Y--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 Bureau of Land Management (BLM), under the Department of the Interior, has issued a Presolicitation Notice for the NIFC Building 415 Replacement project in Boise, ID. This opportunity is for the complete construction of a new building, including the demolition of existing structures and site restoration for parking. A formal Request for Proposals (RFP) is anticipated in early May 2026. This is a Total Small Business Set-Aside.
Scope of Work
The project involves the comprehensive construction of a new facility, referred to as NIFC 320 SGE (Duane Graves Building Replacement, Phase 1), at the National Interagency Fire Center (NIFC) Campus in Boise, ID. Key requirements include:
- New Building Construction: Complete construction of the new building, encompassing structure, foundation, and the installation of all systems (electrical, grounding, water, plumbing, waste piping, HVAC).
- Site Features: Construction of site features such as curb and gutter, sidewalks, concrete pavement, drainage systems, and site utilities.
- Demolition: Demolition of existing structures, specifically Building 415 (Maintenance), and associated utilities. This includes recycling and disposal of demolition materials.
- Site Restoration: Restoration of the demolished footprint to a usable parking area, including regrading and paving with an asphalt hard surface.
- Quality Assurance: Adherence to industry standards (ACI, ASTM, NFPA, ASME) with requirements for experienced personnel, field quality-control tests, and delegated design services.
- HVAC Systems: Specific procedures for Testing, Adjusting, and Balancing (TAB) of HVAC systems, including VAV systems, motors, coils, and duct leakage.
Contract & Timeline
- Opportunity Type: Presolicitation
- Contract Type: Single prime contract (anticipated)
- Product Service Code (PSC): Y1EB (Construction Of Maintenance Buildings)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45M
- Set-Aside: Total Small Business
- Estimated Period of Performance: 730 calendar days after Notice to Proceed
- Anticipated RFP Release: Early May 2026
- Site Visit: Planned approximately 1-2 weeks after RFP issuance
Eligibility & Registration
- Prospective offerors must possess a Unique Entity ID (UEI) and maintain an active System for Award Management (SAM) profile.
Additional Notes
Draft specifications and drawings are available for review and comment, providing detailed technical requirements for the project. These documents are for informational purposes only and are not for construction.