persons who provide labor or materials for the project. This form, designated Standard Form 25A, is a standardized document for this purpose and requires sureties—which can include corporations, partnerships, or individuals—to bind themselves financially to guarantee prompt payment. The penal sum insured, stated in the document, represents the maximum liability of the sureties. This RFP outlines the administrative and legal aspects of the payment bond, including execution dates, contract details, and the parties involved. It also incorporates a Paperwork Reduction Act Statement, detailing the time required to process the bond and related documentation. Importantly, the procurement seeks to ensure that the principal's obligations to pay labor and material costs are met, thereby protecting the financial interests of all involved parties.
    The government seeks bids for the Cave Gulch Road Restoration project. This construction project involves enhancing highways, roads, and bridges and requires the successful bidder to manage the entire operation, including materials supply, from October 2024 to August 2025. The primary focus is on efficiently restoring the designated roads while adhering to stringent performance and quality standards. Bids are due by 09/10/2024, and the government prefers contractors who can commence work within 12 calendar days of award. The evaluation of proposals will consider factors such as price, quality, and timely delivery. Successful bidders must also furnish performance and payment bonds.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY24 Grave Creek Road Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for approximately 36 miles of roads within the Kootenai National Forest as part of the FY24 Grave Creek Road Maintenance project. The procurement involves a range of tasks including grading, shaping, roller compaction, heavy brushing, and ditch reconditioning, all aimed at ensuring safe and accessible roadways while adhering to environmental standards. This contract, scheduled for performance from October 1, 2024, to September 30, 2025, emphasizes the importance of maintaining infrastructure within national forest lands and requires contractors to submit comprehensive technical proposals that include equipment and timelines. Interested parties can contact Shawn Trout at shawn.trout@usda.gov or by phone at 802-613-7644 for further details.
    OR FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    BEAVERHEAD DEERLODGE NATIONAL FOREST - Copper Creek and Springhill Well Drilling Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Copper Creek and Springhill Well Drilling Project on the Beaverhead-Deerlodge National Forest in Montana. The project involves drilling two potable water wells at designated locations, requiring contractors to provide all necessary labor, materials, equipment, and supervision to complete the work in compliance with state regulations and environmental standards. This initiative is crucial for ensuring safe and reliable water access in the area while adhering to federal procurement processes. Interested contractors must submit sealed bids by September 23, 2024, with the contract valued between $25,000 and $100,000 and completion expected by October 31, 2024. For further inquiries, contractors can contact Wes Dudley at wesley.dudley@usda.gov or Mark Libby at mark.libby@usda.gov.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    MT NP LIBI 10 (2), Little Bighorn Battlefield National Monument
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "MT NP LIBI 10 (2), Little Bighorn Battlefield National Monument". The project is a total small business set-aside and falls under the NAICS code 237310 for Highway, Street, and Bridge Construction. The place of performance is Montana, United States. The primary contact for this project is Contracts G. Office, who can be reached at wfl.contracts@dot.gov or 3606197520. The project involves the construction of highways, roads, streets, bridges, and railways at the Little Bighorn Battlefield National Monument. Prospective offerors are encouraged to view the project during the summer or fall as conditions permit. More details can be found in the attached documents.
    CO OMAD 300(69) Minuteman Missile Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the CO OMAD 300(69) Minuteman Missile Access Road project, which involves the reconditioning and re-graveling of approximately 116.910 miles of access roads utilized by the United States Air Force across Colorado, Nebraska, and Wyoming. The project aims to enhance road maintenance by adding a four-inch aggregate surface course and includes specific requirements for roadway reconditioning while adhering to federal construction standards. This initiative is crucial for maintaining essential infrastructure supporting national defense operations. Interested contractors should note that the total project funding is estimated at $8,650,000, with bids due by the specified deadlines, and can contact Stephanie Navarro or Jorey Deml at CFLContracts@dot.gov for further information.
    Meadow Valley Access Road Improvements - Amended
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Meadow Valley Access Road Improvements project located in Cochise, Arizona. The primary objective is to enhance three existing road segments totaling approximately four miles, focusing on improving drivability and durability through the establishment of crowned road prisms, installation of drainage features, and application of compacted surface course aggregate fill. This project is crucial for enhancing access to recreational areas and ensuring the roads can withstand high traffic volumes. Interested contractors must submit technical and business proposals by August 26, 2024, with a targeted completion date of September 30, 2024. For further inquiries, contact Denise Thomas at denise.thomas2@usda.gov.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.