Z--GAOA RINGING ROCKS ROAD RENOVATION
ID: 140L3625R0003Type: Solicitation
AwardedJul 1, 2025
$535.7K$535,698
AwardeeGuardian DB Services,LLC 1768 DAUPHIN ST Mobile AL 36604 USA
Award #:140L3625C0005
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, through 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 be 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 categorized as a Total Small Business Set-Aside, promoting participation from small businesses, and requires contractors to demonstrate their past performance through comparable project documentation. Interested parties must submit their proposals by the specified deadline, with all inquiries directed to Jorge Alvarez at jalvarez@blm.gov, and the deadline for questions set for May 1, 2025.

    Point(s) of Contact
    Alvarez, Jorge
    (854) 500-1840
    (406) 896-5296
    jalvarez@blm.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document modifies the original solicitation for the GAOA Ringing Rocks Road Renovation project under Solicitation No. 140L3625R0003. Key updates include a new period of performance extending from February 8, 2024, to September 8, 2025, giving contractors a total of 578 calendar days. The amendment provides essential information, including attendance records from a site visit on November 28, 2023, and answers to questions submitted by offerors regarding project specifications and requirements. The document clarifies that contractors must inspect the site to understand the work involved and emphasizes the importance of submitting all inquiries by December 11, 2023. It outlines the need for coordination regarding construction methodologies, material sourcing, testing, and environmental considerations. Notably, certain construction activities are restricted to avoid disrupting local wildlife during sensitive timeframes. The outline maintains the structure of the original solicitation while detailing the revised expectations and regulations for potential contractors. This amendment reinforces the government's oversight and procedural compliance required for successful project execution, amid fluctuating timelines and environmental responsibilities.
    The document serves as an amendment to solicitation number 140L3625R0003 regarding the GAOA Ringing Rocks Road Renovation project. It outlines essential updates including a site visit record from April 23, 2025, and answers to questions posed by prospective offerors. The amendment instructs contractors to acknowledge its receipt and provides details about project dimensions, materials for custom signs, and the specifications for a cattle guard. Additionally, it clarifies the process for waste soil management and confirms that the government will furnish specific seed mixtures for vegetation restoration. The solicitation emphasizes the importance of site inspections for understanding the project requirements and conditions, stating that failures to do so will not be grounds for post-award claims. This document is critical in ensuring that interested contractors are fully informed about the project parameters and requirements before bidding, thus facilitating a successful procurement process.
    The document serves as an amendment for Solicitation No. 140L3625R0003 related to the GAOA Ringing Rocks Road Renovation project. It outlines necessary acknowledgment procedures for contractors regarding the amendment, specifying that changes to offers must be submitted before the stated deadline. Key project elements include providing drawings and specifications for signs, detailed dimensions for a new cattle guard, and clarification on various project-related queries, such as waste soil disposal and the provision of government-furnished materials. The amendment answers frequently asked questions by prospective contractors, covering topics like project complexity, site management, construction timelines, and responsibilities for surveying. Notably, the project's performance period is set from June 9, 2025, to August 8, 2025, emphasizing compliance with procurement guidelines and safety measures. The amendment underscores BLM's role in facilitating project operations, ensuring all parties have the necessary information and conditions to proceed effectively.
    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
    Similar Opportunities
    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.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    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.
    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 by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    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.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.