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) Utah State Office, is soliciting quotes for the Halfway Hollow Trailhead Shade Structure. This Request for Quotation (RFQ) seeks a single prefabricated metal shade structure under a Firm Fixed Price (FFP), Single Award Contract. This opportunity is a Total Small Business Set-Aside. Quotes are due March 4, 2026.
Scope of Work
The requirement is for the fabrication and delivery of one (1) 16' x 16' Square Shade Structure. The structure must be all-metal construction with prefabricated, uncoated components. Specific technical provisions include a steel frame with a sheet metal roof, hipped roofs with a 4/12 pitch, an 18-inch overhang, and a powder coat finish. It must withstand a 35 psf snow load and 105 mph winds. Engineered drawings, stamped by a civil or structural engineer, are required. Vendors must submit manufacturer's name, model, schematic drawings, typical building plans, and a tentative delivery schedule with their quote.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP), Single Award Contract
- Period of Performance: Delivery no later than August 1, 2026
- Place of Performance: Uintah County, UT
- NAICS Code: 332312 (Prefabricated And Portable Buildings)
- Size Standard: 500 employees
- Set-Aside: Total Small Business
- Published Date: February 18, 2026
- Questions Due: February 26, 2026, by 1:00 PM MT (via email)
- Quotes Due: March 4, 2026, by 3:00 PM MT (via email)
Evaluation & Submission
Award will be made using a Lowest Price Technically Acceptable (LPTA) approach under FAR Part 13. The contract will be awarded to the responsible quoter whose quote conforms to all solicitation requirements and offers the lowest total price. Quotations must remain valid for a minimum of 60 days.
Eligibility & Notes
This acquisition is set aside 100% for Small Business. Respondents must be registered in the System for Award Management (SAM) at SAM.gov. All questions must be submitted in writing via email to Tori Blunt Mayes (tbluntmayes@blm.gov); phone calls will not be accepted. Responses to questions will be posted as an amendment.