Fencing Replacement at Meadowood SRMA
ID: 140L0125Q0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWASHINGTON DC OFFICEWASHINGTON, DC, 20003, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.

    Point(s) of Contact
    Rollins, Oksana
    (303) 236-1853
    (303) 236
    orollins@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. The Request for Quotation (RFQ) outlines a firm fixed-price contract, with an estimated project magnitude between $25,000 and $100,000, specifically set aside for small businesses under NAICS code 238990. Key details include a proposal submission deadline of March 10, 2025, and a site visit scheduled for February 27, 2025. Proposals will be evaluated based on price, and a single award will be made to the responsible contractor providing the best value. Compliance with federal contracting requirements is mandatory, including adherence to wage determinations and substantial completion timelines. Quoters must register in the System for Award Management (SAM) and ensure that their quotations remain valid for a minimum of 60 days. The document emphasizes that the government is not obliged to reimburse any costs incurred during proposal preparation, underscoring the RFQ's non-binding nature. This structured solicitation reflects the BLM’s commitment to conducting equitable procurement within federal guidelines while fostering small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--Calf Creek Bridge Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small businesses to participate in the Calf Creek Bridge Replacement project located in Escalante, Utah. This initiative involves the demolition and replacement of the existing bridge, realignment of the road, and installation of safety railings, with a focus on adhering to environmental protections and federal standards throughout the construction process. The project is crucial for maintaining infrastructure along Highway 12, which is vital for local traffic and safety. Interested parties should submit their qualifications and relevant experience by March 3, 2025, with an estimated project budget between $500,000 and $1 million, and can direct inquiries to Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Z--KLAMATH RIVER CANYON FENCE RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management's Oregon State Office, is seeking contractors for the Klamath River Canyon Fence Reconstruction project. This presolicitation opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and involves the repair or alteration of non-building facilities, categorized under NAICS code 238990. The reconstruction of the fence is crucial for maintaining land management and conservation efforts in the area. Interested contractors can reach out to Lorri Schoellkopf at lschoellkopf@blm.gov for further details, although specific funding amounts and deadlines have not been disclosed at this time.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier tree growth across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative is part of BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes to the project requirements.
    Fence Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a firm-fixed-price contract to replace a wooden fence with a galvanized railing at the William Howard Taft National Historic Site in Cincinnati, Ohio. The project involves the replacement of 170 feet of fencing, with a focus on preserving the historical integrity of the site while enhancing safety and compliance with federal regulations. This initiative is crucial for maintaining the accessibility and safety of historic sites, ensuring they remain protected for future generations. Interested small businesses must submit their proposals by the specified deadline, with an estimated construction cost between $25,000 and $100,000, and are encouraged to contact Craig Bryant at CraigBryant@nps.gov or 440-717-3706 for further details.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge in Nevada. The project aims to enhance visitor access to the refuge's unique biodiversity and cultural significance through the design and construction of trails, parking areas, and interpretive signage that emphasizes Indigenous cultural heritage and ecological education. The estimated project magnitude ranges between $1,000,000 and $5,000,000, with a performance period of 270 days following the notice to proceed. Interested contractors should contact Shannon Barnhill at shannonbarnhill@fws.gov for further details, and must adhere to specified deadlines for proposal submissions and amendments.
    Y--DEAN S. RECREATION SITE
    Buyer not available
    The Bureau of Land Management (BLM) Montana State Office is soliciting proposals for the construction of the Dean S. Recreation Site in Custer County, Montana. The project involves reconstructing access roads, establishing a day-use parking area, creating ten dispersed camping sites, and developing additional facilities such as restroom amenities and walking trails, with an estimated budget between $500,000 and $1,000,000. This initiative aims to enhance public recreation facilities while promoting participation from Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by February 24, 2025, with work expected to commence shortly after the notice to proceed and completion targeted by October 30, 2025. For further inquiries, contact Jorge Alvarez at jalvarez@blm.gov or by phone at 854-500-1840.
    93--Bison Trophy IDV
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of Buffalo Trophy Bases through an Indefinite Delivery Vehicle contract, specifically set aside for small businesses. The contract aims to establish a firm fixed price over three years, with orders placed as needed, focusing on the delivery of trophy bases that meet specified dimensions and quality requirements, excluding glass and engraving. These trophy bases are intended for use in commemorating achievements related to bison conservation and management, highlighting the importance of such items in promoting wildlife preservation efforts. Interested contractors should contact Brian Peck at bpeck@blm.gov or call 303-236-1046 for further details, with a firm delivery expectation set at approximately 90 days post-order receipt.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.