FFO Parking Lot Pavement Preservation
ID: 140L5725Q0018Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF PARKING FACILITIES (Z1LZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 12, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 9:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking proposals from small business contractors for the Fillmore Field Office Parking Lot Pavement Preservation project in Millard County, Utah. The project involves essential maintenance tasks such as sealing and repairing cracks, applying seal coats, and replacing pavement markings across approximately 12,859 square yards of parking facilities. This initiative is crucial for maintaining infrastructure integrity and ensuring safe environments for personnel and visitors at the site. Interested contractors must submit their proposals by April 24, 2025, with the contract expected to be awarded in spring 2025, and a performance period scheduled from May 1 to June 30, 2025. For further inquiries, potential bidders can contact Tori Blunt Mayes at tbluntmayes@blm.gov or by phone at 435-781-4445.

Point(s) of Contact
Files
Title
Posted
The Bureau of Land Management's Fillmore Field Office in Utah is initiating a project for pavement preservation of several parking facilities. The work will encompass the Fillmore Field Office Ware Yard, employee parking lot, visitor parking, and the SEAT base parking apron, totaling approximately 12,859 square yards. The project involves sealing and repairing cracks, applying seal coats, and replacing pavement markings. Specific tasks include sealing cracks smaller than 1 inch, repairing larger cracks, applying a prime coat followed by two seal coats, and ensuring proper traffic control and protection of surrounding structures during the application process. The contract is expected to be awarded in spring 2025, with a performance period of 30 days, commencing based on weather conditions for suitable treatment application. This initiative reflects the federal government's commitment to maintaining infrastructure integrity while ensuring safe environments for personnel and visitors at these locations.
The U.S. Department of the Interior's Bureau of Land Management outlines specifications for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. The project involves sealing and repairing asphalt parking lots at the Fillmore Field Office and Fillmore SEAT Base. Key activities include applying crack sealants, conducting asphalt surface treatments, and marking pavement. The contractor is responsible for providing necessary materials and ensuring minimal disruption to ongoing government operations. Specific standards for materials and methods are highlighted, including references to AASHTO and ASTM specifications. Environmental precautions must be taken to prevent contamination of stormwater drains. The contractor must schedule work appropriately and seek prior approval for activities that impact government operations. Payment for work is structured as lump sums based on project metrics, with no direct payments for specific activities. The document emphasizes the need for adherence to regulations, proper execution of work, and maintaining communication between the contractor and the contracting officer. This project illustrates the government's commitment to maintaining infrastructure while complying with safety and environmental standards.
Apr 13, 2025, 1:04 AM UTC
The document outlines the bid schedule for the Fillmore Field Office Parking Lot Pavement Preservation project, identified by RFP number 140L5725Q0018. It specifies the quantities and types of work required, including hot asphalt mastic crack repairs and asphalt seal coating, as well as pavement markings. The invitation for bids emphasizes that only complete bids will be considered for evaluation, and the total quote provided must include all costs associated with the listed work items. The estimated quantities include 1,350 linear feet of 2-inch wide cracks for repair, a seal coat covering 11,860 square yards, and markings that include 1,512 linear feet of white striping and 114 linear feet of yellow striping. The document serves as part of a federal government RFP aimed at contracting firms for roadway maintenance, highlighting procedural requirements and evaluation criteria for submissions. The structure consists of a detailed itemized list followed by a total cost calculation, ensuring clarity for bidders. This process reflects the government’s efforts to maintain infrastructure quality and safety.
The document outlines the wage determination for highway construction projects in Millard County, Utah, as per General Decision Number UT20250014, dated January 3, 2025. It incorporates wage rates for various labor classifications, emphasizing compliance with the Davis-Bacon Act and related Executive Orders, specifically 14026 and 13658, which set minimum wage rates for covered contracts. Contractors must pay workers at least $17.75 per hour for contracts entered after January 30, 2022, and $13.30 per hour for older contracts not extended after that date. Included are detailed classifications and wage rates for laborers, truck drivers, operators, and others involved in highway construction. The document addressed how additional classifications can be added post-award and outlines the appeals process for wage determinations. This information is vital for contractors participating in federally funded projects, ensuring fair labor standards are maintained in highway construction contracts. The comprehensive listing reflects both unionized and non-union wage rates necessary for compliance and sets expectations for contractor obligations in terms of worker protection and wage entitlements.
Feb 6, 2025, 5:08 PM UTC
The Bureau of Land Management (BLM) is issuing a pre-solicitation notice for a project involving pavement preservation at the Fillmore Field Office in Millard County, Utah. The project aims to repair and seal parking lots across three designated areas: the wareyard, employee parking lot, and SEAT Base parking apron, encompassing approximately 11,859 square yards of pavement. The estimated cost of the project ranges from $25,000 to $100,000, with work expected to take place in Spring 2025 after temperature conditions permit. The solicitation, set aside exclusively for small businesses, will be posted on SAM.gov around February 21, 2025. Contractors must be registered with the System for Award Management (SAM) to be eligible for bidding. A bid bond is required for quotes exceeding $150,000, while payment and performance bonds are needed for contracts over $35,000 and $150,000, respectively. Although there will be no formal site visit, interested companies are encouraged to inspect the location beforehand. This project reflects the BLM's commitment to maintaining its facilities and ensuring contractor engagement from small business entities.
The document outlines a draft for federal and local government RFPs (Request for Proposals) and grant opportunities aimed at soliciting proposals for various projects. The primary focus is on enhancing community services through actionable projects that require funding and support. Key components include a detailed description of project goals, eligibility criteria for applicants, funding availability, and application procedures. The document emphasizes the importance of collaboration among local authorities and community organizations to ensure effective utilization of resources. Furthermore, it underscores compliance with federal regulations and reporting requirements to maintain transparency and accountability. The structure includes sections for background information, project specifics, evaluation criteria, and timelines. This draft serves as a foundational framework for prospective applicants to understand the government's vision for community development and participation in federal funding programs.
Feb 6, 2025, 5:08 PM UTC
The statement of work outlines the pavement preservation project for parking lots managed by the Bureau of Land Management in Fillmore, Utah. The project addresses deteriorating asphalt surfaces in various locations, including the Fillmore Field Office ware yard, employee parking lot, visitor parking, and the SEAT base parking apron. Initially constructed between 2002 and 2018, these areas have undergone limited maintenance, resulting in significant cracking that requires repair and seal coating. The scope includes sealing smaller cracks, repairing larger ones with mastic, applying asphalt emulsion seal coats, and repainting pavement markings. The contractor must ensure protection of surrounding structures and traffic control during the process. The anticipated start for contract work is in spring 2025, with an expected duration of 30 days, contingent on suitable temperatures for the work methods. This document is part of a federal procurement effort aimed at preserving and maintaining critical infrastructure within federal lands.
The U.S. Department of the Interior's Bureau of Land Management has issued a draft for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. The project encompasses labor, equipment, and materials necessary for sealing and repairing asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base. Key work components include cleaning and routing cracks, applying hot-applied sealant, and executing surface treatments with bituminous coatings. The specifications detail environmental precautions, access conditions, and operational requirements aimed at ensuring minimal disruption to ongoing government activities. Commitment to quality standards is evident through referenced specifications from reputable organizations like AASHTO and Asphalt Institute. The contract mandates thorough preparation, execution, and adherence to safety regulations, including advanced notifications for work that may impact governmental operations. Payment methodologies for completed tasks, such as joint sealing and surface treatments, are clearly outlined on a lump-sum basis. The document emphasizes the importance of maintaining compliance with regulatory requirements and the provision of necessary submittals for materials used, ensuring the project's long-term durability and functionality while serving government operations effectively.
Apr 13, 2025, 1:04 AM UTC
The document outlines a Request for Quotation (RFQ) for construction services concerning the pavement preservation of the Fillmore Field Office parking lot by the Bureau of Land Management (BLM). The RFQ, designated as 140L5725Q0018, invites small business contractors to submit proposals by April 24, 2025, with performance scheduled from May 1 to June 30, 2025. The project is expected to cost between $25,000 and $100,000 and requires adherence to various federal regulations including wage determinations and safety standards. Prospective bidders are advised to visit the site and submit questions in writing before the specified deadline. The award will go to the contractor offering the best value, and compliance with the Buy American Act is mandatory, emphasizing the use of domestic materials. Details such as insurance requirements, performance bonds, and construction hours are also provided, alongside attachments containing the Statement of Work and specifications. The RFQ underlines the government's intent to procure services efficiently while ensuring that contractors meet the necessary qualifications and regulatory standards, thus fostering compliance and accountability in public contracting.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
SGFO Road Base Aggregate
Buyer not available
The Bureau of Land Management (BLM) is issuing a Request for Quote (RFQ) for the procurement of 2,000 tons of Road Base Aggregate Material for a construction site in Washington County, Utah. This procurement is set aside for total small business concerns and aims to ensure the delivery of materials that meet specified gradation limits and quality standards for road, shoulder, and ware yard construction. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by May 5, 2025, and delivery expected within 30 days after order receipt. Interested parties should direct inquiries to Contract Specialist Mark Renforth at mrenforth@blm.gov and ensure compliance with all submission requirements outlined in the solicitation.
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.
Z--UMESC WEST PARKING LOT REPAIR - MILLING
Buyer not available
The U.S. Geological Survey (USGS) is soliciting proposals from qualified small businesses for the milling, resurfacing, and re-striping of the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center in La Crosse, Wisconsin. The project involves approximately 37,000 square feet of work, including the removal and replacement of asphalt, surface milling, application of tack coats, and restriping, all to be completed within 60 days from the notice to proceed. This contract, with an estimated value between $100,000 and $250,000, emphasizes compliance with federal, state, and local codes, and requires work to be performed outside regular facility hours to minimize disruption. Interested contractors must submit their proposals via email and are encouraged to contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further information, with a project completion deadline set for September 30, 2025.
Y--BLM-CO GFO MILL CREEK CAMPGROUND EXPANSION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Mill Creek Campground Expansion project in Hinsdale County, Colorado. The project involves site work, road construction, installation of precast concrete toilets, campsite development, and bridge maintenance, aimed at enhancing visitor facilities and ensuring public safety while maintaining campground operations during construction. This initiative reflects the government's commitment to improving recreational areas, with a contract value estimated between $250,000 and $500,000, and a performance period of 365 days from the Notice to Proceed. Interested parties should contact Contracting Specialist Courtni Strickland at c1strickland@blm.gov by the closing date of May 31, 2025, following the pre-bid site visit scheduled for May 16, 2025.
Z--FOG SEAL 18 MILES OF PINTO BASIN RD
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project to fog seal and re-stripe 18 miles of Pinto Basin Road in Joshua Tree National Park. This procurement is aimed at enhancing the maintenance and safety of the road, which is crucial for visitor access and park operations. The contract will be awarded as a firm-fixed price and is set aside exclusively for small businesses, with an estimated project value between $500,000 and $1,000,000. Interested parties should note that the official solicitation will be issued on or about May 2, 2025, and must ensure they have a Unique Entity ID and are registered in the System for Award Management (SAM) to be eligible for bidding. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
GAOA - EMDDO ROADS AND REC SITE REPAIRS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting sealed bids for the "GAOA - EMDDO Roads and Recreation Site Repairs" project, aimed at repairing roads and parking areas at various recreation sites across eastern Montana. The project includes essential tasks such as re-establishing road sections, improving parking areas, and applying crushed aggregate surfacing at locations including Howrey Island, Matthews, Strawberry Hills, Moorhead, and Short Pines OHV. This initiative is significant for maintaining public access to recreational areas and enhancing visitor experiences while adhering to environmental standards. Interested small businesses must submit their bids by May 22, 2025, with an estimated contract value between $250,000 and $500,000, and can contact Christine Mundt at cmundt@blm.gov or (406) 896-5030 for further information.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
UTV Winnemucca - Wilder
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for a new utility task vehicle (UTV) side by side (SXS) to support fire operations in remote areas, specifically through solicitation number 140L3925Q0039. The UTV must accommodate six passengers, feature a 70 hp gasoline engine, and possess 4WD capabilities, along with a robust design that includes a Roll Over Protection System (ROPS), significant payload and towing capacities, and all-terrain tires. This procurement is crucial for enhancing operational efficiency and safety in fire suppression and management missions, reflecting the BLM's commitment to effective environmental management. Proposals are due by 11:59 PM on May 7, 2025, with delivery expected by June 1, 2025, and interested parties can contact Matthew Bernard at mbernard@blm.gov or 775-861-6420 for further information.
Z--Wyoming Guernsey Access Road & Parking Lot Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is preparing to issue a Request for Quotation (RFQ) for repair work on the access road and parking lot at the Guernsey Dam and Powerplant in Platte County, Wyoming. The project entails grouting asphalt and concrete pavement cracks, cleaning, applying crack sealant, and seal coating parking lot areas in accordance with Wyoming Department of Transportation (WYDOT) standards. This initiative is part of the federal government's commitment to infrastructure maintenance and is set aside for small businesses, with an estimated project budget between $25,000 and $100,000 and a performance period of 90 days post-award. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit inquiries via email to Darlene Dillon at DDillon@usbr.gov, with the RFQ expected to be published on SAM.gov around May 5, 2025.