Y--SALMON CREW QUARTERS CONSTRUCTION
ID: 140L0625R0009Type: Presolicitation
AwardedSep 22, 2025
$3.1M$3,117,293
AwardeeNORTHERN MANAGEMENT SERVICES, INC. 607 CHURCH ST Sandpoint ID 83864 USA
Award #:140L0625C0025
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 Department of the Interior, through the Bureau of Land Management (BLM), is soliciting proposals for the construction of the Salmon Crew Quarters in Salmon, Idaho. This project involves the design and construction of a factory-built facility encompassing approximately 3,465 square feet, intended to provide living accommodations for fire response teams, including ten bedrooms and essential communal areas. The contract is set for a performance period from July 1, 2025, to July 1, 2027, with an estimated project value between $1 million and $5 million, emphasizing the importance of compliance with federal building codes and standards. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals, including past performance questionnaires, by the specified deadlines, with Kassandra Hicks as the primary contact for inquiries.

    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.
    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.
    The Salmon Crew Quarter Construction project in Salmon, Idaho, involves the design and construction of a factory-built quarters facility tailored for federal land. This single-story building will encompass approximately 3,465 square feet, housing ten bedrooms, and aims to support the mental well-being of crew members. The designated contractor (DBC) is responsible for design, construction, permits, and utility coordination while adhering to all relevant federal, state, and local regulations. The facility's site plan emphasizes sustainability, accessibility, and safety features including landscaped areas, parking for vehicles, and adequate security measures. The project will utilize environmentally friendly materials and ensure the welfare of crew members through thoughtful architectural design. The timeline includes multiple stages of deliverables, incorporating design submissions, construction documentation, and quality control processes to meet established performance standards. Ultimately, this project underscores the federal government's commitment to providing safe, functional living quarters while complying with environmental and safety regulations. The collaboration between design and engineering professionals is crucial in ensuring that all elements align with specified codes and contribute positively to the residing personnel's quality of life.
    The document outlines the requirements for a federal solicitation for construction, alteration, or repair work, detailing the process for offer submissions and contract awards. It specifies that offers must be sealed and include performance and payment bonds if required. The solicitation also emphasizes the need for original offers marked clearly with the offeror's name and solicitation number. Offerors must complete a section acknowledging amendments to the solicitation, provide guarantees for proposals, and agree to the performance terms outlined. The timeframe for the contractor's performance is highlighted, as well as acceptance periods for government consideration of offers. The document also includes procedural instructions for signing and presenting the offer. Ultimately, it serves as a formal invitation for vendors to bid on government contracts while ensuring compliance with established protocols and timelines.
    The Bureau of Land Management (BLM) is currently managing an RFP for the Salmon Crew Quarters, which includes specific requirements for building submissions. The document outlines responses to inquiries regarding the project. Key points include the stipulation that only factory-built buildings are acceptable, and past performance references must meet criteria established in the solicitation. CPARs are not accepted as substitutes for Past Performance Questionnaires in the Phase 1 proposal submissions. Additionally, there will be an opportunity for contractors to submit further questions following the Phase 1 selection process, which will relate specifically to pricing in Phase 2. This Q&A format provides necessary clarifications to potential bidders and ensures compliance with BLM standards, highlighting the importance of defined specifications and performance metrics in government contracting processes.
    The U.S. Department of the Interior's Bureau of Land Management (BLM) is proposing the construction of factory-built crew quarters specifically designed for fire response teams. This project aims to provide living, dining, and sleeping accommodations for up to ten team members within a total gross building area of 3,465 square feet. The structure features separate living and sleeping wings, which include multiple bedrooms, single occupancy bathing rooms, a kitchen, pantry, dining area, and essential utility rooms. The document includes detailed architectural plans such as overall floor plans, wing specifications, and building elevations, highlighting carefully planned layouts and dimensions to ensure functionality and accessibility. This initiative reflects the government's commitment to support emergency response capabilities and enhances essential infrastructure for fire management operations. The emphasis on creating adequate living arrangements underlines the importance of maintaining operational efficiency and readiness in response to fire emergencies.
    This government file outlines the access control detail for a project managed by the U.S. Department of the Interior, specifically the Bureau of Land Management. The document illustrates a diagrammatic representation of the access control system, incorporating essential components like an electric hinge, a panic bar, a card reader, and various conduits necessary for system integration. It specifies a finished floor level and the positioning of several junction boxes intended for the access control panel. The note indicates that the presented detail is not exhaustive, suggesting that the contractor is responsible for delivering a complete system. The emphasis on design intent and the need for a comprehensive approach underscores the importance of meticulous planning in government contracting. This documentation is relevant within the broader context of federal RFPs, as it facilitates the procurement process for security systems necessary for maintaining safety and regulatory standards on public lands.
    The document outlines a concept architectural site plan for the new Fire Crew Quarters in Salmon, Idaho, under the jurisdiction of the U.S. Department of the Interior's Bureau of Land Management. Key components of the project include the construction of new facilities, a perimeter security fence with a barbed wire arm, landscaping requirements, and the installation of essential utilities such as water and sewer lines. The plan specifies the provision of parking stalls, a concrete sidewalk, an outdoor amenity area, and various recreational features such as a sand volleyball court and outdoor exercise equipment. Additionally, safety measures will include a sliding gate and pedestrian access points, equipped with keypads and ambient lighting. The document emphasizes coordinating with local authorities and integrating necessary infrastructure in line with the performance requirements specified in the project guidelines. Overall, it captures essential design, environmental, and safety considerations for developing an effective fire crew operational facility in the community.
    The BLM Building Codes and Standards document outlines the guidelines for construction and alteration of federal buildings, emphasizing compliance with nationally recognized codes, federal laws, and applicable state and local regulations. Federal law mandates that buildings constructed by federal agencies, including BLM, adhere to established building codes, the primary ones being the 2021 International Building Code (IBC) and various NFPA standards for safety and efficiency. Although buildings on federal property are exempt from local codes, compliance is pursued where practical. The document enumerates a range of required codes and standards, such as IBC, IPC, IRC, and fire safety regulations, alongside laws related to energy efficiency and accessibility. It assigns responsibility for oversight to the BLM National Operations Center’s Architecture and Engineering Branch, emphasizing the necessity for detailed documentation and compliance analysis during project design phases. Moreover, the document stresses the importance of periodic updates to the codes and standards in line with agency directives. By adhering to these guidelines, BLM aims to ensure safety, sustainability, and regulatory compliance across its construction projects, reflecting federal priorities in infrastructure development.
    The Geotechnical Report for the Salmon Fire Center, prepared by LBYD Federal, LLC for the Bureau of Land Management, outlines findings from site investigations in Salmon, Idaho. The purpose of the investigation was to evaluate subsurface conditions and provide engineering recommendations for the construction of a new fire station and related facilities. Key findings indicate the presence of gravelly clay and sandy gravel soils, with a moderate risk of liquefaction and an identified need for foundation designs that account for site-specific geology. The report suggests that foundations can use conventional footings on native soil, provided they adhere to specified depths for frost protection and recommended bearing pressures. Additionally, various lateral earth pressures are established for retaining structures, alongside guidance for slab-on-grade construction, drainage, and stormwater management. The climate will impact excavation and construction processes, necessitating specific preparations to address soil compaction and moisture conditions. Overall, the report emphasizes the necessity of ongoing consultation with geotechnical engineers during project design and execution to mitigate specific risks associated with site conditions. This investigation adheres to accepted engineering practices, ensuring safe and viable site improvements.
    This document presents a detailed survey control file for a specified project involving survey points with corresponding Northing and Easting coordinates, elevations, and descriptions of various landmarks and utility features. It lists survey points that were measured and describes them as aluminum or brass caps belonging to survey markers established by the Bureau of Land Management. Notably, the elevations are based on the North American Vertical Datum 1988, with horizontal locations defined using the Modified Idaho State Plane Coordinate System. Additionally, the survey includes boundary notes and is marked "Not for construction," indicating its preliminary design phase. The document emphasizes the importance of the survey for establishing precise geographic data necessary for planning and development purposes, aligning with federal and state regulations concerning land use and infrastructure projects. This file will aid in future reference and ensure compliance with specific geographic and engineering standards.
    The document is a Past Performance Questionnaire for a contractor involved in the Salmon Crew Quarters project, detailing the information necessary for evaluating the contractor's performance. It includes sections for contractor and contract information, ratings for various performance evaluation areas (such as quality, schedule management, pricing, and regulatory compliance), and an overall recommendation for future projects. The evaluations utilize a rating scale ranging from 'Exceptional' to 'Unsatisfactory,' addressing issues like quality of workmanship, timely completion of milestones, financial accuracy, and adherence to safety regulations. The questionnaire aims to collect objective feedback to inform future contract decisions within government procurement processes, ensuring that contractors meet established standards for performance. The document is structured to facilitate clear, organized assessment and includes a return deadline for submission.
    The document is a Past Performance Questionnaire for a project titled "Sagebrush Discovery Trail." It requests comprehensive information regarding the contractor, including key contact details, contract specifics such as price, dates, and project location, followed by an assessment framework for evaluating the contractor's performance across several criteria. The evaluation areas include Quality, Schedule & Time Management, Pricing and Payments, Management, and Regulatory Compliance. Each area provides a rating scale from Exceptional to Unsatisfactory, along with specific comments to justify the ratings. The document concludes with an overall recommendation regarding the contractor’s suitability for similar future projects and includes a return date for submission. This questionnaire is crucial within the context of government RFPs and grants, as it helps federal and local agencies assess contractor capabilities and performance history before awarding new contracts.
    The document is an amendment to a federal solicitation concerning modifications to contracts/orders, specifically Amendment 0001 for solicitation number 140L0625R0009, issued by the Denver Federal Center. This amendment outlines important updates, including the addition of new attachments: a Past Performance Questionnaire, a Site Visit Sign-In Sheet for a visit scheduled on May 6, 2025, and a Q&A document. It emphasizes that offers must acknowledge receipt of this amendment by a specified deadline to avoid rejection. The period of performance for the contract is set from July 1, 2025, to July 1, 2027. The document concludes by stating that all other terms and conditions of the original solicitation remain unchanged, ensuring continuity in the bidding process. The primary point of contact for this amendment is Kassandra Hicks, who can be reached via email. The purpose of this amendment is to facilitate communication and documentation between the contracting parties while ensuring all necessary updates are clearly communicated and acknowledged.
    The document outlines the Request for Proposal (RFP) titled "Construction of Salmon Crew Quarters" issued by the Bureau of Land Management (BLM). This RFP details a two-phase bidding process for a design/build construction contract in Lemhi County, Idaho, with an estimated project value between $1 million and $5 million. Key requirements include performance within 730 calendar days of the notice to proceed and adherence to specific BLM building codes and standards. The solicitation includes comprehensive attachments such as the statement of work, design drawings, and a geotechnical report, imperative for bidders. Specific deadlines outline the schedule for site visits, questions submission, and proposal due dates, indicating a structured approach to assessment. Notably, only highly qualified offerors from Phase One will be invited to participate in Phase Two. Special contract clauses address safety, historical preservation, subcontracting limitations, and compliance with federal wage laws, emphasizing the commitment to small business participation. The document necessitates a solid understanding of government contracting processes and highlights the importance of precise compliance for successful bid submission. This RFP reflects the government’s commitment to infrastructure development while prioritizing regulatory adherence and public safety.
    Similar Opportunities
    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--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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    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.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    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.
    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.