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
    Description

    The Bureau of Land Management (BLM) is soliciting proposals for the Roseburg Warehouse Improvements project located in the Roseburg District of Oregon. This construction project, estimated to cost between $100,000 and $200,000, aims to enhance the warehouse's HVAC and lighting systems, involving tasks such as mobilization, minor demolition, concrete work, and compliance with environmental regulations. The solicitation is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, reflecting the government's commitment to utilizing small businesses for public projects. Interested contractors must submit sealed proposals by June 6, 2025, and can contact Holand Nordholm at hnordholm@blm.gov or 602-906-55160 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for construction work focused on improvements at the Roseburg Warehouse in Oregon, identified as Solicitation No. 140L4325R0019 by the Bureau of Land Management (BLM). The project involves a Firm Fixed Price Construction contract aimed at enhancing HVAC and lighting systems, requiring tasks such as mobilization, minor demolition, concrete work, gypsum board installation, painting, masonry, and compliance with specific environmental regulations. Notably, the bidding process is set aside for Indian Small Business Economic Enterprises (ISBEE). The structure includes multiple sections detailing the bidding schedule, specifications, contract clauses, and special requirements, such as hazardous materials management, progress reporting, and adherence to green procurement practices. Key regulations are included to guide environmental compliance, worker safety, and equal opportunity employment. The document emphasizes an obligation for the contractor to report on biobased product usage and maintain a drug-free workplace. Overall, the solicitation emphasizes the government’s commitment to sustainable practices, safety, and regulatory compliance in federal construction projects.
    This document represents Amendment 0001 to the solicitation for the Roseburg Warehouse Improvements project in Roseburg District, Oregon. The amendment primarily extends the deadline for proposal submissions to June 6, 2025, at 5:00 PM Pacific Time. All parties submitting proposals must acknowledge receipt of this amendment by specific methods defined within the document, including written acknowledgment or electronic confirmation. The amendment also relates to changes in the contract terms, ensuring compliance with Federal Acquisition Regulation (FAR) guidelines. Furthermore, it indicates that all other terms and conditions of the existing contract or solicitation remain unchanged and effective. The modification aims to facilitate clearer communications regarding proposal deadlines and requirements for those interested in the project.
    The document is a solicitation for a construction project titled "Roseburg Warehouse Improvements" in Roseburg District, Oregon, issued by the Bureau of Land Management (BLM). The project is estimated to cost between $100,000 and $200,000 and is reserved for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220. Contractors are required to submit payment bonds for awards exceeding $35,000, and both payment and performance bonds for awards over $150,000. Offers must be submitted in sealed envelopes, and the contractor is expected to begin work within a stipulated timeframe, with performance completion required by August 4, 2025. The delivery location for the project is specified as the BLM Oregon Roseburg District Office. The document outlines essential conditions relating to submission deadlines, bond requirements, and acknowledgment of amendments. This solicitation aims to engage qualified contractors for necessary improvements in the district warehouse, reflecting the federal government's commitment to utilizing small businesses for public projects.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    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.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    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.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.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.