Y--Henery Mountain Field Station Building Replacement
ID: 140L5725R0002Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTUTAH STATE OFFICESALT LAKE CITY, UT, 84101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the design and construction plans for the Henry Mountain Field Station Replacement project in Hanksville, Utah, under the U.S. Department of the Interior's Bureau of Land Management. It includes directives for contractors relating to site access, project guidelines, and detailed drawing indices covering civil, architectural, mechanical, plumbing, electrical, and structural plans. Key elements emphasize contractor responsibilities for safety, compliance with local, state, and federal regulations, and site restoration post-construction. Specific guidelines address stormwater management, erosion and sediment control, and comprehensive demolition procedures for existing structures and utilities. The document also includes phasing plans to minimize disruption to ongoing operations at the visitor center. The project requires extensive planning, including the management of utilities and earthwork, providing accessibility compliant with ADA, and ensuring environmental protections are in place. Compliance with standards is compulsory for all materials used, and significant prerequisites include permitting for stormwater activities and notification requirements before any excavations or disruptions occur. This file reflects the procedural rigor expected in federal RFPs and grants, emphasizing meticulous planning for government-funded construction initiatives.
    The document outlines the specifications for the replacement of the Henry Mountain Field Station managed by the Bureau of Land Management in Hanksville, Utah. It includes a comprehensive table of contents detailing various construction divisions, from general requirements to specific technical specifications for materials and systems, overseen by a team of registered professional engineers and architects. Key divisions covered include earthwork, concrete, metals, HVAC, plumbing, and electrical systems, indicating a broad scope for construction and improvement to meet contemporary standards. The document is a draft, with approval indicated by the signatures of qualified professionals, reflecting due diligence in project planning. This initiative aims to enhance the functionality and sustainability of the Field Station, aligning with federal and state requirements for building projects, while fostering effective collaboration and project management throughout the construction phase.
    The document outlines a project plan involving the construction of a new 6-bay vehicle shelter and associated infrastructure improvements located in the State of Utah. Key inclusions are the installation of solar panels on the vehicle shelter roof, landscaping measures to manage stormwater, and the provision of various shelters and security features. The project will involve the relocation of public restrooms, installation of concrete walkways, hydrant assemblies, gates, and a waste station, with precise details for each component noted. Additionally, the plan emphasizes the importance of adhering to government guidelines for building materials, colors, and design approvals. There are provisions for ensuring accessibility and compliance with ADA requirements for amenities like picnic tables. The breakdown covers the layout of structures, required utility connections, and coordination with existing infrastructures. Overall, this is a government RFP involving significant civil engineering and planning components crucial for facility enhancement and operational efficiency in local government services.
    The document outlines supplemental notes for the Henry Mountain Field Station replacement project, addressing design clarifications and necessary corrections for construction drawings. Key updates include the requirement for HSS5x2.5 distribution chords at all exterior and interior walls, the replacement of door and window framing details, and specifications for exposed steel columns which will be painted instead of appearing as AESS. It notes several discontinued flooring products and states that equivalencies must be approved by the Bureau of Land Management (BLM). The dimensions for overhead doors have been clarified, and a protective coiling counter door is specified as not to be included in the door schedule. Sign sizes for interior room indications and accessible parking are also outlined. This document serves to ensure that the construction aligns with the design intent and adheres to regulatory standards, highlighting the importance of clear communication in government contracting processes and project management. The revisions are crucial for moving forward effectively with the building's development while meeting required specifications.
    This document outlines the specifications for the installation and relocation of chain link fences and gates, which is a component of a federal or state/local government Request for Proposal (RFP) or grant project. It begins with instructions for submittals, emphasizing the need for shop drawings that include details on post installation and gate hardware. Quality assurance requirements call for a single-source supplier for all fencing materials. The product specifications are detailed, covering fence fabric made from steel with specific mesh and wire size, as well as the framework and barbed materials. Quality standards include compliance with ASTM specifications for durability and material properties. The execution section provides a step-by-step guide on preparation, installation, and concrete requirements necessary for the fence and gates. It ensures adherence to safety and structural integrity during installation, including guidelines for grounding and bonding to protect against electrical hazards. This document serves as a critical reference for contractors and suppliers in ensuring that projects meet federal and local standards for security and safety through proper fencing applications. It reflects a commitment to maintaining rigorous structural and material quality in public infrastructure projects.
    The Bureau of Land Management (BLM) is seeking input from small businesses for the Henry Mountain Field Station Building Replacement project through a sources sought notice dated February 14, 2025. This notice is intended for market research, gathering information on interested small business contractors to aid in developing a small business acquisition strategy. Proposals are not being accepted currently, but feedback on included drafts of specifications and drawings is welcomed to refine project requirements. The construction involves the demolition and replacement of facilities in Hanksville, Utah, with a focus on environmental considerations, including xeriscaping and stormwater management. Interested businesses are required to submit company details, classifications under the relevant socioeconomic categories, bonding capacity, past project experience, and an estimated construction budget ranging from $500,000 to $1,000,000. The due date for submissions is set for March 3, 2025, with a formal RFP expected to be issued by the end of March 2025. This initiative underscores the BLM's commitment to engaging small businesses while fulfilling project objectives in a competitive procurement environment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--Calf Creek Bridge Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small businesses to participate in the Calf Creek Bridge Replacement project located in Escalante, Utah. This initiative involves the demolition and replacement of the existing bridge, realignment of the road, and installation of safety railings, with a focus on adhering to environmental protections and federal standards throughout the construction process. The project is crucial for maintaining infrastructure along Highway 12, which is vital for local traffic and safety. Interested parties should submit their qualifications and relevant experience by March 3, 2025, with an estimated project budget between $500,000 and $1 million, and can direct inquiries to Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    Y--DEAN S. RECREATION SITE
    Buyer not available
    The Bureau of Land Management (BLM) Montana State Office is soliciting proposals for the construction of the Dean S. Recreation Site in Custer County, Montana. The project involves reconstructing access roads, establishing a day-use parking area, creating ten dispersed camping sites, and developing additional facilities such as restroom amenities and walking trails, with an estimated budget between $500,000 and $1,000,000. This initiative aims to enhance public recreation facilities while promoting participation from Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by February 24, 2025, with work expected to commence shortly after the notice to proceed and completion targeted by October 30, 2025. For further inquiries, contact Jorge Alvarez at jalvarez@blm.gov or by phone at 854-500-1840.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    BLM-WY-GRAY WALL LIVESTOCK WATER WELL
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The project involves drilling a well to a depth of approximately 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards, and includes the installation of necessary casing and gravel packing. This initiative is crucial for enhancing water resource management, particularly for agricultural use in the region. Interested contractors must ensure active registration in the System for Award Management (SAM) and submit their quotations by May 30, 2025, following a site visit on May 14, 2025. The estimated budget for this project ranges from $10,000 to $25,000, and inquiries can be directed to Huong Le at hle@blm.gov.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project encompasses site preparation, demolition of existing facilities, installation of concrete toilets, and construction of associated infrastructure, including sidewalks, while adhering to environmental regulations and safety standards. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities and support small businesses, with an estimated budget between $100,000 and $250,000. Contractors must submit their proposals by the specified deadline and are encouraged to contact Christine Mundt at cmundt@blm.gov or 406-896-5030 for further information.
    Z--NIFC 210 RMP Insulation Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    BLM WY - CARBON COUNTY RECREATION SITE CLEANING SE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites in Carbon County, Wyoming, under a total small business set-aside contract. The procurement involves cleaning services at three specific locations: Bennett Peak, Corral Creek, and the Encampment River Trailhead, with a focus on maintaining cleanliness and safety for public use through regular trash removal and restroom cleaning. This contract is crucial for ensuring the upkeep of public lands, enhancing visitor experience, and promoting environmental stewardship. Proposals are due by February 28, 2025, with the performance period starting from May 30, 2025, to November 3, 2025, and potential renewal options through 2029. Interested parties can contact Jennifer Vedsted at jvedsted@blm.gov for further information.