S--KIMAMA & ROGERSON GUARD STATIONS FLOORING
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, is issuing a presolicitation for flooring installation and demolition services at the Kimama and Rogerson Guard Stations in Idaho. This opportunity is a Total Small Business Set-Aside with an estimated magnitude between $50,000 and $100,000. A Request for Quotes (RFQ) is anticipated on or around February 25, 2026, with proposals expected to be due approximately 30 days thereafter.
Scope of Work
This project involves comprehensive flooring services, including:
- Demolition of existing flooring and wall tile.
- Installation of new carpet.
- Installation of ceramic tile.
- Installation of base.
- Installation of resilient tile flooring.
Contract & Timeline
- Contract Type: Anticipated Request for Quotes (RFQ).
- Magnitude of Construction: Estimated between $50,000 and $100,000.
- Estimated Period of Performance: 60 calendar days after issuance of the Notice to Proceed.
- NAICS Code: 238330 - Flooring Contractors (Small Business Size Standard: $19.0M).
- Product Service Code: Z2EB - Repair or Alteration of Maintenance Buildings.
- Solicitation Issuance: RFQ anticipated on or around February 25, 2026.
- Proposal Submission Deadline: Expected 30 days after RFQ issuance (exact date to be confirmed in RFQ).
- Published Date: February 12, 2026.
Eligibility & Set-Aside
This is a 100% Total Small Business Set-Aside. Only small businesses meeting the NAICS size standard will be considered. Offerors must have a Unique Entity ID (UEI) and an active SAM.gov profile with completed representations and certifications.
Submission & Evaluation
Contractors must actively monitor SAM.gov for the official RFQ release and any subsequent amendments. The exact proposal submission deadline will be specified in the RFQ. A site visit is scheduled approximately 2-3 weeks after the RFQ issuance; details will be provided in the solicitation (refer to FAR provision 52.236-27).
Contact Information
- Primary Contact: Patricia Fort
- Email: pfort@blm.gov
- Phone: 208-373-3910