S--KIMAMA & ROGERSON GUARD STATIONS FLOORING
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), Idaho State Office, is soliciting proposals for flooring installation services at the Kimama & Rogerson Guard Stations. This is a Total Small Business Set-Aside for a Firm-Fixed Price construction contract. The project involves demolition of existing flooring and wall tile, and installation of new carpet, ceramic tile, resilient tile, and resilient base. Proposals are due Thursday, April 2, 2026, at 10:00 AM MDT.
Scope of Work
This project requires comprehensive flooring services at two BLM Guard Stations. Key tasks include:
- Demolition and removal of existing flooring and wall tile.
- Installation of new carpet, ceramic tile, resilient tile flooring, and resilient base.
- Adherence to detailed specifications and provided drawings.
- Work to be conducted during regular office hours (8:00 a.m. to 4:30 p.m.).
- The government will handle furniture relocation with three business days' notice.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Construction.
- Magnitude: Estimated between $50,000 and $100,000.
- Period of Performance: April 13, 2026, to June 20, 2026.
- NAICS Code: 238330 - Flooring Contractors (Size Standard: $19.0M).
- Product Service Code: Z2EB - Repair or Alteration of Maintenance Buildings.
- Set-Aside: 100% Total Small Business.
- Bonds: Performance and Payment Bonds are required.
- Prevailing Wages: Davis-Bacon Act prevailing wage rates apply.
Submission & Evaluation
- Proposal Due Date: Thursday, April 2, 2026, at 10:00 AM MDT.
- Submission: Via SF 1442, Item 8.
- Evaluation: Award will be made to the responsible offeror submitting the lowest-priced, technically acceptable quote (Lowest Price Technically Acceptable - LPTA).
- Site Visit: A site inspection tour was held on March 18, 2026. Questions and Answers from this tour are attached to Amendment 0001.
- Registration: Offerors must have an active Unique Entity ID (UEI) and SAM.gov registration with current representations and certifications.
- Validity: Quotations must remain valid for a minimum of 60 days.
- Acknowledgement: Offerors must acknowledge receipt of Amendment 0001.
Additional Information
Visual references, detailed floor plans, and a materials list are available in supporting documents. Contractors are advised to review these attachments for accurate proposal preparation.