GAOA - Glasgow Stream Crossing Improvements
The Department of Interior, Bureau of Land Management (BLM), Montana State Office intends to solicit proposals for the Glasgow Stream Crossing Improvement Project which enhances public access, improves road reliability, and addresses critical infrastructure needs across key travel routes. This project includes three subprojects: Cactus Flat Road Improvement, Gutshot Dam Disposal, and TC Access Road Culverts. The project consists of improving the low water crossing at Gutshot Dam, installing a box culvert on Cactus Flats Road, and upsizing three reinforced concrete pipes on Triple Crossing Road. Project locations are in Valley County, Montana.
BLM will issue Solicitation Number 140L3625R0011 via https://sam.gov/content/opportunities, at the link provided in this notice.
This project will use supplemental specifications to FP-14. Please review the attachment for more information.
Pursuant to Part 15 and Part 36 of the Federal Acquisition Regulations, BLM intends to issue a Request for Proposal (RFP) around June 2025. The estimated price range of this acquisition is between $500,000 and $1,000,000. BLM anticipates issuing the RFP under the total small business set-aside program. The applicable North American Industry Classification System (NAICS) Code is 237310 and the associated Small Business Size Standard is $45.0 Million.
A single contract award will be made to the offeror that submits a proposal that has been determined to be the best value based on the Tradeoff Procedures within the Federal Acquisition Regulations. A firm-fixed priced contract is contemplated. Offerors will submit electronic proposals as a response to the anticipated solicitation.
Submission requirements:
Potential sources are invited to submit a response via e-mail to
[email protected] no later than (1:00pm) (MDT) on (30 May 2025).
Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. Telephonic inquiries will not be considered.
Please provide the following information:
1. Company name and address
2. Company Point of Contact, phone number, and email
3. CAGE Code Number and Unique Entity ID (SAM) number
4. NAICS codes associated with the company
5. Socio-economic categories associated with the company (i.e., SDB, WOSB, VOSB, etc.).
6. Capabilities Statement
7. After reviewing the Specs and Drawings:
a. Provide the biggest issues you foresee during the performance of this project.
b. Errors that need corrections before solicitation.
c. Any other concerns.
For further information about the requirement, offerors should contact Jorge Alvarez
[email protected], at (854) 500-1840.
Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov/SAM/ or by the Federal Service Desk at 1-866-606-8220.
IPP: Payment requests for the anticipated contract must be submitted electronically through the U.S. Department of the Treasury’s Invoice Processing Platform (IPP). IPP is a secure, web-based service that more efficiently managements government invoicing from contract through payment notification at no charge to federal agencies and their vendors. The IPP website address is https://www.ipp.gov/. The contractor must use the IPP website to register access and use IPP for submitted request for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Customer Support Team via email
[email protected] or via phone at 1-866-973-3131.
If the contractor is unable to comply with the requirements to use IPP for submitting invoices for payment, the contract must submit a waiver request in writing to the Contracting Officer with its proposal.
Bid Protests Not Available