Y--SALMON CREW QUARTERS CONSTRUCTION
ID: 140L0625R0009Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF FAMILY HOUSING FACILITIES (Y1FA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 11:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking a Design Build Contractor (DBC) for the construction of Crew Quarters in Salmon, Idaho, under Solicitation Number 140L0625R0009. The project aims to develop a fully functional facility on federal land, requiring comprehensive coordination with utility providers, with an estimated cost ranging from $1,000,000 to $5,000,000 and a construction duration of two years following the notice to proceed. This initiative is crucial for enhancing workforce support infrastructure in the region. The Request for Proposals (RFP) is expected to be issued in April 2025, with proposals due approximately 30 days later; interested small businesses must have a Unique Entity ID and an active System for Award Management profile. For further inquiries, contact Kassandra Hicks at khicks@blm.gov or call 918-679-4674.

Point(s) of Contact
Hicks, Kassandra
(918) 679-4674
(303) 236-9421
khicks@blm.gov
Files
Title
Posted
Mar 13, 2025, 6:08 PM UTC
The Bureau of Land Management (BLM) has issued a sources sought notice to conduct market research for constructing Salmon Crew Quarters in Salmon, Idaho. This notice, dated March 13, 2025, invites responses from both large and small businesses to assess their qualifications and interest. The BLM plans to use this information to formulate an acquisition strategy and may set aside funds for small businesses based on the responses received. The anticipated project will require construction of a single-story, 10-room, 3,465 square foot facility with a budget between $1 million and $5 million, aiming for completion within 365 days following the notice to proceed. Interested firms should submit their company information, business classification, bonding capacity, and relevant experience by March 27, 2025, to Contract Specialist Kassandra Hicks. Proposals will not be accepted at this stage, and responses are voluntary without reimbursement for associated costs. The NAICS code for this project is 236220, with a small business size standard of $45 million. Overall, this notice serves as a preliminary step toward a competitive acquisition process anticipated in April-May 2025.
Apr 4, 2025, 8:07 PM UTC
The Bureau of Land Management (BLM) is issuing a pre-solicitation notice for the Salmon Crew Quarters project, identified by Solicitation Number 140L0625R0009. This construction project is located in Lemhi County, Idaho, near Salmon. The estimated cost ranges from $1,000,000 to $5,000,000, with plans for a two-year construction duration after notice to proceed. The project requires a Design Build Contractor (DBC) to develop a fully functional Crew Quarters facility on federal land, which includes comprehensive coordination with utility providers. The RFP is anticipated to be issued in April 2025, with proposals due approximately 30 days afterward. Only small businesses that meet the $45 million size standard will be considered, and prospective bidders must have a Unique Entity ID and an active System for Award Management profile. A site visit is planned 1-2 weeks post-RFP issuance. The document emphasizes the need for contractors to adhere to the project specifications and complete all associated costs for utilities and supplies, reflecting the BLM's commitment to developing necessary infrastructure for workforce support in the area.
Lifecycle
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
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--Roseburg Warehouse Improvements
Buyer not available
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.
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.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
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.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
D-B GAOA CAHUILLA RANGER STATION REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting proposals for the Design-Build Cahuilla Ranger Station Replacement project located in Brawley, California. The objective is to construct a modern facility that will replace the outdated ranger station, accommodating various functions such as administrative, law enforcement, and emergency medical services, across approximately 10,000 to 12,500 square feet. This project is significant for enhancing operational efficiency and visitor services within the Imperial Sand Dunes Recreation Area, while adhering to federal sustainability and safety standards. Interested contractors must submit their proposals by the specified deadlines, and for further inquiries, they can contact Greetchen Jeremie at gjeremie@blm.gov or by phone at 303-236-2626.
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.
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.