The Office of Surface Mining Reclamation and Enforcement (OSMRE) is issuing an Invitation for Bid (IFB) for construction services to reclaim hazardous abandoned coal mine sites, specifically focusing on an emergency project to close a mine shaft in Pittsburg County, Oklahoma. This 100% small business set-aside contract requires contractors to begin work within 1 day of notice to proceed and complete it within 325 calendar days, with liquidated damages of $1,500 per day for delays. A mandatory pre-bid meeting is scheduled for December 5, 2025, and bids are due via email by December 12, 2025. Contractors must be registered in SAM, comply with the Davis-Bacon Act, and submit an AML Contractor Information Form for an Applicant/Violator System (AVS) data evaluation. The project involves earthwork for shaft closure and site restoration, with an estimated price range of $25,000 to $100,000. Payment and performance bonds are required for contracts between $35,000 and $150,000.
The Glenn Eller Shaft Closure Project (CW 2025-015-006) outlines the technical specifications for concrete and steel rebar work at coordinates 34.932599o W, -95.670948oN, identified as PAD-237. Key requirements include using 4,000 psi Type II concrete with a broom finish and 3/4" triangular molding on exposed edges. Steel rebar must conform to ASTM A615 Grade 60. Stem wall construction mandates four #4 bars longitudinally for each footer and #4 dowels 18" on center in the short direction, with a 24" vertical height and 6" horizontal lap distance. All lapped bars must be tied, and all dimensions are subject to field verification. This document provides detailed construction parameters for a federal government project, likely an RFP or grant, focusing on structural integrity and material quality.
The document outlines a comprehensive project for upgrading federal government facilities, focusing on various infrastructure elements, including plumbing, mechanical systems, and environmental safety. It details the requirements for assessments, demolitions, and installations, ensuring compliance with federal and local standards. The project emphasizes integrating new systems while maintaining accessibility and safety, particularly concerning hazardous materials like asbestos and lead-based paint, as well as microbial growth. The document stresses the need for detailed planning, coordination among trades, and adherence to strict safety protocols, including infection control and fire watch. This initiative aims to modernize facilities, enhance operational efficiency, and ensure a safe environment for occupants, reflecting a commitment to infrastructure improvement and regulatory compliance.
The provided document outlines a request for proposal (RFP) for a shaft closure and site restoration project at the Glen Ellers Shaft CW 2025-015-006 in Richville, OK. The project involves constructing a concrete cap on an existing shaft, including all necessary materials and equipment, followed by site restoration. The document lists two main items:
The Abandoned Mine Lands (AML) Contractor Information Form (OMB # 1029-0119) is essential for contractors seeking eligibility for AML contracts. This form, mandated by 30 CFR 874.16, requires completion and submission to the AML contracting officer for an eligibility evaluation by the Office of Surface Mining Reclamation and Enforcement (OSMRE). It must be signed and dated within 30 days of submission to be considered for a current bid. Contractors must provide general business information (Part A) and obtain an Organizational Family Tree (OFT) from the Applicant Violator System (AVS) (Part B). Part C requires contractors to certify the accuracy of their AVS information or indicate if updates are needed. If information is incomplete or absent from the AVS, Part D requires detailed OFT information, including officers, directors, partners, members, significant owners, and any individuals influencing project conduct. This ensures transparency and compliance with federal regulations for AML reclamation projects.
Standard Form 25A (SF 25A) is a payment bond form used in federal government contracts to protect suppliers of labor and materials. This form is mandated by 40 USC Chapter 31, Subchapter III, Bonds, and any deviations require written approval from the Administrator of General Services. The bond ensures that the Principal (contractor) promptly pays all persons with a direct relationship to the Principal or a subcontractor for labor and materials furnished for the contract work. The document specifies instructions for completing the form, including requirements for the Principal's legal name and business address, authorized signatures, and evidence of authority for representatives. For corporate sureties, they must be on the Department of the Treasury's approved list, and their liability limits, especially in co-surety arrangements, must sum to 100% of the penal sum. Individual sureties must provide a completed Affidavit of Individual Surety (SF 28). The form also details sealing requirements for both corporations and individuals. The OMB Control Number for this collection is 9000-0001, expiring on 1/31/2027, with an estimated public burden of one hour.
The Contractor's Qualifications Statement is a crucial document for firms seeking government contracts, requiring detailed information to determine responsibility for contract awards. It mandates submission of the contractor's name and permanent place of business, including contact and DUNS numbers. The statement also requires a comprehensive list of all equipment to be utilized, detailing type, model, size, age, condition, and any liens, with a commitment for non-owned equipment. Contractors must ensure all equipment is in satisfactory operating condition, capable of safely and efficiently performing the work, and provide qualified operating personnel. The document also asks for extensive experience with similar projects for both the contractor and the proposed superintendent, who must have experience in earthwork and concrete construction. Details on proposed subcontractors and their experience, bonding information, and a list of all principals involved in the offer are also required. Finally, the contractor must disclose any outstanding court judgments, mechanics liens, or other civil or criminal actions.
This document is a federal government Invitation for Bid (IFB) for the "Eller AML Emergency CW 2025-015-006 PAD # OK-237" project, issued by the DOI, Office of Surface Mining Reclamation and Enforcement (OSMRE) in Lakewood, CO. The solicitation number is 140S0326B0001, issued on November 26, 2025. The project requires performance to begin within 10 calendar days of award and be completed within 0 calendar days after receiving notice to proceed, with a performance period from December 15, 2025, to December 19, 2025. Offers are due by 2:00 PM MT on December 12, 2025, via email to Cathy Boulware (cboulware@osmre.gov). A mandatory pre-bid meeting is scheduled for 10:00 AM CT on December 5, 2025, at GPS coordinates 34.932599° W, -95.670948° N. The estimated price range is $25,000.00 to $100,000.00, and the NAICS code is 562910. The Davis Bacon Act applies, and a wage determination is attached. Bidders must submit a signed bid, a bid schedule, an AML Contractor Information Form, a Payment Bond SF25A, and a Qualifications Statement. All contractors and subcontractors receiving 10% or more of the contract funding are required to obtain an Applicant/Violator System (AVS) data evaluation to determine eligibility, and contractors must have an active SAM registration. Questions must be submitted by 12:00 PM MT on December 10, 2025.