Z--2025 PHILLIPS RESERVOIRS REPAIR - AMENDED
ID: 140L3625B0001Type: Solicitation
AwardedMar 5, 2025
$428.6K$428,574
AwardeeGRIFFITH CONTRACTING LLC 257 AVERIE LN Lewistown MT 59457 USA
Award #:140L3625C0001
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

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

    The Department of the Interior, Bureau of Land Management (BLM), is soliciting sealed bids for the 2025 Phillips Reservoirs Repair project, which involves critical construction activities to repair the Wapati, Taint, Paleface, and Whiteface Reservoirs located in South Phillips County, Montana. The project aims to address severe structural issues, including spillway reconstruction and dam embankment repairs, to prevent future failures of these essential water management infrastructures. This procurement is particularly significant as it is set aside for small businesses, with an estimated contract value ranging from $250,000 to $500,000, emphasizing the government's commitment to supporting local enterprises. Interested contractors must submit their sealed bids by January 29, 2025, and are encouraged to inspect the work sites prior to bidding; for further inquiries, they can contact Christine Mundt at cmundt@blm.gov or (406) 896-5030.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to the solicitation for the 2025 Phillips Reservoirs Repair project (Solicitation No: 140L3625B0001). It outlines important updates, including changes to technical specifications and bid submission protocols. Key changes include the replacement of outdated attachments, extension of the bid opening date to January 22, 2025, and the acknowledgment methods for the amendment. A site inspection was conducted on December 18, 2024, with attendance from various contractors and suppliers, during which significant project requirements and potential site issues were discussed. The need for careful erosion control and local material sourcing was highlighted, while it was confirmed that no stormwater management plan is necessary due to acreage affected. Additionally, the amendment presents a series of questions and answers addressing concerns from interested bidders, clarifying contract clauses, bid requirements, and site accessibility. The Government reassured participants that funding is stable and that equipment access is feasible, albeit contingent upon weather conditions. The purpose of this amendment is to ensure all prospective bidders have access to current project requirements and changes, facilitating an informed and competitive bidding process.
    This document is an amendment to a federal solicitation, specifically regarding Contract Number 140L3625B0001, issued by the Bureau of Land Management (BLM) in Billings, Montana. The primary purpose of this amendment is to address and rectify a technology issue within the BLM's writing system that resulted in the omission of an important attachment from a previous amendment (Amendment Number 0001). The document outlines the necessary procedures for contractors to acknowledge receipt of this amendment, which can be done in multiple ways. It emphasizes the requirement for acknowledgment to be submitted before the specified deadline to avoid rejection of any offers. Additionally, the amendment details that contractors may modify previous offers in light of the changes mentioned, ensuring that all adjustments are referenced appropriately. The document ensures that all previously unchanged conditions and provisions remain effective unless specified otherwise in the amendment. The formal acknowledgment and signing process affirms the authority of the contracting officer involved in this procedural update.
    The document is an amendment (No. 0003) to Solicitation No. 140L3625B0001 for the 2025 Phillips Reservoirs Repair project in Montana. It outlines important updates regarding the submission process for offers, specifically the deadlines for questions and bid submissions. The deadline for offerors to submit questions is set for January 23, 2025, at 5:00 pm Mountain Time, and these questions must be compiled into a Request for Information (RFI) to be emailed to the designated contracting officer. The public bid opening has been extended to January 29, 2025, at 2:00 pm Mountain Time, with the location remaining the same at the BLM Malta Field Office. Offerors must acknowledge receipt of this amendment following specified methods, as failure to do so may lead to rejection of their bids. This amendment serves to clarify deadlines and procedures, ensuring all potential offerors are fully informed and compliant with the solicitation requirements. The overall aim is to facilitate a transparent bidding process while adhering to federal requirements for public contracting.
    The document is a solicitation for bids regarding the renovation of the Phillips Reservoirs in South Phillips County, Montana, issued by the Bureau of Land Management (BLM). It outlines the project scope, specifying that it involves construction, alteration, or repair work on four reservoirs located approximately 60 miles south of Malta, Montana. Key details include the estimated budget range of $250,000 to $500,000 and a total small business set-aside procurement status. Potential contractors must begin work within 10 calendar days after the award notice and complete it within 120 calendar days. Offerors are required to submit sealed bids by January 15, 2025, and must furnish any necessary performance and payment bonds. The document emphasizes adherence to all work requirements and solicitation provisions. The NAICS code for the project is listed as 237990, with a small business size standard of $45 million. The BLM is responsible for overseeing the project, ensuring compliance with federal regulations, and facilitating an open bidding process. This solicitation represents a structured approach to awarding federal contracts while supporting small businesses in government projects.
    The Bureau of Land Management has outlined a comprehensive project plan for the 2025 Phillips Reservoirs Repair in Phillips County, Montana, which involves significant repairs to four reservoirs: Taint, Paleface, Whiteface, and Wapati. The project encompasses tasks such as dewatering, spillway repairs, culvert installations, embankment modifications, and erosion control using Flexamat Plus. Detailed specifications ensure quality and compliance, emphasizing environmental preservation and the protection of existing structures. All construction is to be executed under strict scheduling requirements, with operations confined to specified periods to safeguard local wildlife. The contractor is responsible for obtaining necessary permits, ensuring quality control, and coordinating all submittals for materials and methodologies with the government. Each phase of the project, from engineering to final closeout, demands adherence to established measurements, payment terms, and proper handling of materials. Moreover, explicit procedures for clearing vegetation, managing utilities, and addressing invasive species are integral to project execution. The plan showcases a rigorous approach to infrastructure maintenance, ensuring efficient use of resources while meeting regulatory standards.
    The 2024 Phillips Reservoirs Repair project in Phillips County, Montana, involves significant repair initiatives for Taint, Paleface, Whiteface, and Wapati Reservoirs under the Bureau of Land Management's supervision. Key tasks include dewatering, excavation, installation of new culverts, and erosion control measures using HDPE materials and Flexamat Plus. Specific actions for each reservoir focus on restoring structural integrity and preventing erosion, including grading embankments and replanting disturbed areas with perennial vegetation. The document outlines various sections covering general requirements, site work, permits, project meetings, and quality assurance, establishing responsibilities and procedures for all phases of construction. Contractors are required to adhere to environmental protection guidelines, specifically concerning wildlife and stormwater management. Emphasis is placed on compliance with quality standards and the necessity for required permits, including the Stormwater Pollution Prevention Plan. This detailed approach ensures systematic execution of repairs and adherence to ecological considerations, highlighting the government's commitment to maintaining dam safety and environmental stewardship throughout the project's duration.
    The Bureau of Land Management, part of the U.S. Department of the Interior, has submitted a detailed plan involving the construction of new spillways and erosion control measures at various reservoirs, including Taint, Paleface, Whiteface, and Wapati. The main objectives are to replace existing culverts, enhance primary and secondary spillways, and stabilize dam embankments to prevent erosion. Key tasks include excavating headcuts, building up earthen embankments using borrow materials, and installing Class II riprap for permanent erosion control. Specific notes detail the dimensions and placement of new infrastructure, such as a larger 36" HDPE culvert, and the proper installation of geotextile fabrics under riprap to bolster soil stability. The project underscores the government’s commitment to maintaining and improving public lands while adhering to safety and environmental regulations. The document serves as a comprehensive framework for contractors involved in the reclamation and construction phases, ensuring alignment with federal guidelines for land management and infrastructure development.
    The document outlines wage determinations for heavy construction projects governed by the Davis-Bacon Act in Montana's various counties. It specifies minimum wage rates under two Executive Orders: Executive Order 14026 requires contractors to pay at least $17.20 per hour for contracts entered into or renewed after January 30, 2022, while Executive Order 13658 applies to contracts awarded between January 1, 2015, and January 29, 2022, stipulating a minimum of $12.90 per hour. The document lists wage rates for various construction roles, including electricians, power equipment operators, ironworkers, carpenters, laborers, and welders, with details about their corresponding fringe benefits. It emphasizes the necessity for contractors to comply with these wage rates and outlines the appeals process for disputes about wage determinations, including contacting the Wage and Hour Division of the Department of Labor. This file serves as an essential reference for contractors responding to federal and state RFPs, ensuring compliance with labor standards and supporting fair labor practices in construction projects across Montana.
    The document outlines wage determinations for heavy construction projects in Montana, specifically covering several counties. It identifies the applicable minimum wage rates under the Davis-Bacon Act and relevant Executive Orders (EOs). For contracts initiated on or after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour unless a higher rate is specified. The document includes wage rates for various classifications, such as electricians, power equipment operators, ironworkers, and laborers, each detailing base pay and fringe benefits. It specifies different wage rates based on local zones for power equipment operators, adding complexity to the wage structure. Additionally, it mentions the appeal process for wage determinations and requirements for providing paid sick leave to employees under EO 13706. Overall, this document serves as a crucial guide for contractors in adhering to wage standards and worker protections for government-funded projects in Montana.
    The Bid Bond form, Standard Form 24 (Rev. 10/2023), is utilized in federal solicitations requiring a bid guaranty. It ensures that the principal (the bidder) and surety(ies) are financially bound to the U.S. Government for a specified penal sum, signifying their commitment upon successful bid acceptance. The document outlines the responsibilities of the principal to execute contractual documents and provide necessary bonds within set timeframes. The sureties must be approved by the Department of the Treasury, and their financial liability can be structured through co-surety arrangements as long as the total equals the bond amount. It also details execution requirements, including the need for corporate seals and signatures, establishing a legal obligation for the principal and surety(ies) under specific conditions. This form serves as a fundamental tool in the procurement process, ensuring compliance and accountability in government contracts.
    The document outlines the Performance Bond requirements for government contracts, specifically Standard Form 25, which is mandated for federal and state contracts. The bond serves as a financial guarantee that the contractor (Principal) will fulfill all obligations as per the contract terms. It includes signatures from the Principal and various Sureties, affirming their joint responsibility for the bond amount in case of default. The bond stipulates that its obligation becomes void if the Principal performs the contract adequately and pays relevant taxes. The form details necessary instructions for completion, including legal names, liability limits, and corporate seals, ensuring compliance with the Department of Treasury's regulations regarding approved sureties. This document is critical in safeguarding government interests during contract execution, reinforcing accountability among contracting parties. Ultimately, it supports the effective oversight of federal grants and RFPs by ensuring that contractors meet their commitments.
    The document outlines the requirements for a payment bond, typically used in federal contracts to protect individuals supplying labor and materials. It is a legal form that binds the Principal and Surety(ies) to pay a specified penal sum to the United States Government, ensuring that obligations to workers and subcontractors are met. The form includes spaces for the Principal's name, type of organization, contract details, and surety information, emphasizing that the liability limit must be indicated. Additional instructions clarify the importance of adherence to approved surety guidelines, especially regarding the limits in co-surety arrangements. The document also notes the need for corporate seals and signatures from authorized representatives, ensuring proper execution. Overall, this payment bond serves as an essential financial safeguard in government contracts, promoting accountability for contractual obligations between various parties involved.
    The document is a Release of Claims form from the United States Department of the Interior, pertinent to a specific federal contract. It requires the contractor to provide a release of all claims against the United States upon completion of the contract work and before receiving the final payment. The contractor agrees to release the United States from any debts, obligations, and claims related to the contract, with certain exceptions. The form includes sections for contractor information, signature, and certification if the contractor is a corporation, affirming that the release was executed properly. This document is a standard procedural requirement within federal RFPs and grants, ensuring that all claims are settled before the disbursement of final payment and protecting the government from future liabilities related to the contract. The structure emphasizes clarity in contractor obligations and outlines the legal discharge of claims against the United States, reflecting standard risk management practices in government contracting.
    The BLM Malta Field Office is conducting a site visit on December 18, 2024, to inspect various reservoirs, including Taint, Paleface, Whiteface, and Wapati, in connection with the Phillips Reservoirs Repair project. Representative photos taken on November 19, 2024, document pre-work conditions highlighting observed issues such as spillway headcuts, embankment slides, and severe wave erosion at different locations. Each reservoir has specific concerns: Taint Reservoir features multiple views of infrastructure and spillway conditions; Paleface Reservoir emphasizes dam and spillway integrity; Whiteface Reservoir showcases significant headcutting; and Wapati Reservoir reveals challenges like embankment slides and erosion. The purpose of this visit is to assess current conditions as part of the federal initiative to repair and enhance water management infrastructure. This documentation supports upcoming federal grant applications and local project planning, showcasing the government's commitment to maintaining and improving critical water resources.
    The Bureau of Land Management (BLM) is preparing to solicit bids for the repair of four reservoirs in South Phillips County, Montana, specifically the Wapati, Taint, Paleface, and Whiteface Reservoirs, to prevent imminent failures. The primary work includes reconstructing spillways, repairing dam embankments, and implementing permanent erosion control measures. The solicitation is expected to be released on December 3, 2025, with bids due around January 8, 2025. The estimated project cost ranges from $250,000 to $500,000, and the contract will be set aside for small businesses under the NAICS code 237990. Prospective contractors are encouraged to inspect the reservoirs prior to bidding and participate in a scheduled site visit on December 12, 2024. The successful contractor must commence work within 10 days of receiving the notice to proceed and complete all tasks before November 15, 2025, with stipulated environmental considerations. Additionally, contractors must be registered in the System for Award Management (SAM) and are required to submit payment requests digitally through the U.S. Department of Treasury's Invoice Processing Platform. This project reflects the government's focus on infrastructure maintenance and disaster prevention in vulnerable areas.
    The document outlines an amendment to solicitation number 140L3625B0001 for the "2025 Phillips Reservoirs Repair" project in Montana. It specifies that contractors must acknowledge receipt of this amendment through various methods prior to the set deadline to avoid offer rejection. The amendment clarifies that changes to the original offer can be communicated formally in writing or electronically, provided they reference the specific solicitation and amendment numbers. Additionally, it provides details about modifications to contracts or orders, including the necessity for contractors to sign and return copies of the amendment. The block designated for contractor details indicates that the authority is based on the FAR (Federal Acquisition Regulation) and outlines the conditions for extending or modifying the terms. Overall, the amendment serves to update and clarify the requirements and processes associated with the procurement related to the reservoir repair project, ensuring compliance and facilitating effective communication between the contractors and the issuing agency.
    The government file presents an amendment related to solicitation number 140L3625B0001 from the Bureau of Land Management (BLM). This document outlines procedures for acknowledging receipt of the amendment and details regarding modifications to existing contracts/orders. The amendment serves to address technology issues that affected the distribution of a previously missing attachment from Amendment Number 0001 to SAM.GOV. It emphasizes the necessity for contractors to acknowledge receipt of the amendment by specified methods to avoid rejection of their offers and stipulates that changes to offers must be submitted before the prescribed deadline. The document concludes with instructions for the contractor's signature and indicates that all other terms of the original solicitation remain unchanged. This formal announcement reflects the federal government's commitment to maintaining transparent communication and process integrity within its contracting systems.
    The document pertains to the amendment of a solicitation for a government contract related to the 2025 Phillips Reservoirs Repair project in Montana. It outlines the necessary procedures for acknowledging receipt of the amendment, emphasizing that offers must be submitted before a specified deadline to avoid rejection. The amendment modifies a previously submitted contract, requiring acknowledgment of changes made and compliance with established guidelines, including submission of amendments via electronic communication or written letters. The contractor is reminded to follow specified formats when amending offers, and administrative changes regarding the payment process may also be reflected. The document serves to ensure clarity and adherence to regulations within the framework of government contracting and procurement processes.
    The document is a government solicitation for a construction project titled "Phillips Reservoirs Repair" in Phillips County, Montana, aimed at addressing necessary repairs to four reservoirs near Malta. The project is estimated to cost between $250,000 and $500,000 and is categorized as a Total Small Business Set-Aside procurement, adhering to NAICS Code 237990, with a small business size standard of $45 million. The contractor is expected to commence work within 10 calendar days following contract award, with a completion timeline negotiated between the government and the contractor. Offers must be sealed and submitted by a specified due date. Additionally, the requirement for performance and payment bonds is noted, underscoring the government's need for assurance of contract fulfillment. The solicitation outlines various stipulations regarding the bidding process, including submission guidelines and conditions under which offers will be rejected. This document serves as a formal request for proposals, guiding potential contractors in responding effectively while ensuring compliance with federal requirements.
    The U.S. Department of the Interior's Bureau of Land Management is soliciting sealed bids for the construction work required to repair the Wapati, Taint, Paleface, and Whiteface Reservoirs in South Phillips County, Montana. The total contract is a firm fixed price construction project ranging from $250,000 to $500,000, specifically set aside for small business concerns. Contractors must register in the System for Award Management (SAM) and are encouraged to inspect the work sites prior to bidding. The project includes critical repairs to dam embankments and spillways essential to prevent future failures. Work must commence within ten days of notification and be completed within 120 calendar days, adhering to schedule constraints due to wildlife considerations. The solicitation outlines payment processing via the Treasury’s Invoice Processing Platform and requires contractors to maintain quality control during construction. Additional clauses pertain to wage requirements, liability, inspection, and reporting on subcontracting compliance. This project highlights the government's focus on infrastructure maintenance, ecological preservation, and small business engagement in federal contracting.
    Lifecycle
    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.
    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.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    Y--Hungry Horse Excitation System Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and involves the replacement of excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested contractors must submit their bids by December 17, 2025, at 1:00 PM MDT, with all submissions required to be mailed to the Columbia Pacific Northwest Regional Office in Boise, ID, as electronic submissions will not be accepted. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    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.