Y--SALMON CREW QUARTERS CONSTRUCTION
ID: 140L0625R0009Type: Sources Sought
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
    Description

    The Bureau of Land Management (BLM) is seeking qualified contractors for the construction of Salmon Crew Quarters in Salmon, Idaho. The project entails building a single-story, 10-room facility spanning 3,465 square feet, with a budget estimated between $1 million and $5 million, and a completion timeframe of 365 days from the notice to proceed. This initiative is crucial for providing adequate housing for personnel working in the area, thereby supporting the BLM's operational needs. Interested firms, both large and small, are invited to submit their qualifications, business classification, bonding capacity, and relevant experience by March 27, 2025, to Contract Specialist Kassandra Hicks at khicks@blm.gov. The procurement process is anticipated to move forward with a competitive acquisition in April-May 2025.

    Point(s) of Contact
    Hicks, Kassandra
    (918) 679-4674
    (303) 236-9421
    khicks@blm.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    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--GAOA - Orovada Fire Engine Cover & Crew Quarters, NV
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management (BLM), is announcing a pre-solicitation for the construction of a new Fire Station Complex in Orovada, Nevada, under solicitation number 140L0625R0006. This project aims to enhance fire service capabilities in northwestern Nevada by providing a fire station and crew quarters for the Winnemucca District, with a projected construction cost between $5 million and $10 million and an estimated completion period of 1,095 days post-award. The procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of small business participation, and interested contractors must register with a Unique Entity ID and maintain an active profile in the System for Award Management (SAM). A request for proposals (RFP) is expected to be issued in late April 2025, followed by a site visit approximately one to two weeks later; for further inquiries, interested parties can contact Jonathan Peterson at jrpeterson@blm.gov or call 314-708-0329.
    VALLEY COUNTY ROAD GRADING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for a road grading project in Valley County, Montana, with an estimated budget of under $50,000. The project involves the restoration of approximately 53.5 miles of road to ensure proper drainage and maintain road integrity, adhering to federal labor standards and safety regulations. This initiative is crucial for enhancing local infrastructure and promoting small business participation in federal contracts. Interested contractors must submit their sealed bids by March 24, 2025, with the contract period running from May 1, 2025, to April 30, 2026, and an option for an additional year. For further inquiries, contact Chad Clapp at cclapp@blm.gov.
    Z--GAOA Taos Area Visitors Centers
    Buyer not available
    The Bureau of Land Management (BLM) is seeking interest and qualifications from businesses for the GAOA Taos Area Visitors Centers project, which involves the design and construction of improvements to the Wild River Visitor Center and the Rio Grande Gorge Visitor Center. The project has a construction budget estimated between $1 million and $5 million and emphasizes the need for roofing expertise among potential contractors. This initiative is part of a competitive acquisition process aimed at enhancing visitor facilities, with a solicitation expected to be released in May 2025 and a projected period of performance of 525 days post-award. Interested parties are encouraged to submit their responses by March 28, 2025, to Rebecca Undlin at rundlin@blm.gov or by phone at 406-351-1301.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Arco, Idaho. The project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. This initiative is crucial for enhancing park infrastructure and ensuring compliance with federal guidelines, reflecting the government's commitment to environmental stewardship and public accessibility. Interested contractors should note that the estimated construction cost ranges from $1,000,000 to $5,000,000, with proposals due by March 31, 2025. For further inquiries, contact Paula Teague at paulateague@nps.gov.
    KRC FENCE RECONSTRUCTION
    Buyer not available
    The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the Klamath River Canyon Fence Reconstruction project, which involves reconstructing a nine-mile barbed wire fence to protect the Klamath River Canyon Area of Critical Environmental Concern from cattle intrusion. The project, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to mobilize, construct new fencing and gates, and clear brush, with a total performance period of 180 days starting from the notice to proceed. This initiative underscores the importance of sustainable land management practices and compliance with environmental regulations, including the protection of archaeological data and the use of biobased materials. Interested contractors should contact Lorri Schoellkopf at lschoellkopf@blm.gov for further details, with the solicitation issued on March 19, 2025, and work expected to commence by May 15, 2025.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    SEPTIC SERVICES, Coeur d'Alene ID BLM
    Buyer not available
    The Bureau of Land Management (BLM) in Idaho is seeking quotes for septic services at recreational sites in Coeur d'Alene, with a contract period from May 1, 2025, to April 30, 2028. The contractor will be responsible for pumping vault toilets and holding tanks, ensuring compliance with all applicable regulations, maintaining cleanliness, and using eco-friendly materials. This procurement is crucial for maintaining sanitation and environmental standards in recreational areas, reflecting the government's commitment to public safety and environmental stewardship. Interested small businesses must submit their proposals by April 4, 2025, by noon Eastern Time, and can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
    EMDD HELITACK OFFICE TRAILERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting quotes for the leasing of two temporary mobile office trailers to support operations at the BLM Miles City Field Office in Billings, MT. The procurement aims to provide functional office space for two helitack crews, accommodating a total of 22 personnel, with specific requirements for size, safety, and compliance with health regulations, including ADA standards. This initiative is crucial for ensuring that BLM personnel have the necessary facilities to conduct their operations effectively in the field. Interested small businesses must submit their proposals by the specified deadline, with inquiries directed to Chad Clapp at cclapp@blm.gov. The contract is structured as a firm fixed-price purchase order with a base year and two option years, emphasizing the government's commitment to engaging small businesses in this procurement process.
    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 efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.