Z--Red Rock Canyon NCA Admin Building Repairs
ID: 140L0625R0004Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 8:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking qualified contractors for the repair and maintenance of the Administration Building at the Red Rock Canyon National Conservation Area in Clark County, Nevada. This project, designated under solicitation number 140L0625R0004, includes essential repairs, rodent remediation, and upgrades to the HVAC system, with a total budget estimated between $500,000 and $1 million. The procurement is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested contractors must submit their proposals by April 21, 2025, following a mandatory site visit on April 2, 2025. For further inquiries, potential bidders can contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.

Point(s) of Contact
McKeon, Lisa
(850) 890-6395
(000) 000-0000
lmckeon@blm.gov
Files
Title
Posted
Jan 15, 2025, 5:05 PM UTC
The Bureau of Land Management (BLM) has issued a pre-solicitation notice for the Red Rock Canyon National Conservation Area Administration Building Repairs. The project aims to address rodent infestation, roof replacement, and water damage repairs, with an estimated construction cost between $500,000 and $1 million. The anticipated performance period is 125 days post-notice to proceed, with a solicitation date expected mid-February 2025. This contract specifically sets aside for small businesses, adhering to a size standard of $45 million. Interested contractors must obtain a Unique Entity ID (UEI) and maintain an active registration in the System for Award Management (SAM). A site visit will occur 1-2 weeks following the issuance of the Invitation for Bid (IFB). This initiative underlines the BLM’s commitment to maintaining its facilities in line with health and safety standards while engaging small businesses in federal contracting opportunities.
Apr 16, 2025, 5:06 PM UTC
The government solicitation No. 140L0625R0004 pertains to the construction contract for repairing the Administration Building at Red Rock Canyon National Conservation Area in Clark County, Nevada. The project is designated as a Total Small Business Set-Aside, with an estimated construction budget between $500,000 and $1 million. A firm-fixed-price contract will be awarded, and key timelines include a site visit on April 2, 2025, and proposal submissions due by April 21, 2025. The document outlines the bid structure, including submission requirements for pricing and compliance with various procurement standards. Specific sections address inspection and acceptance procedures, performance schedules, special requirements, and contract clauses. Contractors must ensure adherence to federal standards regarding labor, safety, environmental impact, and subcontracting limitations. Ultimately, this solicitation reflects the government's ongoing efforts to manage public facilities while ensuring transparency, safety, and compliance with federal regulations in contracting practices, thus supporting small businesses in public infrastructure projects.
Apr 16, 2025, 5:06 PM UTC
Apr 16, 2025, 5:06 PM UTC
Apr 16, 2025, 5:06 PM UTC
The Red Rock Administration Building Repair Bid outlines a comprehensive schedule for various construction tasks aimed at restoring and upgrading the facility. The bid includes mobilization and demobilization, debris disposal, and specialized monitoring for desert tortoises. Key exterior renovations involve roofing replacements, cleaning roof drains, and restoring parapet walls. The HVAC system requires significant work, including the installation of access panels, replacement of condensers, and programming new controllers connected to Johnson Controls. Additionally, the project addresses rodent issues with specified remediation efforts and preventative measures. Water damage repairs focus on restroom and storage room areas. The document organizes these tasks into categories, each with lump-sum pricing, signifying a structured approach to bidding for the repairs. Overall, the bid reflects the government's commitment to maintaining public buildings and ensuring safety and environmental compliance through careful planning and execution of necessary upgrades.
Apr 16, 2025, 5:06 PM UTC
The document outlines the requirements and guidelines associated with a federal government solicitation, focusing on the use of small businesses in contract performance. Key points include a mandated self-performance percentage of 15%, ensuring that a significant portion of the labor is performed by the contractor rather than subcontractors. The file includes instructions for determining Labor and Material costs and outlines the requirement for small business designations, emphasizing that subcontractors must qualify under the specific NAICS codes relevant to the solicitation. Details regarding payment tracking for both small business subcontractors (SSS) and large business subcontractors (LBS) are provided, stressing compliance with limitations on subcontracting, which requires that small business labor costs exceed specific thresholds to maintain contract integrity. The document ultimately serves as a compliance guide for potential contractors regarding the utilization of small businesses and adherence to federal contracting regulations, reinforcing the government’s commitment to supporting small businesses in federal procurements.
Apr 16, 2025, 5:06 PM UTC
This document outlines the solicitation process for construction, alteration, or repair projects under federal or state contracts. It provides instructions to offerors regarding the completion of their bids and the criteria for submission. Key details include the necessity for sealed bids, adherence to specified project requirements, and timelines for performance post-award. Bidders must confirm whether performance and payment bonds are required, and the document stresses that offers with insufficient acceptance time will be rejected. Specific sections call for acknowledgment of any amendments made to the original solicitation and detail the process for officially accepting offers. The contractor’s signature is essential for validation, along with provisions regarding invoice submissions and payment information. This solicitation framework ensures competitive bidding and compliance with federal acquisition regulations, reflecting the government’s standards for transparency and accountability in public contracts.
Apr 16, 2025, 5:06 PM UTC
The document is a Request for Information (RFI) regarding necessary repairs to the Administration Building at Red Rock Canyon National Conservation Area, identified by solicitation number 140L0625R0004. The purpose of the RFI is to gather inquiries related to the building repairs, where interested parties can submit questions for clarification on project specifications, drawings, or other relevant details. The engagement aims to ensure understanding of the requirements outlined in the solicitation, ultimately facilitating the repair work needed for the facility. This document is part of federal efforts to maintain and improve government properties, reflecting a commitment to preserving natural and administrative venues for public use.
The Past Performance Questionnaire for federal contracts assesses contractor performance, specifically for the Red Rock Canyon NCA Administration Building Repairs project. It captures essential contractor and contract information including the company's contact details, contract type, awarded price, completion dates, project location, and a brief description of the work performed. The questionnaire evaluates performance across several areas: quality of work, schedule management, pricing, management effectiveness, and regulatory compliance, using a rating system from "Exceptional" to "Unsatisfactory." Each section provides space for detailed comments supporting the ratings to offer insight into the contractor's performance. Finally, the document requires submission by a specified deadline to two designated Bureau of Land Management contacts for further consideration. This performance assessment helps determine the contractor’s suitability for future contracts, reflecting the importance of documented evaluations in federal procurement processes.
Apr 16, 2025, 5:06 PM UTC
The document is a Past Performance Questionnaire related to the administration building repairs at Red Rock Canyon National Conservation Area (RFP #140L0625R0004). It is intended for contractors to provide necessary details regarding their prior performance on federal contracts. Key sections include contractor information, contract specifics, evaluation criteria, and recommendations. The evaluation rates performance in several areas: Quality, Schedule & Time Management, Pricing and Payments, Management, and Regulatory Compliance, with ratings ranging from Exceptional to Unsatisfactory. Each category seeks detailed comments supporting the performance ratings, which will help assess the contractor's capability for future projects. The completed questionnaire must be returned by March 26, 2025, to the Bureau of Land Management representatives, ensuring that only qualified contractors who meet or exceed contractual obligations are recommended for similar work. This document underscores the importance of past performance evaluations in the federal procurement process, aiming to select reliable contractors based on their historical effectiveness.
Apr 16, 2025, 5:06 PM UTC
The Bureau of Land Management (BLM) intends to procure the Metasys® control system software from Johnson Controls International PLC (JCI) for HVAC management, citing its unique qualifications as the only system approved for use on the BLM network after a rigorous four-year vetting process. Currently, over 40 BLM buildings utilize this proprietary software, facilitating remote monitoring and efficient HVAC management across geographically dispersed locations. The government plans to post this justification to the System for Award Management (SAM) to invite alternative solutions, emphasizing its commitment to fair competition. Market research confirmed that Metasys® is the only proprietary software capable of meeting the agency’s requirements, and obtaining rights or data from other sources was deemed uneconomical. No other suppliers expressed interest in the acquisition. The contracting officer anticipates fair pricing through competitive market forces, as the project will be included in a broader solicitation designed to attract responses from small businesses. This acquisition represents a critical step in maintaining and improving BLM facilities' operational capabilities while adhering to established regulations.
Apr 16, 2025, 5:06 PM UTC
Apr 16, 2025, 5:06 PM UTC
The document is a Request for Information (RFI) concerning the repair and maintenance of the Red Rock Canyon National Conservation Area Administration Building. It addresses several inquiries pertinent to the project scope outlined in the Statement of Work (SOW). The primary topics include the absence of a hazardous materials report, expectations concerning mold presence, compatibility of existing HVAC line sets, and responsibilities regarding furniture and debris removal. Key points include that mold is not anticipated based on previous assessments, and any discovered mold would necessitate a contract modification. The contractor is not responsible for pricing new HVAC line sets and is confirmed not to remove power switches. BLM will clear certain items before work begins, allowing the contractor to access necessary work areas. Additionally, debris and trash generated during construction must be removed by the contractor, and BLM will incorporate the building into its existing pest control contract post-maintenance by the contractor. Overall, the RFI clarifies operational expectations and responsibilities for contractors participating in the repair project, ensuring a clear understanding of the conditions and requirements ahead of the work commencement.
Nov 25, 2024, 11:32 PM UTC
The Red Rock Canyon National Conservation Area Administration Building is set for extensive repairs and rodent remediation, following its closure due to severe rodent infestation and water damage. The project encompasses multiple phases, beginning with a detailed scope of work that includes rodent removal, building decontamination, metal roof replacement with polyurethane foam, HVAC system upgrades, and restoration of water-damaged areas. The primary goal is to restore the building to a functional state for government personnel and volunteers. Key tasks involve initial inspections, developing an approved work plan for rodent remediation, and ensuring all tasks comply with governmental guidelines. The process must address existing architectural challenges and prioritize effective exclusion of rodents from the building. The HVAC system will be replaced to meet current standards, ensuring proper climate control for occupants. Strict coordination between contractors and government agencies is crucial to maintaining operational integrity for essential services while minimizing disruptions to visitor access and safety at the site. Compliance with environmental regulations under NEPA is mandatory, including measures for protecting local wildlife. This project reflects the government's commitment to maintaining public facilities while addressing health risks and structural integrity.
Apr 16, 2025, 5:06 PM UTC
The document outlines an amendment to a solicitation regarding repairs at the Red Rock Canyon National Conservation Area (NCA) Administration Building. It details procedural changes regarding the acknowledgment of receipt of the amendment, specifying how contractors must confirm receipt in order to avoid rejection of offers. The amendment states that it includes a site visit roster and updates to related clauses and provisions. All other terms of the original solicitation remain unchanged. The amendment is critical for contractors to understand the new requirements and ensure compliance with the updated guidelines, thereby facilitating the proper execution of contract modifications. The document emphasizes the importance of timely acknowledgement of amendments in the procurement process. Overall, it serves as a procedural guide for contractors participating in federal RFPs related to construction and architectural services, ensuring that all procedural requirements are met for the successful management of federal contracts.
Apr 16, 2025, 5:06 PM UTC
The document outlines Amendment 2 of the solicitation related to repairs at the Red Rock Canyon National Conservation Area Administration Building. The amendment stipulates that contractors must acknowledge receipt of the amendment before the specified deadline to prevent offer rejection. It also allows for changes to previously submitted offers via written communication, provided such updates reference the solicitation and the amendment. The amendment specifies that it includes a new Attachment 10, consisting of Questions and Answers dated April 10, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment is managed by the Bureau of Land Management, indicating ongoing administrative processes and adjustments in federal contracting activities. This document illustrates standard practices in federal RFP management, ensuring clarity and compliance in offer submissions and contract modifications.
Apr 16, 2025, 5:06 PM UTC
The document pertains to Amendment 3 of solicitation number 140L0625R0004 concerning the Red Rock Canyon National Conservation Area Administration Building repairs. The amendment outlines the necessity for contractors to acknowledge receipt of the amendment by the specified deadline to avoid rejection of their offers. Key changes include the revision of the due date for the Past Performance Questionnaire to align with the solicitation’s closing date. Other terms and conditions remain unchanged. The document emphasizes the administrative and procedural requirements for contractors, ensuring compliance with regulations while facilitating communication about modifications. The overall purpose is to manage bidding effectively and maintain proper documentation in the procurement process for federal contracts.
Apr 16, 2025, 5:06 PM UTC
The document is a solicitation for proposals regarding the Red Rock Canyon NCA Administration Building Repairs, designated as solicitation number 140L0625R0004. Issued by the Bureau of Land Management, the project focuses on construction and repair work, with a budget range of $500,000 to $1 million and categorized under firm-fixed-price contracts. Offerors are required to submit their proposals by April 21, 2025, following a site visit on April 2, 2025. Key components of the proposal include a detailed scope of work, specifications, and the necessary compliance with federal wage determinations. Contractors must adhere to limitations on subcontracting and provide performance and payment bonds. The solicitation outlines inspection and acceptance clauses, special requirements related to work hours, and obligations for cultural resource preservation. Important deadlines and requirements for the submission process are highlighted, ensuring that all proposals meet the government’s standards. This solicitation underscores the government's commitment to supporting small businesses through targeted set-asides while ensuring compliance with federal regulations throughout the contracting process. The document serves as a comprehensive guide for potential contractors seeking to participate in government-funded construction projects.
Nov 25, 2024, 11:32 PM UTC
The Bureau of Land Management (BLM) has issued a sources sought notice for repair and rodent remediation at the Red Rock Canyon National Conservation Area. This notice is intended to conduct market research and gauge interest from both large and small businesses, which will inform the BLM's acquisition strategy. The anticipated project includes labor and materials for rodent removal, HVAC replacement, and various building repairs, with a construction budget of $500K to $1M and an expected period of performance of 120 days starting in April/May 2025. Interested vendors are invited to submit information such as business classification, experience on similar projects, and bonding capacity by December 11, 2024. The BLM aims to develop a competitive solicitation, possibly setting aside contracts for small businesses depending on the level of interest. Additionally, comments on the draft scope of work are welcome to refine project requirements. The notice underscores the government's approach to ensuring qualified service providers for essential conservation area upgrades.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
PRI1 BARRACKS HVAC CONDENSER REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of four HVAC condenser units at the Ruby Mountain Hot Shots quarters buildings, located at the Elko District Office in Nevada. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the existing, partially functional HVAC systems, which are over ten years old, with new Energy Star compliant units. This initiative underscores the government's commitment to maintaining efficient HVAC systems in federal facilities while adhering to safety and operational standards. Interested contractors must submit their bids via email by May 14, 2025, following a site visit scheduled for May 6, 2025, with the project estimated between $25,000 and $100,000 and set aside for small businesses. For further inquiries, contact Matthew Bernard at mbernard@blm.gov or call 775-861-6420.
Trailer Asphalt Shingle Roof Replacement - Battle
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of the asphalt shingle roof on a trailer located at the Air Tanker Base in Battle Mountain, Nevada. The project involves the complete removal of the existing roofing materials and installation of a new roofing system, including gutters, with a focus on compliance with local and federal building codes and environmental sustainability. This procurement is set aside for small businesses, with a budget of under $25,000, and requires contractors to submit their quotes by April 30, 2025, following a site visit on April 16, 2025. Interested parties can contact Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420 for further details.
Y--Orovada Fire Engine Cover & Crew Quarters, NV
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is soliciting proposals for the construction of the Orovada Fire Engine Cover and Crew Quarters in Nevada. This project involves the design and construction of a facility that includes a crew quarters building and an engine bay, aimed at enhancing the operational capabilities and living conditions for firefighting crews responding to wildfires. The total project budget is estimated between $5 million and $10 million, with a focus on sustainable building practices and compliance with federal and state regulations. Interested contractors should contact Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329 for further details, and proposals must be submitted by the specified deadlines outlined in the solicitation documents.
Broadband ISP for Southern Nevada District Office
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for a contract to provide high-speed broadband internet service for its Southern Nevada District Office located in Las Vegas. The procurement involves the installation and ongoing service of a symmetrical 1 Gbps broadband circuit that integrates with the existing local fiber network and supports a planned commercial Wi-Fi system, essential for accommodating the office's expanding workforce. This initiative underscores the BLM's commitment to enhancing technological capabilities within federal offices while promoting small business participation, as the contract is set aside for small businesses under NAICS code 517111. Proposals are due by May 8, 2025, with questions accepted until May 1, 2025; interested parties can contact Carey Grund at cgrund@blm.gov or by phone at 775-861-6481 for further information.
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
NIFC 300 JWH MPR Suite
Buyer not available
The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
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.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Y--PARKER SERVICE STATION ROOF REHAB
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the rehabilitation of the roof at the Parker Service Station. The project entails the demolition of the existing roof, installation of new trusses, and application of a standing seam metal roof, with necessary asbestos abatement in specific areas being managed by a certified contractor. This procurement is categorized as a total small business set aside under NAICS code 238160, with an estimated budget between $25,000 and $100,000, and a fixed-price contract will be awarded based on the lowest price technically acceptable method. Interested parties should note that a Request for Proposal (RFP) is expected to be issued around April 28, 2025, and must register on SAM.gov for notifications and submission instructions; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
GAOA RINGING ROCKS ROAD RENOVATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting proposals for the renovation of the GAOA Ringing Rocks Road in Jefferson County, Montana. This firm-fixed-price construction contract, estimated to range between $500,000 and $1,000,000, aims to enhance road conditions through maintenance activities such as realignment, clearing, road reconstruction, and culvert installation. The project is significant for improving infrastructure access to the Ringing Rocks Recreation Site while promoting economic opportunities for small businesses, as it is categorized as a Total Small Business Set-Aside. Interested contractors must submit their proposals by the specified deadline, ensuring compliance with federal regulations, and can direct inquiries to Jorge Alvarez at jalvarez@blm.gov by May 1, 2025.