Z--NIFC Building 415 Replacement
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), National Interagency Fire Center (NIFC), is soliciting proposals for the NIFC 415 Duane Graves Replacement project in Boise, ID. This Total Small Business Set-Aside opportunity involves the construction of new administrative and service buildings, along with the demolition of an existing structure and site restoration. Proposals are due May 29, 2026.
Scope of Work
The project encompasses the complete construction of new administrative facilities and service buildings (NIFC 320-SGE), including:
- Structure and foundation, layout, and installation of all systems (electrical, grounding, water, plumbing, waste piping, HVAC).
- Site features such as curb and gutter, sidewalks, slabs, pavement, drainage systems, and site utilities.
- Demolition of the existing NIFC 415-MNT building and its utilities, followed by restoration of the footprint to a usable parking area, including regrading and paving.
- Integration of brand-name AMAG Physical Access Controls (PACS) and Johnson Controls International PLC (JCI) Metasys® Building Automation System (BAS) for HVAC.
Contract Details
- Contract Type: Firm Fixed Priced (FFP) Single Award Contract.
- Period of Performance: August 3, 2026, to August 3, 2028 (730 calendar days).
- Set-Aside: Total Small Business (NAICS 236220, Size Standard $45.0M). Prime contractor must perform at least 15% of the contract cost with its own employees.
- Bonds: Performance and Payment Bonds are required.
- Wage Rates: Construction wage rate requirements are applicable (ID20260104).
Submission & Evaluation
- Proposal Due Date: May 29, 2026, at 1400 local time. Proposals must be submitted via email (total file size <= 20 MB per email) and remain valid for a minimum of 90 days.
- Site Visit: A site visit is scheduled for May 07, 2026, at 10 AM Local Time at the NIFC campus in Boise, ID.
- Evaluation Method: Best Value Continuum Tradeoff Process. Non-price factors (Experience, Technical Approach, Schedule, Past Performance) are approximately equal in importance to pricing. The Government may award to a higher-priced proposal if perceived benefits merit the differential.
- Required Submissions: Detailed technical approach, logistics plan, quality control approach, identification of key personnel, and a construction schedule. Offerors must demonstrate relevant experience in similar projects within the last five years.
Additional Notes
Prospective offerors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile. The solicitation includes numerous attachments, including detailed drawings, specifications, a bid schedule, an RFI form, and a subcontracting limitations breakout form.