Y--BLM-CO SAND WASH IMPROVEMENTS
ID: 140L1725R0008Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF PARKING FACILITIES (Y1LZ)

Set Aside

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

    The Bureau of Land Management (BLM) Colorado State Office is soliciting proposals for the Sand Wash Improvements project, which involves significant enhancements to the parking area at the Little Snake Field Office in Maybell, Colorado. The project requires contractors to provide labor, equipment, and materials for various construction tasks, including grading, surfacing, and the installation of ADA-compliant facilities and a precast concrete restroom. This initiative is crucial for improving public access and ensuring compliance with environmental and accessibility standards. Proposals must be submitted to the designated Point of Contact, Patrick Frost, by June 30, 2025, with an estimated project budget between $250,000 and $500,000 and a completion timeline of 90 days post-notice to proceed.

    Point(s) of Contact
    Frost, Patrick
    (303) 239-3605
    (303) 239-3699
    pfrost@blm.gov
    Files
    Title
    Posted
    This Request for Proposal (RFP) pertains to the Sand Wash Parking Area project and outlines the scope of work required for its completion. The project is expected to start on August 1, 2025, and be finished by November 1, 2025, with a total performance time of 90 days. The RFP details various components needed for the project, including construction staking, mobilization, earthworks, and the installation of aggregate surfacing. It further specifies equipment such as precast concrete toilets and tables, parking stops, cabanas, and a culvert with flared ends. The document indicates a total bid structure, requesting all-inclusive pricing for the entirety of the listed items. This procurement aims to enhance recreational infrastructure at the Sand Wash site, showcasing the government's commitment to improving public facilities. Overall, the RFP is designed to attract qualified contractors to carry out the outlined construction tasks efficiently within the specified timeframe.
    The document outlines a Request for Proposal (RFP) for the construction of the Sand Wash Parking Area, with a projected start date of August 1, 2025, and a completion date of November 1, 2025. The project requires a performance period of 90 days. The RFP includes various construction tasks, listed with their estimated quantities and payment structures, such as the stakeout plan, earthworks, aggregate surfacing, installation of precast concrete amenities, and the construction of parking and walkway slabs. Key materials include a culvert, boulders, and concrete products designed to enhance the parking area's functionality. The total bid for this project is expected to consolidate all items, indicating a comprehensive approach where contractors must bid for the entirety of the specified work. This RFP exemplifies government efforts to manage public spaces effectively, ensuring accessibility and environmental harmony through planned infrastructure improvements.
    The document outlines specifications for the construction of a drainage system involving a ditch and a culvert. It details the necessary parameters: a ditch with cut slopes of 2:1 approaching a 30-foot long, 18-inch diameter corrugated steel culvert, designed to operate at a 1% grade. The road leading to the culvert must slope away from County Road by at least 2%. The information provided is illustrated through various scaled diagrams, which emphasize the correct angles and dimensions for both the ditch and culvert. This project is critical in ensuring effective water management in the area, aligning with federal guidelines for transportation and infrastructure development. The documentation is likely part of a federal RFP or grant aimed at improving local infrastructure through proper drainage solutions.
    The document outlines the specifications for a road infrastructure project involving a culvert and ditch construction. Key elements include the design of a ditch approaching a culvert with cut slopes at a ratio of 2:1 towards the road, a 30-foot by 18-inch corrugated steel culvert installed at a 1% grade, and road drainage requirements ensuring a slope away from County Road of at least 2%. The drawings provide visual representations indicating appropriate dimensions and slopes for the ditch and road. The document emphasizes compliance with these specifications to facilitate proper drainage and infrastructure safety, which is crucial for project execution under federal or local RFP guidelines. Overall, the content serves as a technical guideline for contractors to follow when carrying out the construction and ensuring functionality and regulatory adherence.
    The Sand Wash Recreation Site project involves upgrading various facilities in Moffat County, Colorado. Key tasks include improving parking areas, adding a precast concrete toilet building, installing a kiosk, and creating ADA-compliant concrete spaces. The project's timeline is set for completion within 90 days following a notice to proceed. The document outlines specifications, materials, and construction procedures, referencing standards from organizations such as AASHTO and ASTM. Submittals for materials and compliance are emphasized, along with quality assurance protocols. Detailed measurement and payment instructions cover areas like excavation, concrete work, culvert installation, and aggregate surfacing, ensuring all components meet regulatory requirements. This document serves as a comprehensive guide for contractors responding to a government Request for Proposal (RFP) for the construction work at this recreational site, emphasizing environmental considerations and project management best practices.
    The document outlines the requirements for a construction project at the Sand Wash Recreation Site in Moffat County, Colorado, focusing on site improvements and facility installations. The primary tasks include enhancing existing parking areas, adding aggregate surfacing, constructing an ADA compliant parking area, and installing a precast concrete toilet facility alongside infrastructure like kiosks, steel parking delineators, and concrete wheel stops. Key aspects of the project include a 90-day completion timeline post-notice, adherence to specific construction standards, and the necessity for meticulous preparation and quality assurance measures throughout execution. The document specifies various materials and methods, particularly in the disciplines of excavation and fill, concrete work, and site enhancements. Payment structures for different work components and the requirement for strict compliance with standards set by various organizations, including AASHTO and ASTM, are also detailed. The comprehensive approach signifies the government's commitment to ensuring functional upgrades that align with accessibility and environmental considerations while fostering effective project management. This initiative ultimately enhances recreational access and facility standardization for public use.
    The document pertains to the submission and evaluation processes for government Requests for Proposals (RFPs) and grants at federal, state, and local levels. It outlines the importance of government agencies providing detailed guidelines for potential contractors or organizations aiming to apply for funding within various initiatives. These RFPs are necessary to ensure compliance with federal regulations and foster transparency in awarding contracts and grants. Key points include the requirements parties must meet to qualify for participation, such as financial stability, past performance history, and technical capabilities. The document emphasizes collaboration among departments to ensure the sharing of best practices, the importance of clear communications with potential bidders, and the role of public interest in the selection process. Overall, the document serves as a guide for stakeholders involved in government funding opportunities, highlighting the structured approach needed for successful applications while aiming to maximize the effectiveness and accountability of public spending. This is particularly relevant for organizations looking to navigate the complexities of government contracting and grant acquisition effectively.
    The document outlines the details of a pre-bid site tour for the project "BLM-CO Sand Wash Improvements" under Solicitation #: 140L1725R0008. No new questions were raised during the tour that were not already addressed in the specifications. Contractors were invited to submit any approved alternatives in writing. The file includes contact details for two contractor representatives: Kevin Paton from Fones Construction in Craig, CO, and Jake Booco from CRC Inc. in Hayden, CO. This pre-bid tour is an integral part of the procurement process, aimed at ensuring potential bidders understand project requirements and expectations prior to bidding. The document serves to facilitate communication between the agency and interested contractors while clarifying project deliverables and timelines relevant to federal and state contracting protocols.
    The document is a Q&A amendment related to a Request for Proposal (RFP) for Sand Wash Improvements, providing clarifications on specific project details. Important points include that the stakeout coordinates will be shared in an attachment, and the specifications for materials such as the steel parking delineator, which is made from 0.25” thick steel in a 6” diameter pipe. Contractors are not required to hire a geotechnical engineer, yet they must comply with concrete and compaction standards. Warranty and liquidated damages clauses are addressed, stating that a warranty is required per standard clauses, but there are no liquidated damages included. Additionally, it is confirmed that limestone boulders can be used as an acceptable alternative to granite, while vault toilets and kiosks must be constructed of concrete and steel, respectively, to match existing structures. This document serves as part of the contracting process, ensuring that all bidders have access to clear guidelines and requirements essential for compliance during project execution. The information aims to facilitate the contracting process by clarifying material specifications and standards for the contractors involved.
    The document is an amendment to the solicitation for the BLM-CO Little Snake Field Office's Sand Wash Improvements project, identified as amendment 0001. It formally introduces modifications regarding the acknowledgment of amendments by bidders and adds a Pre-Solicitation Site Visit roster and related questions. The project seeks construction services for parking lot improvements with a budget estimate between $250,000 and $500,000, scheduled from August 1, 2025, to November 1, 2025. Key contracting requirements include active registration with SAM, adherence to invoicing guidelines on IPP, and a focus on Best Value with Trade Offs for the proposal evaluation. Vendors must submit technical narratives, evidence of past government experience, and comparable project details for successful bidding. Proposals must be emailed to the designated Point of Contact, Patrick Frost, and include specific subject line notation. The document emphasizes compliance and thoroughness in submissions while retaining existing solicitation terms. Overall, this amendment serves to clarify submission procedures and enhance contractor preparation for the project.
    The document is an amendment (0002) to the solicitation 140L1725R0008, concerning the BLM-CO Sand Wash Improvements project. It serves to update key details for contractors interested in submitting proposals for parking lot improvements and other construction services at the Little Snake Field Office in Colorado. The amendment includes a pre-solicitation site visit roster and responses to vendor questions, both of which are attached for reference. Importantly, it extends the quote submission deadline from June 23, 2025, to June 30, 2025, and modifies the end date of the contract's period of performance from November 1, 2025, to May 1, 2026. This amendment also confirms that all other terms of the solicitation remain unchanged. The project cost is estimated between $250,000 and $500,000, and proposals should be sent to the designated contracting specialist, Patrick Frost. The document maintains the standard structure of government RFP modifications, delineating action steps required from potential contractors.
    The solicitation 140L1725R0008 outlines a request for proposals (RFP) for construction services, specifically aimed at improving the parking area at the Bureau of Land Management (BLM) Colorado State Office. The project entails furnishing labor, equipment, and materials for various tasks, including grading, installing surfacing materials, a precast concrete restroom, ADA-compliant parking, and various supports. Contractors must initiate work within five calendar days after receiving a notice to proceed and complete it within 92 days. The award will be based on a 'Best Value with Trade Offs' approach, focusing not only on pricing but also on the technical capability and past performance of the bidders. Detailed project specifications require bidders to submit a technical approach, evidence of prior experience, and references of similar projects. Additional stipulations mandate a bid guarantee, and both performance and payment bonds are required. Invoices are to be submitted electronically via the Internet Payment Platform (IPP). The contractor’s capacity for compliance with environmental and historical preservation laws is vital throughout the execution of this project. This summary encapsulates the critical requirements, evaluation criteria, and procedures for submitting proposals to foster transparency and competitiveness within government contracting frameworks.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Z--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 through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    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.