Buffalo Creek Work Center Office & Engine Storage Additions
ID: 1282B125R0021Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC IMWashington, DC, 202500001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Buffalo Creek Work Center Office and Engine Storage Additions project located in Buffalo Creek, Colorado. The project aims to enhance the existing facilities, which were built in 1938 and are currently energy inefficient, by constructing new office space and an additional engine bay, along with necessary upgrades to site utilities. This initiative is crucial for improving operational efficiency while preserving the historical integrity of the site, with an estimated project cost between $1 million and $5 million and a work period scheduled from September 30, 2025, to September 30, 2026. Interested contractors must submit their proposals by July 17, 2025, and can direct inquiries to Janice King at janice.king@usda.gov or Lucas Dahlman at lucas.dahlman@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation, numbered 1282B125R0021, pertains to the Buffalo Creek Work Center and Engine Storage Additions project, located in Buffalo Creek, Colorado, under the Pike San Isabel National Forest and associated grasslands. This document outlines the requirement for construction services, including necessary labor, materials, and equipment, while emphasizing contractor duties to adhere to specified project timelines, which dictate work commencement within 10 days post-notice of award and complete work by the agreed end date. Pricing is mandated for all items, with options available at the government’s discretion. The contract necessitates comprehensive insurance coverage and assignment of key personnel, with strict regulations around subcontracting. A notable point is that funds for this project are currently unavailable, and the government holds the right to cancel the solicitation without financial obligations to bidders. The document includes multiple attachments detailing work specifications, drawings, and necessary reports, reinforcing the structured nature of the bidding process in compliance with federal requirements. This RFP exemplifies federal efforts to ensure transparency and detailed accountability in governmental contracting.
    The Buffalo Creek Work Center MEP Survey, conducted on November 22, 2022, assesses the mechanical, electrical, and plumbing systems to support planned improvements funded by $4 million in deferred maintenance. The survey includes evaluations of various structures such as the dormitory, office, old garage, engine garage, and residence, along with the utilities servicing these facilities. Key findings highlight the need for upgrades to electrical systems, hot water heating, HVAC components, and compliance with safety regulations, particularly concerning the interconnected smoke and carbon monoxide alarms in the dormitory and residential spaces. Multiple site alternatives for the office renovation are detailed, showcasing options to modernize office space and improve utility efficiency. The project aims to enhance the work center's infrastructure and maintenance capabilities, ensuring compliance with federal regulations and improving overall safety and functionality. As such, this survey serves as a foundational document for future project planning and funding requirements.
    The USDA Forest Service's Buffalo Creek Work Center in Pine, Colorado, requires an evaluation of its water and wastewater capacity amidst staffing increases for fire protection and emergency response services. Currently, it has two on-site wastewater treatment systems (OWTS) that are functioning but show wear beyond their expected 20-year lifespan. OWTS A is operational, while OWTS B needs repairs to become functional. Both systems can accommodate an increase in personnel from 12 to 28 without needing additional units, though past permit documentation is incomplete. Water supply for the center is provided by the Buffalo Creek Water District, with indications that existing water infrastructure is adequate for current and future needs, contingent on further assessment. Detailed calculations suggest that water demands may significantly exceed actual current usage, signaling the potential for more efficient resource use. The document emphasizes the necessity of ongoing monitoring and consultations with health and regulatory agencies to ensure compliance and prepare for future expansions. This memorandum serves to guide the USDA Forest Service in evaluating existing conditions and planning for enhanced operational capability, aligning with infrastructural and environmental standards.
    The document outlines CORE's Builder/Developer Service Requirements for new electrical service applications, detailing the phases involved from engineering to construction. It emphasizes the importance of timely information exchange to avoid delays in service provision. Key phases include the Engineering phase, requiring applicants to submit relevant site details, and the Contract and Construction phase, where a construction contract is prepared following design completion. Additionally, the document discusses electrical safety codes, easement requirements, and specifications for temporary and permanent power services for residential and commercial properties. It also addresses specific installation standards for metering equipment and safety measures to be observed when interacting with electric facilities. The content serves as a guideline for contractors, builders, and developers to understand the procedural, technical, and regulatory expectations associated with obtaining electrical services, thereby facilitating compliance and efficiency in utility service delivery.
    The work order detail for the "Buffalo Creek L1 OH Relocate" project involves relocating an overhead power line to accommodate the expansion of a building, upgrading service from 200A to 600A. The work is contracted with the USDA Forest Service, and all necessary actions, including addressing traffic control and establishing new easements, are outlined. Major components include a required 15-foot easement along the southeast edge of the property and a load expectation of 70.3 kW for the renovated site. The plan does not necessitate permits due to the private nature of Harrison Ave and does not require a surveyor or landscape clearing. Furthermore, the customer will handle certain logistics, such as installing breakers within meter pedestals. Overall, this document serves as an essential guide for project execution, emphasizing the need for coordination and compliance with specified requirements while detailing responsibilities and expected project actions.
    The document outlines a work order for the removal of electrical infrastructure at the Buffalo Creek site, specifically addressing the procedures and responsibilities during excavation work through potentially challenging geological conditions such as rock or frost. The customer, USDA Forest Service, must be aware that additional costs may incur if rock is encountered, and they can choose to manage their own excavation contingent on specific requirements. No permits, easements, traffic controls, or landscaping are deemed necessary for the project. Key project aspects include preparing the work area, marking private utilities, and following CORE’s operational guidelines. The job involves the removal of meter poles and transformers, with a clear emphasis on customer action items and core operational contacts for support. This document serves not only as an operational plan but also as a disclaimer about the limitations of provided base maps, reinforcing that accuracy is not guaranteed. Overall, the file encapsulates the essential details required for project execution while highlighting the responsibilities of the customer and the contractor.
    The Buffalo Creek Work Center & Engine Storage Additions project, under solicitation #1282B125R0021 for the Pike San Isabel and Cimarron and Comanche National Grasslands in Colorado, has issued Amendment 0001. This amendment revises the proposal submission deadline from June 24, 2025, to July 15, 2025, both at 10:00 a.m. Central Time. Additionally, it provides the attendee list from a recent site visit, which included sixteen participants. Another amendment is expected to be released by June 30, 2025, addressing contractors’ inquiries and offering updated drawings. All other project conditions remain unchanged. This documentation reflects the federal process of managing and communicating changes in requests for proposals, ensuring potential contractors are well-informed throughout the bidding process. It underlines the government's commitment to transparency and adaptability in procurement practices.
    The Buffalo Creek Work Center & Engine Storage Additions project, under Solicitation #1282B125R0021, is set to improve facilities in Buffalo Creek, Colorado. The proposal submission deadline remains July 15, 2025. Amendment 0002 has added responses to contractor queries and updated project drawings and specifications. Key changes include clarification on project management software usage, invoicing terms (monthly allowed), and contractor responsibilities regarding inspections and permits. Importantly, construction funds are authorized for FY24, with potential carryover to FY25, though funding is not fully secured yet. The government anticipates awarding the construction contract by August 2025, subject to various external factors. Significant contractor responsibilities are outlined, such as obtaining necessary permits and addressing erosion control, with the government providing some utilities. Contractor questions regarding project scope and standards have been addressed, ensuring compliance with specifications during the bidding process. This project falls under federal grant initiatives, demonstrating government investment in infrastructure enhancements while emphasizing thorough contractor compliance with stipulated requirements for effective project execution.
    The Buffalo Creek Work Center and Engine Storage Additions project, under solicitation #1282B125R0021, has had its proposal due date extended from July 15 to July 17, 2025, at 10:00 a.m. Central Time. This amendment, known as Amendment 0003, primarily addresses one additional question (Question #89), while responses to earlier inquiries remain unchanged. Interested parties are directed to submit their proposals via email to designated government contacts. It is important to note that further inquiries will not be addressed during the award phase since the deadline for questions was set for June 6, 2025. This document ensures participants are informed about the updated timeline and the specific change related to question #89, maintaining all other terms and conditions as consistent with the original solicitation. The clarity in communication reinforces the federal process for RFPs and is essential for the successful execution of the project by managing expectations and adherence to timelines.
    The document details the plans for an addition to the Buffalo Creek Work Center Office and Engine Storage within the Pike-San Isabel National Forest and Cimarron and Comanche National Grasslands. The project involves compliance with relevant forest plans and NEPA documentation. Key components include alternate bids for replacing siding, upgrading storage lockers, improving paving, and modifications of existing structures, contingent upon project needs. Detailed engineering and architectural plans outline structural elements, including foundation layouts, site plans, utility integration, erosion control measures, and load specifications to ensure safety and compliance with building codes. The design emphasizes coordination across various engineering disciplines, from structural to mechanical, plumbing, and electrical. Additional notes on construction methodologies, sustainable practices, and safety protocols highlight the federal commitment to modernizing infrastructure while adhering to environmental and safety regulations. This project reflects a significant investment in federal infrastructure aimed at enhancing operational capacity while supporting ecological stewardship.
    The Buffalo Creek Work Center in Buffalo Creek, Colorado, is set for a construction project to enhance its office and engine storage facilities. Built in 1938, the existing structures are energy inefficient, necessitating new construction alongside upgrades to site utilities. The contract scope encompasses mobilization, demolition, grading, utility construction, and the construction of a new office and engine bay addition. Additional tasks include quality control, waste management, and coordination with utility companies. The project demands observation during excavation by Forest Service Heritage staff to protect historical integrity, and all travel costs related to site mobilization must be included in the contractor's proposal. Key personnel include a Project Manager and a Project Superintendent for oversight. The project is estimated to cost between $1,000,000 and $5,000,000, with the work period running from September 30, 2025, to September 30, 2026. Overall, this initiative represents a significant investment in improving operational efficiency at the work center, while also preserving historical aspects of the existing site.
    The document outlines the Request for Proposals (RFP) for the Buffalo Creek Work Center Office and Engine Storage Additions, managed by the U.S. Department of Agriculture Forest Service. The project involves constructing additions to an existing engine garage to relocate fitness facilities and create office space, including a new engine bay. Key details include: the project's location at 18046 County Road 126, Buffalo Creek, Colorado; the pre-qualification submission process; and the procurement timetable, stating that bid qualifications are due 15 days before the bid due date. The bidding process includes a security deposit requirement, supporting contractor documentation, and project specifications. Various divisions of work are categorized detailed in the specifications, encompassing procurement, construction requirements, and site-specific conditions. Submission of applications for progress payments follows designated procedures, ensuring tracking of costs and compliance with contract conditions. This RFP not only seeks qualified bidders but also emphasizes minimizing disruption during ongoing operations and maintaining safety and adherence to regulatory standards. The overarching goal is to enhance operational efficiency and facility functionality within the national forest context.
    The Geotechnical Investigation Report for the proposed Buffalo Creek Work Center office and engine storage facility outlines the subsurface conditions, construction considerations, and foundational recommendations essential for the project. Conducted by Yeh and Associates, the investigative work, comprised of exploratory borings and laboratory tests, indicates that the site consists primarily of alluvial soil with varying amounts of sand, silt, and gravel, underlain by granite at significant depths. Groundwater was encountered at 13 feet, with anticipated fluctuations. The report emphasizes the necessity for proper site preparation, excavation safety measures, and drainage considerations during construction to avoid moisture-related issues. Structural fill requirements are set forth, specifying gradation and compaction standards for foundation readiness. Recommendations for spread footings provide maximum allowable bearing pressures and stress the importance of proper drainage to mitigate foundation movement risks. The report concludes with limitations stating that findings must be verified if site conditions differ during construction. It serves as a critical document for the U.S. Forest Service and The Abo Group, guiding the geotechnical aspects of the proposed facility's design and construction process.
    The document outlines the construction project for the Buffalo Creek Work Center's Office and Engine Storage Additions, prepared for the USDA Forest Service. It contains detailed construction documents, including design criteria and regulatory compliance for architecture, civil engineering, structural engineering, mechanical, electrical, plumbing, and technology systems. Key aspects include a focus on sustainability, life safety analysis, and options considered for design choices. The sections cover architectural design needs, safety protocols, engineering specifications (including HVAC and plumbing), and fire protection measures, ensuring adherence to regulations like the IBC and NFPA standards. The analysis reflects on multiple design options—emphasizing evaluations of material, function, and environmental impacts. Each discipline discusses the planned integration of mechanical and electrical systems alongside site and utility considerations. Overall, the document serves as a comprehensive guide for meeting the project’s requirements while emphasizing safety, regulatory adherence, and sustainable practices within the context of federal funding and state/local RFP considerations. This pre-construction documentation is essential for stakeholders involved in realizing the project’s goals efficiently and responsibly.
    The Buffalo Creek Work Center Commissioning Plan, prepared by Mead & Hunt for the Abo Group, outlines a systematic commissioning process covering design, construction, acceptance, and occupancy phases for mechanical, plumbing, and electrical systems. The primary objective is to ensure that building systems operate according to design specifications and functional performance expectations. The commissioning process begins with the design phase, where a Commissioning Plan is drafted, outlining responsibilities and deliverables. The construction phase involves updating the Commissioning Plan, conducting equipment reviews, and developing functional tests. An Acceptance phase follows, focusing on the review of start-up documentation and conducting performance tests. In the final occupancy phase, issues from a Master Issues Log are resolved, culminating in a comprehensive commissioning report that summarizes the process and results. The document serves as a living reference for all stakeholders involved, detailing communication structures and team member responsibilities throughout the project. Key software, Facility Grid, facilitates issue tracking and document management during the commissioning activities, emphasizing a structured approach to ensuring quality assurance and operational efficacy in the building’s systems. This plan aligns with government RFP specifications and ensures adherence to industry best practices, vital for effective facility management.
    The document outlines various environmental management and sustainable design practices relevant to federal and state government projects, particularly in the context of Requests for Proposals (RFPs) and grants. Key topics include sustainable siting, stormwater management, energy efficiency, and renewable energy, along with strategies for optimizing building performance and resource utilization. Specific areas addressed are water use management, indoor air quality, and materials selection for health and sustainability. The inclusion of risk assessment and building resilience signals a commitment to environmental responsibility and occupant well-being. The structured list format allows for easy navigation among areas of focus, ensuring stakeholders can identify relevant practices for project development. This emphasis on comprehensive environmental stewardship is crucial for compliance with federal standards and enhancing community welfare through resilient infrastructure.
    Flatirons, Inc. offers specialized land surveying services, as indicated on their website. The document primarily serves as a promotional or informational piece highlighting the capabilities of Flatirons, Inc. in this field. While specific services, expertise, or areas of operation are not detailed within the text provided, the repetition of the company's name signifies an emphasis on brand recognition. Given the context of federal and local RFPs (Requests for Proposals) and grants, this document could be relevant for government projects requiring surveying services that conform to regulatory standards. Flatirons, Inc. positions itself as a resource for governmental entities seeking experienced professionals in land surveying, potentially catering to a variety of infrastructure and development needs. The simplicity of the document suggests a straightforward approach to attract attention from potential clients or bidders in the public sector.
    Terracon Consultants, Inc. conducted a hazardous materials inspection of the Buffalo Creek Work Center Office Building #3517 as part of the pre-demolition process. The assessment focused on asbestos, lead-containing paint (LCP), regulated building materials (RBM), mold, and moisture, occurring on February 6, 2025. Notably, no asbestos was detected in the sampled materials. However, lead was found in paint samples exceeding the EPA standard of 0.5% by weight in several instances, although conditions of the painted surfaces were mostly intact. The report also documented the presence of regulated materials such as potential mercury-containing bulbs and recommended proper disposal of identified hazardous materials. No signs of mold or moisture damage were observed. The findings emphasize the need for a further destructive site assessment to evaluate concealed areas for any hazardous materials that may remain undetected. The inspection provides essential data to ensure compliance with environmental regulations during the building's demolition, thereby safeguarding public health and the environment.
    The document outlines a Request for Proposal (RFP) from the USDA Forest Service, specifically for projects related to the Buffalo Creek Work Center Office and Engine Storage Additions within the Pike & San Isabel National Forests. It includes a structured schedule of items comprising a base item section, which details general requirements such as mobilization, bonding, and insurance, alongside a list of optional items that address various upgrades and renovations. The optional items include refinishing existing siding, constructing a heavy-duty concrete paving apron, office demolition, and replacing heating units, among others. The RFP emphasizes the need for comprehensive planning across diverse construction aspects including plumbing, electrical, and site development. This document serves as a guide for contractors to submit bids aligned with the Forest Service's specifications and needs, ensuring that renovations meet safety, compliance, and operational effectiveness within the designated work center.
    The document outlines specifications for cable management in an IT closet, emphasizing the use of overhead ladder racks and back wall installations. Key dimensions specified include measurements of 12 inches and 14 inches, suggesting a focus on optimizing space and organization within the closet. The emphasis on cable management indicates a commitment to maintaining an efficient, organized, and safe technological environment. The document likely serves as part of a request for proposals (RFP) aimed at vendors who will implement these cable management solutions in compliance with established standards. Overall, the brief emphasizes the foundational aspects of proper cable management as an essential aspect of IT infrastructure and functionality.
    The document appears to focus on a series of numerical placeholders rather than delivering substantive content. The repetitive sequence of "5" and "02" indicates the potential for coding, categorization, or data representation related to federal government RFPs, grants, or local proposals. However, no specific details, topics, or key ideas are identified within this sequence. It lacks context and actionable information typically found in government files. Therefore, the main focus or purpose of the document remains ambiguous, leaving it unqualified for analysis or summarization in terms of project specifics, funding opportunities, or RFP characteristics. It might represent administrative coding rather than substantive policies or grant structures within government operations. Further exploration of actual project or program descriptions would be necessary for a comprehensive summary that embodies the essence of standard government documentation.
    The government file outlines an initiative related to federal and state/local RFPs and grants aimed at enhancing community infrastructure. It details the framework for soliciting proposals that could address various public service needs, such as improving transportation systems, educational facilities, and public health initiatives. Key components include eligibility criteria for applicants, evaluation metrics for proposals, and funding allocations based on project scope and community impact. This document serves as a guideline for potential bidders, ensuring compliance with regulatory standards while promoting transparency in the allocation of federal and state resources. By detailing the criteria and processes, the document fosters an environment where innovative solutions can be developed to meet public sector challenges, ultimately benefiting the communities served. Emphasis is placed on sustainable practices and community engagement as essential factors in the proposal evaluation process, highlighting a commitment to not only functional improvements but also environmental stewardship and social responsibility.
    The Buffalo Creek Work Center is set to undergo expansions involving renovations to office and engine storage facilities, aimed at enhancing functionality and compatibility with existing structures. The construction will adhere to updated codes, including the 2021 International Codes and specific standards for sustainability, life safety, and accessibility. Key aspects of the design include the integration of high-quality materials, effective site drainage management, and compliance with FEMA floodplain regulations. The mechanical systems will feature a hybrid propane and electric heating solution, while electrical and plumbing modifications will be necessary to accommodate increased loads from the new facilities. The proposed sewer system involves advanced wastewater treatment alternatives to enhance capacity as usage expands. Throughout the project, utilities such as water, power, and drainage will be carefully coordinated to avoid disruptions. The design reflects a comprehensive approach to enhance the operational capacity of the center while ensuring sustainability objectives are met, demonstrating a commitment to modernize federal facilities responsibly and in compliance with local regulations. This initiative represents a significant investment in federal infrastructure, emphasizing improvements in safety and efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The contract requires comprehensive management and execution of cleaning tasks for a 5,610 square foot facility, which includes office spaces, restrooms, and a kitchen, with services to be performed once a weekday. This procurement is a Total Small Business Set-Aside, and interested parties must submit their quotations by December 15, 2025, with the contract anticipated to be awarded for a base year starting January 1, 2026, and extending through four optional years. For further inquiries, potential bidders can contact Stephen Holly at stephen.holly@usda.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.