Y--BASIN VIEW PIPELINE PHASE II
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Land Management (BLM), Montana State Office, has issued a Solicitation for the Basin View Pipeline Phase II project. This opportunity seeks a contractor to construct a livestock pipeline in Dawson County, Montana. This is a Total Small Business Set-Aside. Proposals are due March 30, 2026, at 17:00 Mountain Time.
Scope of Work
The project involves the construction of approximately 3,931 linear feet of 2-inch and 9,056 linear feet of 1-1/2-inch pipeline. The pipeline is to be trenched or ripped to a 5-foot depth, with all appurtenances installed to a 6-foot frost-free depth. Work includes compliance with various industry standards (ASTM, AWPA, NSF, NEC, OSHA), specific requirements for trenching, plowing, backfilling, compacting, and reclamation of disturbed areas. Detailed maps and drawings are provided, outlining the physical layout, technical requirements, and construction constraints.
Contract Details
- Type: Firm Fixed-Price (FFP), Single Award Construction Contract.
- Estimated Value: Between $25,000 and $100,000.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS: 237110 (Construction Of Other Non Building Facilities) with a $45.0 Million size standard.
- Period of Performance: July 15, 2026, to October 31, 2026.
- Bonds: A Payment Bond IS required. A Bid/Offer Guarantee is NOT required.
Key Clarifications & Updates (Amendment 0002)
An amendment and associated Q&A document provide critical clarifications:
- A 150 PSI pressure reducing valve is acceptable.
- The BLM will supply hydrant signs.
- Hydrants must meet specification 02665 - Part 2.1 – R.
- The BLM has obtained the Dawson County Road Crossing Permit.
- Topsoil removal is not required if trenching methods are chosen.
- The construction easement is 50 feet on either side of the pipeline centerline.
- A 1-year warranty for work performed is required.
- Contractors are responsible for contacting Montana One Call and locating private utilities; damage to utilities is at the contractor's expense.
- Livestock will be present in the area during construction.
- Any fittings meeting project specifications will be accepted.
Submission & Evaluation
- Proposal Due: March 30, 2026, at 17:00 Mountain Time.
- Submission Method: Quotes must be submitted via email to cclapp@blm.gov.
- Required Documents: Standard Form 1442, a completed Past Performance Questionnaire, and a Bid Schedule.
- Evaluation Criteria: Award will be made to the responsible firm whose quote is most advantageous to the Government, considering price and past performance. The Government intends to make one award. Quotes must be valid for a minimum of 60 days.
- Wage Rates: Prevailing wage rates (General Decision Number MT20260076) apply and must be considered in cost proposals.
- Eligibility: Offerors must be registered in SAM.
Important Notes
A site visit was held on March 17, 2026. Questions were due 7 calendar days before the quote due date. Construction is restricted between March 15 and July 15 (bird nesting) and December 1 and March 31 (big game species), aligning with the specified period of performance. Payment will be processed via the U.S. Department of the Treasury's Invoice Processing Platform (IPP).