Z--Glennallen Field Office Flood Repairs
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 soliciting bids for Flood Damage Repairs at the Glennallen Field Office located at MP 186.2 Glenn Hwy, Glennallen, AK. This Total Small Business Set-Aside opportunity seeks a single prime contractor for a Firm Fixed-Price contract. Sealed bids are due by May 8, 2026, at 2:00 PM Mountain Time.
Scope of Work
The project involves comprehensive flood damage repair and alteration of office buildings and site infrastructure. Key tasks include:
- Releveling the Headquarters Office Building.
- Repairing the Well House and improving electrical equipment.
- Altering site utilities, including reconnecting existing utilities and installing a new water line for the Log Office Building.
- Specific requirements for the disposal of FM-200 (Halon system) by a certified and licensed contractor, adhering to EPA and DOT regulations.
- Phased construction is mandatory to support ongoing Government operations, with specific 8-day closure windows for critical work such as the Main Distribution Panel, Well House, and Lift Station Control Panel repairs. The contractor must submit a work plan 21 days in advance.
- Provision of temporary facilities and controls, including temporary utilities, safety fencing, potable water stations, and toilet/handwashing units, is required.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP), Single Award Contract, conducted under FAR Part 14 (Sealed Bidding).
- Period of Performance: 365 calendar days after issuance of the Notice to Proceed.
- Set-Aside: Total Small Business.
- NAICS Code: 237990 (Commercial and Institutional Building Construction), with a $45M size standard.
- Sealed Bid Due: May 8, 2026, 2:00 PM Mountain Time.
- Bid Opening: May 9, 2026, 2:00 PM Mountain Time (public teleconference).
- Published Date: April 29, 2026 (Amendment 0001).
Submission & Evaluation
Award will be made to the lowest-priced, responsive, and responsible bidder; no trade-offs will be conducted. Bids must be submitted via email. Offerors must submit SF1442, a completed Bid Schedule (CLINs include Leveling HQ Building, Site Utility Repairs, Site Electrical Repairs, Well System Repairs), and a Limitations on Subcontracting Worksheet demonstrating at least 15% self-performance. Firms involved in the project's design are ineligible. Bidders must acknowledge receipt of Amendment 0001.
Key Updates & Clarifications
Amendment 0001, posted April 29, 2026, added several attachments including a Site Visit Sign-In Sheet, Questions and Answers (clarifying Halon system disposal and changing "Annex Office Building" to "Log Office Building"), and updated specifications for Summary Work, Phasing Matrix, and Temporary Facilities. The amendment also extends the solicitation's effective date to 04/29/2026 and emphasizes acknowledging its receipt.
Contact Information
For inquiries, contact Kassandra Hicks at khicks@blm.gov or 918-679-4674.