54--Halfway Hollow Trailhead Shade Structure
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 Department of the Interior, Bureau of Land Management (BLM), through its Utah State Office, has awarded a Firm Fixed-Price, Single Award Contract for the Halfway Hollow Trailhead Shade Structure. This contract, awarded on March 19, 2026, is for the procurement of one prefabricated metal shade structure. This was a Total Small Business Set-Aside.
Scope of Work
The contract requires the fabrication and delivery of one (1) 16' x 16' Square Shade Structure. Key technical specifications include:
- All-metal construction with prefabricated and uncoated components.
- Steel frame with a sheet metal roof, hipped roofs with a 4/12 pitch, and an 18-inch overhang.
- Finishes must be powder-coated.
- Designed to withstand a 35 psf snow load and 105 mph winds.
- Roofing material must be 24-gauge HR-36 steel, pre-cut, pre-finished, with ribs running parallel to the roof's slope.
- Engineered drawings, stamped by a civil or structural engineer, are a mandatory deliverable.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP), Single Award Contract
- Period of Performance: April 1, 2026, to August 1, 2026 (delivery no later than August 1, 2026)
- Place of Performance: Uintah County, UT
- Set-Aside: Total Small Business (FAR 19.5)
- Award Date: March 19, 2026
- NAICS Code: 332312 (Prefabricated And Portable Buildings), Size Standard: 500 employees
Evaluation
The award was made based on a Lowest Price Technically Acceptable (LPTA) approach under FAR Part 13, to the responsible quoter whose submission conformed to all solicitation requirements and offered the lowest total price.
Additional Notes
The original solicitation required vendors to be registered in the System for Award Management (SAM) at SAM.gov. For inquiries related to the original solicitation, the primary contact was Tori Blunt Mayes (tbluntmayes@blm.gov, 435-781-4445).