GAOA RINGING ROCKS ROAD RENOVATION
ID: 140L3625R0003Type: 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
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting proposals for the renovation of the GAOA Ringing Rocks Road in Jefferson County, Montana. This firm-fixed-price construction contract, estimated to range between $500,000 and $1,000,000, aims to enhance road conditions through maintenance activities such as realignment, clearing, road reconstruction, and culvert installation. The project is significant for improving infrastructure access to the Ringing Rocks Recreation Site while promoting economic opportunities for small businesses, as it is categorized as a Total Small Business Set-Aside. Interested contractors must submit their proposals by the specified deadline, ensuring compliance with federal regulations, and can direct inquiries to Jorge Alvarez at jalvarez@blm.gov by May 1, 2025.

Point(s) of Contact
Alvarez, Jorge
(854) 500-1840
(406) 896-5296
jalvarez@blm.gov
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The Ringing Rock Road Maintenance and Realignment project aims to improve road conditions on BLM road 5109 and related paths. The extensive scope involves maintenance activities, such as clearing and grubbing, road reconstruction, culvert installation, and construction of a walking trail. The project adheres to modified specifications from the Federal Highway Administration's "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14)," tailored for low-volume rural roads. Each section of work, from control of materials to acceptance criteria, specifies updated guidelines to suit the Bureau of Land Management's requirements. Key aspects include detailed definitions of terms, environmental protection measures, and contractor responsibilities, ensuring compliance with federal regulations and maintaining public safety during construction. The document lays out standards for construction surveying, contractor quality control, and public traffic management, emphasizing the necessity for meticulous planning, execution, and adherence to specifications. This project reflects a structured approach to federal investment in rural infrastructure while addressing environmental and community concerns throughout the construction process.
Apr 11, 2025, 7:09 PM UTC
The report prepared by Kathie Marks details the results of two test pits excavated by the Bureau of Land Management (BLM) on Ringing Rock Road in November 2024. The primary objective was to assess material suitability for constructing a new road alignment. The excavations used a Mini Excavator to determine the rock presence and excavation ease in targeted areas. Test Pit One, located at approximate station 20+15, revealed fractured material that permitted standard excavation methods. Competently, about 3 feet was excavated in 20 minutes, and the encountered material was primarily 4-5 inches in size, indicating a low risk of requiring blasting. Test Pit Two, at station 33+50, presented easier digging conditions compared to the first test pit, yielding around 5 feet of material in 15-20 minutes. The materials consisted of scattered larger rocks mixed with finer grains. Overall, these findings suggest that the road construction will proceed favorably concerning material handling and excavation processes. The report underscores the importance of pre-construction assessments in ensuring that suitable materials are available for infrastructure projects, which is vital for planning and budgeting in government contracting processes.
Apr 11, 2025, 7:09 PM UTC
The document outlines the maintenance and realignment project for Ringing Rock Road, overseen by the Bureau of Land Management in Butte, Montana. The project spans approximately 4.6 miles and aims to improve road conditions leading to the Ringing Rocks Recreation Site. Key responsibilities include ensuring compliance with federal, state, and local regulations, acquiring necessary permits, and thoroughly checking existing site conditions before construction. The contractor must manage all construction aspects, including road excavation, embankment, and drainage improvements, while providing traffic control during project execution. A detailed worklist lists specific tasks for grading, fencing, culvert installation, and traffic management, emphasizing public safety throughout the process. The project also requires environmental considerations, such as vegetative management and compliance with archaeological preservation guidelines. Overall, the undertaking represents a significant investment in local infrastructure, aiming to enhance accessibility and safety for users of the recreation area while adhering to stringent construction and environmental standards.
Apr 11, 2025, 7:09 PM UTC
Apr 11, 2025, 7:09 PM UTC
The solicitation numbered 140L3625R0003 is for the renovation of the GAOA Ringing Rocks Road. Contractors interested in this project are required to provide a list of up to five comparable projects completed in the last five years. These projects should highlight the contractor's capability to complete work efficiently and satisfactorily. If subcontractors will be involved, detailed information for each must be submitted as well. The form includes sections for project details such as names and locations, descriptions of work, key contacts, contract amounts, completion dates, and a narrative on any issues faced and corrective actions taken. This documentation is essential to evaluate the contractor's experience and reliability in executing similar tasks, underscoring the rigorous standards necessary for federal contracting processes. Overall, the file outlines the expectations for demonstrating past performance to ensure qualified bidding for this public works project.
The Past Performance Questionnaire is a tool for evaluating a contractor's performance on a specific project. It requires responses from an individual who has worked with the contractor and includes details such as project description, satisfaction level with work quality, timeliness of performance, and contract administration. The questionnaire consists of several sections where the evaluator indicates their satisfaction level, the relationship with contract officers, identifies any issues encountered, and whether the contractor would be hired again. The feedback collected in this questionnaire helps assess a contractor's reliability and performance for future federal grants and bids as part of the RFP process. Evaluators are also encouraged to provide additional comments to capture insights not covered in the survey. This document serves a critical role in the decision-making processes in government contracting, ensuring accountability and quality in awarded contracts.
The document pertains to Solicitation No: 140L3625R0003, which focuses on the renovation of Ringing Rocks Road under the Great American Outdoors Act (GAOA). A key requirement for contractors bidding on this project is the submission of detailed financial responsibility documentation from their bank. This documentation should include the length of the banking relationship, average account balances categorized by specific ranges, the bank’s customer rating through the Risk Management Association (RMA), and an overview of credit availability along with contact details for bank representatives who can validate the information. While this financial information is not part of the bid evaluation, it is critical for determining the contractor's capability to fulfill the contract’s financial obligations. The emphasis on financial vetting aligns with federal procurement standards aimed at ensuring contractor responsibility.
Apr 11, 2025, 7:09 PM UTC
The document outlines the requirements and structure of a bid bond form, Standard Form 24, necessary for government contracts related to construction, supplies, or services. It details the obligations of the Principal (the bidding entity) and the Surety (the guarantor), binding them to the United States government for a specified penal sum. The bond ensures that if the Principal fails to execute the contract or provide required bonds after bid acceptance, they must compensate the government for any excess costs incurred. Key components include: - Identification of parties involved, including the Principal and Sureties. - Conditions under which the bond becomes void, specifically related to the acceptance of a bid. - Requirements for Sureties to be approved and the optional use of co-surety arrangements. The form includes space for signatures and corporate seals, ensures liability limits are clearly defined, and serves as a safeguard to protect the government's financial interests in the contracting process. The document is part of a broader framework of federal procurement regulations, ensuring accountability and compliance within government contracting, ultimately facilitating the efficient allocation of resources and service delivery.
Apr 11, 2025, 7:09 PM UTC
The document is a Standard Form 25, also known as a Performance Bond, which is a requirement for federal contracts. This form obligates the Principal and Surety(ies) to ensure performance of a contract with the U.S. government. It includes spaces for the Principal's legal name, type of organization, and the Surety's details, including liability limits. The document outlines the obligation that the Principal must perform all contract agreements and pay any applicable taxes. It also details the conditions under which the bond becomes void, specifically if the Principal fulfills all contractual terms. Signatures and corporate seals from both the Principal and Sureties are necessary for validation. The form is used when engaging in government contracts, ensuring that all parties involved are legally bound to fulfill their obligations, thereby protecting the government's interests. The regulations specified within the form need to be strictly adhered to, particularly concerning the approval of sureties and the documentation required to establish a Surety's financial capability. Thus, this performance bond is critical for safeguarding taxpayer resources and ensuring project completion in accordance with government standards.
Apr 11, 2025, 7:09 PM UTC
The document is a Standard Form 25A, which outlines the requirements for a payment bond necessary under the federal law governing bonds for labor and materials. It specifies the roles of the Principal and Surety(ies), detailing obligations that ensure payment for labor and materials and stating that the bond becomes void if the Principal honors payment obligations in a timely manner. Key elements include the need for signatures from authorized representatives, correct identification of the Principal's legal name and address, and adherence to limits defined in the bond. It further emphasizes requirements for corporate sureties, which must be listed as approved by the Department of the Treasury, and includes instructions for individual sureties. The form complies with the Paperwork Reduction Act, making it necessary for collecting information, and noting the estimated time to complete it. The document serves as a critical tool in government contracting processes, ensuring financial security and protection for entities engaged in federal contracts, thus streamlining compliance and risk management measures in federally funded projects.
Jan 15, 2025, 6:05 PM UTC
The Ringing Rock Road Maintenance and Realignment project involves comprehensive road maintenance and realignment for Bureau of Land Management (BLM) road 5109. Key activities include clearing, road reconstruction, widening, construction of dips, and installation of culverts and turnouts, aimed at enhancing road safety and accessibility. The project adheres to the Federal Highway Administration’s Standard Specifications for Construction, FP-14, with modifications tailored for low-volume rural roads. The document outlines specific sections addressing terms, bid execution, work scope, material control, quality assurance, environmental protection, and traffic management, ensuring compliance with various federal regulations. Each area details responsibilities for contractors while focusing on environmental protection and public safety during construction. The summary of payment metrics and measurement methods guides appropriate financial handling, while specifications for clearing and grubbing ensure careful vegetation management. This initiative reflects a strategic effort to maintain and improve federal roads, facilitating access to rural areas and enhancing public resource management. It underscores the government's commitment to infrastructure development while balancing ecological considerations and community safety.
Jan 15, 2025, 6:05 PM UTC
The document details materials testing performed by the Bureau of Land Management (BLM) on Ringing Rock Road in December 2024 to assess the excavation conditions for a road realignment project. Two test pits were dug using a Mini Excavator to evaluate the quality of the rock and soil for construction. The first test pit, located at approximately station 20+15, revealed fractured materials that could be excavated without blasting, providing primary fill material for the project. The excavation progressed slowly but yielded adequate material. The second test pit at station 33+50, designated for the lower section of a switchback, indicated easier digging conditions with a mix of larger and fine-grained materials. Both sites confirm that excavation throughout the project area will be feasible with standard heavy equipment. Overall, the findings support the project's progression by ensuring material availability and suitability for the intended road construction. This analysis underscores the BLM's commitment to thorough groundwork before infrastructure development, aligning with federal guidelines for managing public land projects.
Jan 15, 2025, 6:05 PM UTC
The document details the Ringing Rock Road Maintenance and Realignment Project, undertaken by the Bureau of Land Management within the Western Montana District. The purpose is to improve and maintain approximately 4.6 miles of the Ringing Rocks Road, leading to the popular Ringing Rocks recreation site near Butte, Montana. Key activities include selective clearing, grubbing, drainage excavation, and roadway reconditioning. The contractor is accountable for all construction methods and safety compliance, emphasizing coordination with local, state, and federal regulations. Essential components also include the construction of drainage dips, the installation of new culverts, and the building of access features such as signage and fencing. The project necessitates careful planning to manage traffic control, minimize public disruption, and ensure environmental protection. Following project completion, restoration efforts will ensure areas disturbed by construction are rehabilitated. Overall, the project reflects the government's commitment to enhancing access to public lands while addressing infrastructure needs, thereby supporting sustainable recreation efforts in the region.
Apr 11, 2025, 7:09 PM UTC
The Bureau of Land Management (BLM) Montana State Office issued a Request for Proposals (RFP) for the "GAOA Ringing Rocks Road Renovation" project located in Jefferson County, Montana. This firm-fixed-price construction contract, estimated between $500,000 and $1,000,000, aims to perform road maintenance, including realignment of Ringing Rock Road and trail enhancements. The project encompasses clearing, road reconstruction, culvert installation, and various construction tasks as detailed in the specifications. The solicitation is categorized as a Total Small Business Set-Aside, encouraging small business participation. All inquiries regarding the project should be directed to the contracting officer, Jorge Alvarez, via email, with a deadline for questions set for May 1, 2025. Proposals are due for consideration, with an emphasis on complete submissions. The contractor must adhere to rigorous safety standards, quality control measures, and compliance with federal regulations regarding labor and subcontracting. Payment requests must utilize the U.S. Department of the Treasury’s electronic Invoice Processing Platform (IPP). This project underscores the importance of enhancing infrastructure while promoting economic opportunities for small businesses in the area, adhering to federal mandates throughout the contracting process.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
GAOA - EMDDO ROADS AND REC SITE REPAIRS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting sealed bids for the "GAOA - EMDDO Roads and Recreation Site Repairs" project, aimed at repairing roads and parking areas at various recreation sites across eastern Montana. The project includes essential tasks such as re-establishing road sections, improving parking areas, and applying crushed aggregate surfacing at locations including Howrey Island, Matthews, Strawberry Hills, Moorhead, and Short Pines OHV. This initiative is significant for maintaining public access to recreational areas and enhancing visitor experiences while adhering to environmental standards. Interested small businesses must submit their bids by May 22, 2025, with an estimated contract value between $250,000 and $500,000, and can contact Christine Mundt at cmundt@blm.gov or (406) 896-5030 for further information.
Y--Crooked Creek Road Improvement Project (GAOA)
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is preparing to solicit proposals for the Crooked Creek Road Improvement Project in Montana, funded by the Great American Outdoors Act (GAOA). This project aims to enhance the safety and functionality of a narrow gravel road by widening, reshaping, and upgrading drainage systems to improve travel conditions for the public. The anticipated contract, valued between $500,000 and $1,000,000, is set aside for small businesses under NAICS Code 237310, with proposals due around June 16, 2025, and contract awards expected by August 1, 2025. Interested contractors should contact Christine Mundt at cmundt@blm.gov for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for award.
MT FLAP PARK 2021(1), Old Yellowstone Trail South Improvements and Preservation
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the "Old Yellowstone Trail South Improvements and Preservation" project in Montana, under Solicitation No. 69056725R000003. This project aims to enhance and preserve critical infrastructure within Yellowstone National Park, focusing on roadway reconditioning, drainage improvements, and community access, particularly in areas affected by recent flooding. The anticipated contract value ranges from $2 million to $5 million, with proposals due by specified deadlines, and only bids from designated prime contractors will be accepted. Interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
Road Bladining Services Lolo NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide Road Blading Services at the Lolo National Forest, covering the Missoula, Ninemile, and Seeley Ranger Districts. The primary objective of this procurement is to maintain native surface roads through motorized grading operations, which include tasks such as cutting, blending, spreading, reshaping, and compacting unpaved forest roads, along with drainage maintenance and debris removal. This initiative is crucial for ensuring safe and accessible road conditions within national forest areas, supporting both environmental management and public safety. Interested small businesses must submit their quotes by May 14, 2025, with all inquiries directed to Sarah Cotton at sarah.cotton@usda.gov by May 4, 2025, as this opportunity is a total small business set-aside.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Y--BLM-CO GFO MILL CREEK CAMPGROUND EXPANSION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Mill Creek Campground Expansion project in Hinsdale County, Colorado. The project involves site work, road construction, installation of precast concrete toilets, campsite development, and bridge maintenance, aimed at enhancing visitor facilities and ensuring public safety while maintaining campground operations during construction. This initiative reflects the government's commitment to improving recreational areas, with a contract value estimated between $250,000 and $500,000, and a performance period of 365 days from the Notice to Proceed. Interested parties should contact Contracting Specialist Courtni Strickland at c1strickland@blm.gov by the closing date of May 31, 2025, following the pre-bid site visit scheduled for May 16, 2025.
MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
Buyer not available
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.
HOUSE ON FIRE PARKING AREA GRAVEL
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the procurement of road base materials to construct a parking area at the House on Fire Trail Head in San Juan, Utah. Specifically, the BLM requires 410 tons of 2" Granular Borrow and 450 tons of 1-½” Untreated Base Course (UTBC), with delivery expected within 30 days after receipt of the order. This procurement is set aside for small businesses under NAICS code 212321, emphasizing the importance of compliance with federal regulations and procurement standards. Interested parties must submit their quotations via email to Contract Specialist Mark Renforth by May 5, 2025, and may direct any questions regarding the solicitation to him by April 29, 2025.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
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.
REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Fish Hatchery Road at the Ennis National Fish Hatchery in Montana. The project involves repairing the road by addressing deteriorating asphalt and failing subgrade at ten specific locations, with a completion deadline set for September 30, 2025. This initiative is crucial for maintaining infrastructure that supports wildlife management and public safety. Interested contractors should note that the expected contract value ranges from $250,000 to $500,000, and they can contact Shanen Fox at shanenfox@fws.gov or 503-736-4469 for further details.