SOLICITATION NOTICE
Y -- Y--Crooked Creek Road Improvement Project (GAOA)
- Notice Date
- 4/17/2025 12:25:42 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- MONTANA STATE OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 140L3625R0009
- Response Due
- 6/16/2025 4:00:00 PM
- Archive Date
- 07/01/2025
- Point of Contact
- Mundt, Christine, Phone: 4068965030
- E-Mail Address
-
cmundt@blm.gov
(cmundt@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Department of Interior, Bureau of Land Management (BLM), Montana State Office intends to solicit proposals for construction activities associated with the next phase of the Crooked Creek Road Improvement project funded by the Great American Outdoors Act (GAOA). The Crooked Creek Road Improvement project aims to enhance safety and functionality by widening and reshaping the existing narrow gravel road. The project includes adding a new gravel surface and upgrading drainage systems to address identified deficiencies and improve travel conditions for the public. Work under this project is located approximately 30 miles southeast of Bridger, Montana in Carbon County. BLM will issue Solicitation Number 140L3625R0009 via https://sam.gov/content/opportunities, at the link provided in this notice. The principal components of the work to be performed include, but are not limited to: * Mobilization * Contractor Survey and Staking * Contractor Sampling and Testing * Temporary Traffic Control * Temporary Erosion Control * Remove Culvert * Remove and Salvage Cattleguard * Linear Grading * Rip-Rap, Class II * Crushed Aggregate Surfacing Grade 2 * 24"" Poly-Coated CMP * 30"" Poly-Coated CMP * 36"" Poly-Coated CMP * Cattle Guard * Reclamation/Seeding Pursuant to Part 15 and Part 36 of the Federal Acquisition Regulations, BLM intends to issue a Request for Proposal (RFP) on or around May 16, 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. The Government strongly urges offerors to inspect the sites to gain a better understanding of the work requirements and to satisfy themselves regarding all general and local conditions that may affect the cost of performance. In no event shall failure to inspect the site constitute grounds for a claim after award. An organized site visit is currently planned for this requirement and the solicitation package will have the detailed information for the site visit. 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 Tradeoff Procedures within the Federal Acquisition Regulations. A firm-fixed priced contract is contemplated. Proposals will be due on or around June 16, 2025, at BLM's Montana State Office, 5001 Southgate, Billings, Montana. Offerors may submit electronic proposals as a response to the anticipated solicitation. Electronic proposals will be subject to the same rules as paper proposals. The Government anticipates award of this procurement on or around August 1, 2025. The successful contractor will be required to commence work within 10 calendar days after the date the Contractor receives the notice to proceed and complete the entire work ready for use within 177 calendar days. The time stated for completion shall include final cleanup of the premises. For further information about the requirement, offerors should contact Christine Mundt at cmundt@blm.gov or contact Jorge Alvarez at jalvarez@blm.gov. All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award. The successful contractor shall electronically submit all payment requests for the anticipated contract through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with its offer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/092aa84fad16491a89e115baccec7af5/view)
- Place of Performance
- Address: Crooked Creek Road, Winnett, MT 59087, USA
- Zip Code: 59087
- Country: USA
- Zip Code: 59087
- Record
- SN07412614-F 20250419/250417230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |