Shoshone Wildland Fire Operations and Field Office
ID: 140L0625R0002Type: Solicitation
AwardedSep 11, 2025
$10.4M$10,435,362
AwardeeLACY MECHANICAL INC 9974 W FAIRVIEW AVE Boise ID 83704 USA
Award #:140L0625C0020
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for the construction of the Shoshone Wildland Fire Operations and Field Office in Shoshone, Idaho. This project involves the replacement of an existing facility and includes comprehensive site improvements, such as demolition, earthwork, utility installation, and the construction of a new office building with all necessary systems. The contract is classified as a firm fixed-price agreement, with an estimated value exceeding $10 million, and is designated as a total small business set-aside. Interested contractors must submit their proposals by August 20, 2025, and can direct inquiries to Kassandra Hicks at khicks@blm.gov.

    Point(s) of Contact
    Hicks, Kassandra
    (918) 679-4674
    (303) 236-9421
    khicks@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is seeking information from potential contractors regarding the "Shoshone Field Office Replacement" project through a sources sought notice dated November 20, 2024. This notice aims to conduct market research to gauge interest and qualifications of both large and small businesses for an upcoming competitive acquisition, anticipated to begin in January-February 2025. The construction project, located at the Shoshone Administrative Site, involves extensive site work and the building of a new structure, with an estimated magnitude exceeding $10 million, and a performance period of approximately 550 days post-approval. Interested businesses are asked to submit their company details, size classification, bonding ability, and relevant project experience by December 4, 2024. The announcement clarifies that participation is voluntary and no costs will be reimbursed. Responses will be publicly acknowledged and may influence small business set-aside determinations. The NAICS code applicable to this project is 236220, covering Commercial and Institutional Building Construction.
    The United States Department of the Interior's Bureau of Land Management (BLM) issued a Pre-Solicitation Notice for the GAOA Shoshone Field Office Replacement, referenced under solicitation number 140L0625R0002, scheduled for a request for proposals (RFP) release in February 2025. The project, located at 400 West F St, Shoshone, ID, has an estimated construction value exceeding $10 million and a projected duration of 550 days post-notice to proceed. The project focuses on constructing a new office building, which includes site features such as sidewalks, drainage systems, and utilities, along with the installation of building systems like HVAC and plumbing. It is set aside exclusively for small businesses, and interested parties must maintain an active registration on Sam.gov, including a Unique Entity ID. A site visit is encouraged to familiarize bidders with project requirements. Ultimately, the award will be based on the best value as per Federal Acquisition Regulations, while adhering to the Wage Determination under the Davis-Bacon Act and compliance with the Buy American Act. This notice serves to inform potential bidders about upcoming opportunities under federal procurement processes.
    The document outlines a Past Performance Questionnaire related to a government contract for the GAOA Shoshone Field Office Replacement. It collects contractor information, contract specifics, and evaluation criteria to assess performance. Key components include contractor details, project information, scope of work, and contact references. The evaluation area rates performance on quality, schedule management, pricing, management, and regulatory compliance, using a five-point scale from "Exceptional" to "Unsatisfactory." Comments are encouraged to provide context for ratings. The document is intended to inform future contract decisions by evaluating past contractor performance, emphasizing compliance, accuracy in financial dealings, and effective project management. Finally, it highlights a recommendation section that indicates the contractor's suitability for similar contracts based on past performance. The responses are to be submitted to Kassandra Hicks at the Bureau of Land Management.
    This document outlines the solicitation process for government construction, alteration, or repair projects, detailing requirements for contractors submitting offers. It emphasizes the importance of completing the "offer" section, which includes providing necessary performance and payment bonds. Contractors are required to begin work within a specified timeframe after receiving a notice to proceed, and offers must be sealed and submitted with guarantees for Government acceptance. Additionally, terms may include acknowledging any amendments to the original solicitation. The document serves as a formal invitation for bids (sealed or negotiated), ensuring that contractors understand their obligations and the criteria for proposal acceptance. Overall, the solicitation framework is designed to maintain transparency, competition, and compliance in federal contracting processes.
    The United States Department of the Interior, through the Bureau of Land Management, is managing an RFP for the Shoshone Field Office Replacement project. The document provides a comprehensive Q&A addressing technical specifications and clarifying construction details to ensure accurate bidding. Key inquiries concern structural connections, special inspections, material specifications for roofing, and responsibilities regarding hazardous materials removal. The guidance reflects the requirements for independent quality control, special inspections, and confirmation of compliance with various standards. While some questions remain pending, detailed responses clarify contractor responsibilities related to site access, existing utilities, environmental considerations, as well as the coordination with local agencies. This Q&A serves to enhance transparency, ensuring that potential bidders have the necessary information to submit compliant proposals. The inclusion of specific project requirements underscores the importance of adherence to guidelines, enhancing the quality and safety of the proposed construction efforts. Ultimately, this document aims to facilitate a successful procurement process in alignment with governmental standards and grant requirements.
    The United States Department of the Interior's Bureau of Land Management issued a set of Questions and Answers regarding the GAOA Shoshone Field Office Replacement project. This document, intended to clarify specifications and guidelines for contractors, addresses a series of technical inquiries related to construction materials and methods. Key topics include requirements for insulation and vapor barriers, flashing types, air barriers, and structural details across multiple sections of the specifications. Contractors are encouraged to refer to specific sections and drawings to find necessary details for bidding and construction processes. The Q&A outlines responsibilities for various tasks, such as demolition, site preparation, utility connections, landscaping, and materials' sourcing and approvals, underscoring the necessity of adherence to project specifications. The document illustrates the systematic approach taken by the government to ensure all contractors understand the requirements and constraints for the project, promoting compliance and thoroughness in proposals. Continuous communication between the government and bidders is emphasized, with pending reviews indicating ongoing clarification efforts, aimed at facilitating accurate project bids and successful contract execution.
    The Past Performance Questionnaire for the GAOA Shoshone Field Office Replacement assesses a contractor’s effectiveness through various evaluation criteria, focusing on metrics like quality, time management, pricing, and regulatory compliance. The document outlines a structured format for contractors to provide their company details, contract information, and an overview of the project. Performance is rated on a scale from “Exceptional” to “Unsatisfactory,” with specific comments required to support the rating in key areas. This includes the contractor’s ability to manage quality of work, adhere to schedules, handle pricing and payments reasonably, and comply with applicable regulations. The completion date for submitting the questionnaire is set for July 8, 2025, indicating a systematic approach to contract evaluation within government procurement processes. The document serves as a tool to help assess past contractor performance for future government contracts, reflecting a methodical evaluation to ensure quality and reliability in awarded projects.
    The Bureau of Land Management’s announcement relates to the GAOA Shoshone Field Office Replacement project, presenting answers to several technical queries regarding construction specifications. Key clarifications include methods for attaching structural elements, specific requirements for telecom reroutes, and responsibilities concerning the relocation of existing utility sheds nearing construction. The document emphasizes that the government will move the existing sheds prior to the start of construction, relieving the contractor of that burden, while reiterating the contractor’s responsibility to remove other landscape materials. Additionally, it addresses AISC certification requirements, stating that only certified fabricators and installers are acceptable, which could potentially affect contractor participation. Other significant topics include specifications for materials used in construction and confirmation of acoustic roof deck requirements. There are also directions for addressing unavailable plant materials, encouraging substitution with native, drought-resistant options. The comprehensive Q&A format ensures clarity and assists potential contractors in preparation for compliance with project mandates, reinforcing the government’s commitment to transparency and adherence to quality standards.
    The Bureau of Land Management (BLM) of the U.S. Department of the Interior is seeking to contract for the installation of a proprietary Metasys® Building Automation System (BAS) from Johnson Controls International PLC (JCI) for a new 13,000 square foot field office in Shoshone, Idaho. The justification for this sole-source contract is based on FAR 6.302-1, indicating that only JCI can provide the required proprietary software and support necessary for HVAC system operations that are compliant with BLM IT security protocols. The anticipated project value is significant, and the BLM asserts that the incorporation of the Metasys® system is essential for operational efficiency and remote monitoring capabilities. The contracting officials have determined that the expected costs will be fair and reasonable, supported by market research indicating no alternative products can fulfill the specific agency needs. The document also commits to continuous market research to identify compatible systems for future acquisitions and ensures transparency through public notice of this justification. Overall, this action reflects BLM's strategy to utilize specialized, compliant technologies while addressing public sector procurement standards.
    The Bureau of Land Management's "GAOA Shoshone Field Office Replacement" project, identified by solicitation number 140L0625R0002, addresses critical questions and answers related to its implementation. The document clarifies that while an online document control system will be provided by the architects and engineers, the use of Procore for contract management is not mandated. It specifies that fire alarm systems do not require a specific manufacturer but must meet NFPA 72 and project specifications, with no proprietary integration requirements. The document also provides guidance on weather barrier testing, roller window shade control mechanisms, rock removal classification, and the scope of exterior concrete work, often referencing updated specifications or drawings for detailed information. It clarifies acceptable vinyl window specifications and updated pump requirements for the project. Additionally, it addresses SCADA signals for the DDC system, noting that a broken reference to Section 230923 has been removed and additional information can be found in drawings M701 – 2/M701 and 3/M701.
    The U.S. Department of the Interior's "Shoshone Field Office Replacement (DO#30)" project in Twin Falls District, Shoshone, ID, outlines comprehensive specifications for the construction of a new field office building and associated site improvements. The document details architectural, fire protection, electrical, and landscape architecture specifications, listing the designers of record and their respective responsibilities. It covers general requirements, including project information, site access, work restrictions, and coordination with the Government, who will occupy the site during construction. The file also specifies administrative and procedural requirements for unit prices, a schedule of values, construction progress documentation, and submittal procedures. Key work items include site demolition, earthwork, structural fill, construction of the field office building, site support structures, utilities, exterior concrete, pavements, exterior improvements, and landscaping, with detailed bid items for payment. The project emphasizes strict adherence to schedules, quality requirements, and coordination to ensure efficient and compliant execution.
    The document outlines the design and construction plans for the Shoshone Field Office Replacement, managed by the U.S. Department of the Interior's Bureau of Land Management. It includes details about project location, drawings, site access, and various construction components, including civil, structural, architectural, mechanical, plumbing, electrical, and fire protection elements. Key guidelines specify that contractors must identify existing utilities prior to construction and comply with all relevant regulations regarding stormwater management and pollutant control. Detailed erosion and sediment control measures are mandated, and contractors are responsible for maintaining environmental standards and minimizing site disturbance. Demolition must be sequenced to ensure the operational integrity of existing structures, with utility rerouting where necessary. The project's structural aspects adhere to rigorous standards for materials and construction processes, prioritizing safety and compliance with existing regulations. This initiative reflects a commitment to modernizing government facilities while ensuring environmental protection, regulatory compliance, and operational continuity during construction activities. The comprehensive planning illustrated in the document covers all facets needed for a successful and compliant building project in accordance with federal guidelines.
    The document outlines the demolition and construction phases related to a government project, detailing the processes for demolishing existing structures and paving, and the construction of a new office building. Key points include specific demolition tasks such as removing old buildings, sidewalks, and underground utilities, while ensuring the continuity of government operations and safety measures during construction phases. Temporary arrangements for construction personnel and maintenance of access to facilities are critical throughout the sequences. The document emphasizes adherence to specific construction standards and highlights requirements for landscaping and security features. Ultimately, the project aims to modernize infrastructure while prioritizing operational continuity and regulatory compliance.
    The document outlines detailed plans and requirements for a proposed infrastructure project related to the construction of an office building and associated site improvements, specifically focusing on grading, drainage, and utility installation. Key components include provisions for catch basins, drainage channels, and stormwater management systems to ensure compliance with ADA standards and efficient water runoff control. Specific design notes are provided for storm drains, sewer service lines, domestic water connections, and gas service routing, along with references to engineering drawings for various utility placements. Additionally, the document emphasizes the need for coordination with existing structures and adherence to building codes to maintain operational continuity during construction. The overarching purpose is to establish a comprehensive framework for achieving effective site development while addressing sustainability and utility management, critical in federal grant and state/local RFP contexts. This planning effort illustrates a commitment to enhancing functionality and compliance in public infrastructure while mitigating environmental impacts.
    The document outlines the plans for the Shoshone Field Office Replacement project managed by the U.S. Department of the Interior, Bureau of Land Management. It includes detailed architectural and structural specifications for various room layouts, building materials, and construction methods. The plans detail multiple room functionalities such as public offices, huddle rooms, a wellness area, and conference spaces, illustrating dimensions and structural supports required for each area. General notes are provided, emphasizing the importance of coordinating civil, structural, mechanical, and electrical drawings to meet building code requirements and energy efficiency standards. They include specific mandates on wall types, equipment, and services to ensure comprehensive compliance with federal guidelines. The comprehensive nature of this plan reflects the project's complexity and underscores the government's commitment to safety, efficiency, and sustainability in public building infrastructure. The document serves as a foundational reference for contractors involved in the bidding process, equipping them with detailed insights on required materials and project expectations.
    The document outlines the demolition and construction requirements for the Shoshone Field Office Replacement, emphasizing coordination and maintenance of operational capabilities throughout the project. Key aspects include sequencing demolition to maintain building functionality, rerouting existing utilities, and maintaining site access. The construction phase involves installing new electric systems, communication infrastructure, and energy-efficient lighting. The project specifies compliance with local regulations and coordination with the Idaho Power Company for power services and permits. It prioritizes minimal disruption to current operations while integrating new facilities such as vehicle access gates and solar power systems. Overall, the document reflects a thorough approach to project management in government infrastructure upgrades, ensuring safety, efficiency, and regulatory adherence throughout the process.
    The document details the Shoshone Field Office Replacement project for the U.S. Department of the Interior, Bureau of Land Management. It outlines comprehensive plans across various disciplines, including general, civil, landscape, structural, architectural, fire protection, plumbing, mechanical, and electrical. Key aspects include demolition sequences to ensure continuous operation of the existing building, strict adherence to construction standards, utility coordination (especially for underground utilities), and environmental controls for erosion and dust. The project emphasizes compliance with federal and local regulations, requiring contractors to verify existing conditions, obtain necessary permits, and ensure material quality and site restoration. Specific notes detail requirements for concrete, reinforcing steel, and structural steel, ensuring durability and safety. This file serves as a detailed guide for the replacement project, highlighting the need for careful planning and execution.
    The document outlines detailed construction specifications for various components of a government facility, including fencing, gates, and structural elements. Key sections cover typical perimeter fence and corner details, cantilever gate specifics, decorative fence features, light pole foundations, and potable/non-potable water separation requirements, adhering to Idaho Administrative Code 58.01.08.542.07. It also details HVAC unit enclosure plans, double swing gate specifications, and structural masonry details like bar bends, hooks, development lengths, and lap splices. General notes for cold-formed steel and masonry veneer construction are provided, including material strength, fastening methods, and anchor spacing. Signage details for visitor parking and relocated existing signs are also included.
    The document outlines structural and architectural details for the Shoshone Field Office Replacement project, focusing on roof framing, wall assemblies, and code compliance. It specifies materials and construction methods for roof joists, decks, and various wall types (non-load bearing, exterior stucco, CMU veneer, and staggered stud partitions). Key structural elements include HSS sections, metal studs, and continuous edge angles. The building is classified as Type IIB non-combustible (steel construction) with a business occupancy, requiring a fire sprinkler system. Detailed code analysis covers allowable height and area, fire-resistance ratings, egress requirements, occupant loads, and restroom fixture counts, adhering to 2018 IBC, IFC, NFPA 101, and other Idaho state codes. Energy efficiency requirements per IECC 2018 for Zone 5B are also provided, including U-factors, SHGC, air leakage rates, and insulation values for the building envelope. The project emphasizes continuity of air infiltration barriers, vapor retarders, and thermal insulation.
    The government file details the reflected ceiling plans and fire protection systems for the Shoshone Field Office Replacement project in Twin Falls, Idaho. It includes specifications for various ceiling materials like acoustical lay-in panels, exposed structures, and gypsum boards, along with their respective heights in different rooms. The document also provides comprehensive details on the fire suppression system, including design criteria, hydraulic calculation requirements, sprinkler types, piping specifications, and installation guidelines in accordance with NFPA 13, 2016 Edition, and local fire codes. It outlines general notes for both ceiling and fire protection installations, emphasizing coordination with other trades, field verification, and adherence to safety and building standards.
    The provided documents detail the mechanical, HVAC, and electrical plans for the Shoshone Field Office Replacement project in Twin Falls District, Idaho. These files, prepared by LBYD Federal in Idaho Falls and approved by Nathan J. Frongner (Professional Engineer, License 18674, State of Idaho), include ventilation ductwork, HVAC controls and piping, enlarged mechanical views, and various HVAC details and schedules. Additionally, a comprehensive electrical legend outlines symbols and abbreviations for general electrical components, lighting, one-line diagrams, power, grounding, special systems, and telecom devices. The electrical notes emphasize adherence to local building codes, the National Electric Code (NEC), and project specifications, highlighting the need for coordination and sealing penetrations in fire separation walls. The project number is 70048-030.
    The Shoshone Field Office Replacement project, coordinated by the U.S. Department of the Interior, aims to replace the existing facility located in Shoshone, Idaho. The project includes comprehensive site construction, involving demolition, earth movement, drainage setup, and installation of utilities, alongside the construction of the new building with all necessary systems such as plumbing, HVAC, and electrical systems. The contract is under a single prime contractor, LBYD Federal, LLC, with specific roles assigned to various professionals, including civil, mechanical, electrical, and fire protection engineers. The document outlines management coordination procedures, submittal processes, and requirements for maintaining efficient construction operations. Strict work restrictions include limited site access, working hours from 7 a.m. to 6 p.m., and smoking prohibitions. The coordination with government agencies during construction aims to minimize disruption to ongoing operations. The contract emphasizes the importance of a detailed project management structure, regular progress documentation, and adherence to established schedules. Compliance with environmental and safety regulations is paramount. This project exemplifies government commitment to infrastructure modernization while ensuring regulatory compliance and operational efficiency throughout its execution.
    The document outlines the procedures and requirements for the Shoshone Field Office Replacement project, specifically focusing on unit prices and the schedule of values. It details the need for a comprehensive Schedule of Values, which must be coordinated with the contractor's construction schedule and submitted to the government following the notice to proceed. Key points include the necessity for itemized billing that correlates with project specifications, covering materials, overhead, and profit. The document emphasizes the inclusion of all pertinent expenses in the unit prices, ensuring every aspect of the construction is accounted for, from mobilization to landscaping. Specific bid items are described thoroughly, such as mobilization, erosion control, site utilities, and various construction tasks, each with distinct payment methods. The framework supports the accurate assessment of costs and payments throughout the project's progression, facilitating transparency and accountability. This document serves as a critical component of a Request for Proposals (RFPs) aimed at contractors participating in government-funded construction projects, emphasizing adherence to standards, thoroughness in documentation, and compliance with regulatory requirements, thereby ensuring successful project execution.
    The Bureau of Land Management is seeking proposals for the construction and replacement of the Shoshone Field Office, outlined in a detailed price breakout schedule. The project encompasses a base schedule that includes essential tasks such as mobilization, erosion control, site excavation, structural fill, and utility installation, all quantified as lump sums or specific units. Additionally, optional items are presented for potential consideration, including pavement and striping, a gravel driving surface, light poles, and a pre-engineered steel structure. Each segment details necessary construction processes aimed at developing an efficient and compliant field office facility. This request for proposals is part of a broader federal initiative, aligning with goals to enhance government infrastructure while ensuring adherence to environmental standards and operational effectiveness.
    The Geotechnical Report prepared by North Wind Infrastructure & Technology, LLC for the Bureau of Land Management details findings from a subsurface investigation at the proposed site for the Shoshone BLM Field Office Replacement in Idaho. The report outlines existing geological conditions, including stratigraphy and engineering recommendations based on laboratory and field testing. Key findings highlight predominantly sandy silt soils with underlying basalt bedrock, minimal groundwater presence, and low liquefaction potential. Recommendations for the new building’s foundations suggest using conventional footings on well-prepared native soil or bedrock, with specific guidelines for slab thickness and structural fill material to accommodate expected loads and frost protection. Excavation considerations emphasize proper site preparation, addressing drainage, and managing soil conditions that may become unstable during wet periods. The report also advises on roadway design, drainage systems, and the structural qualities of fill materials. Limitations of the study acknowledge that observed subsurface conditions might change, necessitating a review prior to construction. This document serves as an essential guide for engineers and contractors involved in the site development, ensuring compliance with geotechnical standards while addressing site-specific challenges identified during the investigation.
    The document contains bidding clarifications from the Shoshone Field Office of the Bureau of Land Management, dated August 19, 2024. Its main purpose is to provide specific guidance on the required construction project protocols without altering the existing designs or specifications. Key clarifications include acceptable water use from onsite fire hydrants, contractor responsibilities for universal waste disposal, and specifications for fences and gates, including both mechanical and hydraulic operators. Additionally, the document outlines access control system requirements, noting that PACS devices are not mandatory but conduit and junction boxes must be installed for future integration. It addresses telecommunication updates, detailing new communication lines, and provides instructions regarding the relocation of a flagpole and specifics about fire alarm installations in secured rooms. Furthermore, the mow strip dimensions are clarified as a 6-inch thickness and 12-inch width. The clarifications ensure compliance with standards while facilitating seamless construction processes and awareness of environmental considerations.
    The Idaho Department of Environmental Quality (DEQ) outlines guidelines for managing lead-based paint (LBP) and demolition waste, particularly focusing on the proper handling and disposal of lead-contaminated materials. Municipal solid waste landfills (MSWLFs) in Idaho with composite liners and leachate collection systems, such as those in Kootenai, Ada, Elmore, Cassia, Bannock, and Bonneville Counties, may accept LBP debris from household renovations without hazardous waste determination. However, debris from commercial structures requires classification as hazardous waste if it exceeds set lead concentration thresholds. For total structure demolitions, certain exemptions apply where debris can be disposed of at compliant MSWLFs or allowed as nonhazardous waste if specific abatement procedures are followed. The document emphasizes the need for post-demolition soil testing and compliance with additional requirements such as asbestos abatement and hazardous material removal. These measures ensure public safety and environmental protection regarding the management of lead-contaminated waste, assisting compliance with both Idaho state regulations and federal mandates. The guidelines reflect the DEQ’s commitment to ensuring responsible handling of hazardous materials during demolition and renovation projects across the state.
    This report presents the results of an Asbestos-Containing Materials (ACM) survey conducted at the L1053 - Office Building within the Shoshone Field Office, Idaho. The purpose was to identify ACMs and provide abatement cost estimates following EPA and AHERA standards. The survey, executed by Tetra Tech, involved a comprehensive inspection of materials, sampling, and laboratory analysis. Various materials were assessed; notably, two samples were found containing over 1% asbestos, identified primarily in vinyl sheet flooring and wall coverings. The building, constructed in 1975, encompasses 8,741 square feet, with multiple building components containing ACMs. The report emphasizes the need for careful handling during renovation to avoid disturbing hidden ACMs. A summary of findings indicates that concealed materials may exist, necessitating further investigation upon renovation. Compliance with safety standards is underscored, highlighting the importance of appropriate management of identified ACMs to protect workers and ensure regulatory adherence. The overall cost estimates for abatement are provided in a tabular format alongside necessary precautions to mitigate risks associated with asbestos exposure. This evaluation is essential for planning future renovations and maintaining safety in the building's environment.
    The document outlines the requirements and limitations related to subcontracting in federal government requests for proposals (RFPs) and grants, specifically focusing on self-performance by small businesses. It establishes a 15% minimum self-performance requirement for small businesses, outlining that subcontractors must be first-tier small businesses under the applicable North American Industry Classification System (NAICS) code, with second-tier subcontractors classified as large businesses. Key components include defining the Total Amount Proposed, which is the sum of Total Material Costs and Total Labor Costs, and providing formulas to calculate various percentages related to self-performance and subcontracting limits. The document emphasizes the importance of compliance with these limitations to ensure fair participation by small businesses in federal contracting opportunities. Overall, it serves as a guideline for contractors to navigate federal RFPs, ensuring they meet required performance levels while adhering to regulations that support small business subcontracting. This regulatory framework is vital in promoting equitable access for small businesses in government contracting initiatives while maintaining accountability in the use of federal funds.
    The document outlines General Decision Number ID20250022, effective January 3, 2025, concerning wage determinations related to building construction projects in Idaho. It includes provisions under the Davis-Bacon Act, mandating adherence to minimum wage rates as specified by Executive Orders 14026 and 13658, dictated by the contract's award date. For instance, contracts initiated post-January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a rate of $13.30 per hour. The document lists various construction trades, specifying their respective wage rates and fringe benefits, such as Bricklayers at $30.00 and Electricians at $37.47. It emphasizes compliance with federal laws by contractors, including the right to appeal wage determination decisions through designated channels to the Wage and Hour Division of the U.S. Department of Labor. Additionally, all contracts awarded post-January 1, 2017, fall under Executive Order 13706, requiring paid sick leave provisions for employees. This decision aligns with federal RFP and grant expectations, ensuring fair labor standards and worker rights in government contracting processes.
    The document details Amendment 0001 to a solicitation concerning the BLM Construction and A&E project, adjusting the proposal submission timeline and adding new documentation. The proposal due date has been extended to June 23, 2025, at 1400 MD. Additionally, new attachments including a Q&A document and a Site Visit Sign-In Sheet have been incorporated. All other terms and conditions of the solicitation remain unchanged. The primary point of contact for further actions is Kassandra Hicks, who can be reached at khicks@blm.gov. The project is scheduled for the period from July 1, 2025, to July 21, 2027. This amendment serves to clarify submission requirements and ensure that interested contractors have access to updated information critical for their proposals.
    The document is an amendment (0002) to a federal solicitation regarding a construction and A&E project, specifically modifying the due date for proposals. The amendment extends the proposal submission deadline from June 23, 2025, to July 8, 2025, at 1400 MD. It also includes the addition of updated attachments, such as a "Past Performance Questionnaire" and a "Q&A" document, to assist potential bidders. The Point of Contact for this amendment is Kassandra Hicks, whose email is provided for further inquiries. Importantly, all other terms and conditions remain unchanged from the initial solicitation. This amendment is issued under FAR 43.103(b), emphasizing the procedural regulations governing such modifications in government contracts. The project period is slated from August 1, 2025, to August 21, 2027. The document ensures that any offers submitted must acknowledge receipt of the amendment to be considered valid, underscoring the amendment's critical nature in the bidding process.
    The document is an amendment to a federal solicitation, specifically Amendment 0003 of solicitation number 140L0625R0002. It serves to extend the proposal due date from July 8, 2025, to July 18, 2025, at 1400 MD. All other terms and conditions of the original solicitation remain unchanged. The designated point of contact for this amendment is Kassandra Hicks, available at khicks@blm.gov. The overall period of performance for the contract is set from August 1, 2025, to August 21, 2027. Offers must acknowledge the amendment receipt before the specified deadline to avoid rejection. This amendment is part of the federal government's procedural framework for Managing Requests for Proposals (RFPs), ensuring clarity and compliance in procurement processes.
    The document is a formal amendment (Amendment 0004) to a government solicitation for contract purposes, focusing on the Bureau of Land Management (BLM) in Denver, Colorado. The primary purpose of this amendment is to extend the proposal submission deadline from July 18, 2025, to August 1, 2025, at 2:00 PM Mountain Daylight Time (MDT). Additionally, it includes the addition of an attachment labeled "16 Q&A 3." The document stipulates that all other terms and conditions of the original solicitation remain unchanged. Offerors are reminded to acknowledge receipt of the amendment through specific procedures, reiterating that failure to do so by the deadline may result in rejection of their offer. The point of contact for questions related to this amendment is identified as Kassandra Hicks, with a provided email for communication. As part of government RFP and contract management practices, this amendment ensures transparency and adherence to procedural guidelines for contractors engaged in federal projects.
    The document is an amendment to a government solicitation, specifically Amendment 0005, which alters specific terms of the original request. It primarily extends the proposal due date from August 1, 2025, to August 8, 2025, at 14:00 MD. Additionally, it advises that attachment 17 J&A has been added to the solicitation. The amendment requests acknowledgment of receipt through various means, including written or electronic communication referencing the solicitation and amendment numbers. It also emphasizes that failure to acknowledge receipt by the specified deadline may result in the rejection of offers. All other terms and conditions of the original solicitation remain unchanged. The Point of Contact for this amendment is Kassandra Hicks, reachable via email. This document is part of the procedures governing federal procurements and modifications to solicitations, serving to ensure clarity and compliance with submission requirements in the contracting process.
    Amendment 0006 for solicitation 140L0625R0002 extends the proposal due date from August 8, 2025, to August 15, 2025, at 1400 MD. All other terms and conditions of the original solicitation remain unchanged. For inquiries, the Point of Contact is Kassandra Hicks at khicks@blm.gov. This amendment is crucial for interested parties to note the revised submission deadline.
    Amendment 0007 to solicitation 140L0625R0002 addresses revisions and additions to a government solicitation. The purpose of this amendment is to incorporate several attachments, including 'Attachment_18_Q&A 4_25R0002,' 'Attachment_19_Revised Final_Specifications 8-7-25,' and various parts of 'Attachment_20_Revised Final_Drawings_20250804' (Parts 1-5). These additions provide updated information, specifications, and drawings related to the original solicitation. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by the specified hour and date, either by completing and returning copies of the amendment, acknowledging receipt on their offer, or sending a separate communication. Failure to acknowledge receipt may result in the rejection of the offer. The point of contact for this action is Kassandra Hicks at khicks@blm.gov.
    Amendment 0008 to solicitation 140L0625R0002 extends the proposal due date from August 15, 2025, to August 20, 2025, at 1400 MD. All pending questions related to the solicitation have been answered, and no further questions remain. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. For any inquiries regarding this amendment, Kassandra Hicks at khicks@blm.gov is the designated point of contact. This amendment ensures clarity and provides additional time for offerors to submit their proposals.
    The document is a Request for Proposal (RFP) for the GAOA Shoshone Field Office Replacement project, issued by the Bureau of Land Management. The project requires construction services classified under a firm fixed-price contract model, with an estimated cost exceeding $10 million, and is designated as a total small business set-aside. Key elements include a solicitation number, project timelines, performance requirements, and detailed submissions regarding pricing and construction specifications. The contractor is expected to commence work within 10 calendar days post-award, completing the project within 550 calendar days. Additional conditions involve adherence to wage determinations, compliance with federal laws, and provisions for ensuring the preservation of archaeological sites. The document outlines the requirement for detailed pricing and specifications as part of the bid submission, including site visits and schedules for queries. The contract features clauses related to safety, quality control, payment processes, and subcontracting limitations. This RFP illustrates the government's effort to establish competitive dynamics within federally funded projects and the need for all involved parties to meet stringent compliance standards.
    Similar Opportunities
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    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 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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    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--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    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 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.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.