56--CCDO - SAND PASS CATTLE GUARDS
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), Nevada State Office has issued a Solicitation (140L3926Q0011) for the purchase and delivery of cattle guards for the Carson City District Office. This opportunity is a Total Small Business Set-Aside. An amendment (0001) has been issued, requiring bidders to acknowledge its receipt. Quotes are due by March 11, 2026, at 12:00 PM (PST).
Scope of Work
This solicitation requires the purchase and delivery of new, custom-built cattle guards, wings, and associated concrete foundations. Installation is not included. Key items include:
- One 16-foot cattle guard grid (U-80 rated, with snow straps, horse bars, and cleanout sections), built to specific dimensions and material requirements (e.g., 2"x3"x3/16" rectangular tubing, painted Federal Safety Yellow).
- One pair of cattle guard wings, painted yellow, designed to mate with the grid without field modifications.
- One pair of precast reinforced concrete L-shaped bases (16 ft long each or two pairs of 8 ft long pieces), meeting specific concrete strength, slump, and reinforcement standards. All components must adhere to detailed specifications provided in the attached drawings (Standard Detail Drawing No. 02879-1 for grids and 02879-4 for wings) and the Statement of Work. Delivery is required to the BLM Carson City District Office, 5665 Morgan Mill Road, Carson City NV 89701, with a 48-hour notice. A forklift and operator will be available for unloading.
Contract Details
- Opportunity Type: Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332312 (Fabricated Structural Metal Manufacturing)
- Size Standard: 500 Employees
- Period of Performance: March 18, 2026, to May 31, 2026
- Delivery: FOB Destination
- Product Service Code: 5680 - Miscellaneous Construction Materials
Submission & Evaluation
- Submission Method: Electronic via email to Nakea Hughes (nnhughes@blm.gov).
- Quote Structure: Two parts: Technical Specifications (Part 1, no pricing) and Price (SF1449).
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors (descending order): Technical Specifications, Price, and Past Performance (combined).
- Mandatory: Offerors must complete Standard Form 1449 and ensure electronic annual representations and certifications are current in SAM.gov. Electronic invoicing via the Invoice Processing Platform (IPP) is required.
Important Notes
Amendment 0001 to Solicitation 140L3926Q0011, effective February 25, 2026, has been issued. Bidders must acknowledge receipt of this amendment with their offer; failure to do so may result in rejection. Offers already submitted may be changed via letter or electronic communication referencing the solicitation and amendment, provided it is received before the specified opening hour and date.
Deadlines
- Offer Due Date: March 11, 2026, at 12:00 PM (PST)
- Published Date: February 26, 2026