Y--Roseburg Warehouse Improvements
ID: 140L4325R0019Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 12:00 AM UTC
Description

The Bureau of Land Management (BLM) within the Department of the Interior is preparing to issue a Request for Proposal for the Roseburg Warehouse Improvements project located in Roseburg, Oregon. This construction contract will involve mobilization, minor demolition, cast-in-place concrete, gypsum board installation, painting, masonry work, ductless mini-split heat pump systems, and electrical requirements, all aimed at enhancing the BLM Roseburg District Office facilities. The project, valued between $100,000 and $200,000, is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a solicitation anticipated to be released around May 1, 2025, and a performance period expected from June to August 2025. Interested parties may direct inquiries to Holand C. Nordholm at hnordholm@blm.gov after the solicitation is issued.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
F--BIL_BAR_Horning Seed Orchard Field Fence Installation for the BLM-Portland Offi
Buyer not available
The Bureau of Land Management (BLM), Oregon State Office, is seeking proposals for the installation of field fencing at the Horning Seed Orchard in Colton, Oregon. This procurement is specifically set aside for Women-Owned Small Businesses and involves a firm fixed price construction contract with a project magnitude estimated between $25,000 and $100,000. The successful contractor will be required to complete the installation within 60 days following the issuance of the Notice to Proceed (NTP), with the solicitation expected to be released around May 1, 2025. Interested parties can contact Susanne Clark at susanneclark@blm.gov or by phone at 503-808-6494 for further details.
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.
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.
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.
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.
56--Producing aggregate in Mt Ruben quarry, Medford OR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotations from small businesses for the production of aggregate at the Mt. Ruben quarry in Medford, Oregon. The project, identified as Request For Quotation (RFP) No. 140L4325Q0039, involves mobilization, site clearing, and the production of approximately 9,500 cubic yards of crushed aggregate from previously shot rock, with a strong emphasis on adhering to environmental and safety regulations, particularly concerning local wildlife habitats. This initiative is crucial for maintaining road infrastructure while ensuring compliance with federal environmental standards, including protections for the northern spotted owl. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545.
Y--GAOA COVE BOAT RAMP AND SHORELINE STABILIZATION
Buyer not available
The Department of the Interior, through the Bureau of Land Management (BLM), is seeking qualified small businesses to undertake the GAOA Cove Boat Ramp and Shoreline Stabilization project in Owyhee County, Idaho. The project involves completing repairs and upgrades to the Cove Recreation Site near CJ Strike Reservoir, with an estimated construction budget ranging from $250,000 to $500,000. This initiative is part of the BLM's commitment to enhancing recreational facilities while adhering to federal contracting regulations. Interested bidders must register for a Unique Entity ID and maintain an active System for Award Management (SAM) profile, with a Request for Proposal (RFP) expected to be released around May 12, 2025, and proposals due approximately 30 days thereafter. For further inquiries, potential bidders can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.
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.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the Beachie Creek and Lionshead fires of 2020, located in Marion County, Oregon. The project involves mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for enhancing forest management practices and mitigating wildfire risks, with an estimated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, and are encouraged to attend a pre-solicitation site visit on November 4, 2024, with the final solicitation expected to be issued around May 2, 2025.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around July 2, 2025, and contract awards planned for September 3, 2025.