NIFC Building 415 Replacement Industry Day
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), National Operations Center, has issued a Solicitation (RFP 140L0626R0003) for the NIFC 415 Duane Graves Replacement project. This Total Small Business Set-Aside opportunity involves the construction of a new administrative and service building, including site features, and the demolition of the existing NIFC 415-MNT building in Boise, ID. Proposals are due May 29, 2026, at 2:00 PM local time.
Scope of Work
This project requires the complete construction of a new administrative and service building (NIFC 320-SGE Sage) and associated site features at the National Interagency Fire Center (NIFC) Campus in Boise, ID. The scope includes:
- New Building Construction: Structure, foundation, layout and installation of systems (electrical, grounding, water, plumbing, waste piping, HVAC), and irrigation/landscaping.
- Site Features: Complete construction of curb and gutter, sidewalks, slabs, concrete pavement, drainage systems, and site utilities.
- Demolition & Restoration: Complete demolition of the existing NIFC 415-MNT building and its utilities, followed by the restoration of the footprint to a usable asphalt parking area, including regrading and paving.
- Specific Requirements: Integration of brand-name Physical Access Controls (AMAG Technologies, Inc.) and a Building Automation System (Johnson Controls International PLC Metasys®) are required, justified due to existing infrastructure.
Contract Details
- Contract Type: Firm Fixed Priced (FFP) Single Award Contract.
- Period of Performance: 730 calendar days, from August 3, 2026, to August 3, 2028.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0M.
- Bonds: Performance and Payment Bonds are required.
- Self-Performance: Prime contractors must perform at least 15% of the contract cost with their own employees.
Submission & Evaluation
- Proposal Submission Deadline: May 29, 2026, at 2:00 PM local time.
- Submission Method: Proposals must be submitted via email to the Government Points of Contact, with a total file size limit of 20 MB or less per email.
- Site Visit: A site visit is scheduled for May 7, 2026, at 10:00 AM Local Time at the NIFC 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.
- Inquiries: An RFI form (B08_Att7_26R0003_RFI_Form.xlsx) is provided for submitting questions.
Key Documents & Notes
Numerous attachments are referenced, including detailed drawings (IFC Drawings for 415-Duane Graves Replacement and 415-MNT Demolition), specifications (General Requirements, Facility Construction, HVAC vibration/seismic restraints), a bid schedule, wage determinations (ID20260104 for Ada and Boise Counties, ID), and justifications for brand-name items. Offerors are advised that the Government intends to award without negotiations but reserves the right to hold negotiations. Prospective offerors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile.