Z--Red Rock Canyon NCA Admin Building Repairs
ID: 140L0625R0004Type: Presolicitation
AwardedSep 15, 2025
$807.6K$807,590
AwardeeCOELHO, INC. 3725 CRANE RD Port Republic MD 20676 USA
Award #:140L0625C0017
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)
Timeline
    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
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.