GAOA SOAP GULCH ROAD
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 "Soap Gulch Road Re-Surfacing and Re-Construction" project in Silver Bow County, Montana. This Total Small Business Set-Aside opportunity seeks contractors for approximately 9 miles of road maintenance and improvements. Quotes are due May 20, 2026.
Scope of Work
The project involves comprehensive road maintenance, including clearing and grubbing, road reconstruction, and widening to meet required standards. Key deliverables include drainage improvements, dip construction, culvert installation, and turnout construction. The primary goal is to correct existing drainage deficiencies and enhance road width for improved long-term performance and access on the Soap Gulch Road.
Contract Details
This is a Firm Fixed-Priced (FFP) Single Award Construction Contract. The estimated magnitude is between $250,000 and $350,000. The NAICS code is 237310 (Highway, Street, and Bridge Construction), with a small business size standard of $45 Million. The overall period of performance extends from award through August 31, 2027, with construction work restricted between August 31, 2026, and January 1, 2027.
Submission & Evaluation
Quotes must be submitted electronically to jorge_alvarez@ios.doi.gov by May 20, 2026, at 1300 local time. Questions are due by May 15, 2026, at 1:00 pm Mountain Time. Submissions require three volumes: Required Documentation, Prior Demonstrated Experience, and Pricing. Award will be made to the responsible firm whose quote is most advantageous to the Government, with Prior Demonstrated Experience significantly more important than cost or price. Offerors must be registered in SAM.
Key Attachments
Bidders must review Attachment 2 - Drawings for detailed physical scope and construction requirements, Attachment 1 - Supplemental Specifications for modifications to standard FP-14 specifications, and Attachment 3 - Wage Determination for prevailing wage rates.
Additional Notes
A site visit is strongly urged, with an organized visit scheduled for May 12, 2026. Payment requests will be processed electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP).