Y--BDO FY25 FENCE REPAIR
ID: 140L2625R0008Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting bids for the BDO FY25 Fence Repair project in Idaho, which involves the construction, alteration, and repair of fencing facilities across multiple locations. The project aims to restore approximately 216.3 miles of fencing, particularly in areas affected by fire damage, and is set aside for small businesses, with a budget magnitude between $1 million and $5 million. This initiative is crucial for maintaining public lands and ensuring ecosystem preservation, with a performance period scheduled from September 15, 2025, to June 20, 2026. Interested contractors must submit their proposals by September 2, 2025, and can direct inquiries to Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.

    Point(s) of Contact
    Fort, Patricia
    (208) 373-3910
    (208) 373-3915
    pfort@blm.gov
    Files
    Title
    Posted
    This government file addresses frequently asked questions regarding a federal contract, likely an RFP for fence construction and maintenance. Key clarifications include the billing for deadmen as “T” posts, the permissibility of using two T-posts as deadmen, and that offerors are responsible for sending past performance questionnaires directly to references, who then email them to the government. It also confirms that information duplicated in SAM.gov (pages 51-59) does not need to be resubmitted. Bond requirements are clarified: a 20% bid bond, followed by 100% performance and payment bonds within 10 days of award. Failure to provide these bonds can lead to contract termination and contractor liability for cost differences. The period of performance is 270 calendar days from the Notice to Proceed, and pricing must be valid for 60 days. Wire condition is assessed by tension, and steel brace posts do not require concrete. “A-frames” can be used instead of rock drilling with COR approval. Removed wood can be scattered on-site, but all metal must be removed. Wildlife markers are only for completely removed and rebuilt fence sections.
    The Bureau of Land Management (BLM) has issued a pre-solicitation notice for the BDO FY25 Fence Repair project, with contract number 140L2625R0008. This project involves the repair of fencing in three designated areas located near Emmett and Weiser, Idaho, particularly in regions affected by previous wildfires. The project budget ranges from $1,000,000 to $5,000,000, with a performance period of 270 days post-notice to proceed. The solicitation is set aside for small businesses, requiring bidders to have a Unique Entity ID and an active SAM profile. The RFP is expected to be issued around July 7, 2025, with proposals due 30 days later. A site visit will be organized two to three weeks after the RFP issuance. The work will include inventorying and assessing the existing fence conditions and documenting any needed repairs. This pre-solicitation notice outlines essential information for prospective contractors to prepare for bidding on the fence repair project, reflecting the government's commitment to maintaining and improving land management structures post-disaster.
    The file outlines the Bureau of Land Management's (BLM) fencing repair project in Idaho for fiscal year 2025. It details planned repairs across three main areas: Paddock East, Paddock West, and Mineral & Lava, covering a total of 216.3 miles. Each schedule highlights the specific work areas and logistical considerations, including road access and fire perimeters from prior incidents. The document emphasizes the lack of warranty on data accuracy as provided by the BLM. For inquiries, the Boise District Office can be contacted. The overarching purpose is to outline a structured project plan for land management in coordination with various governmental and non-governmental entities to ensure ecosystem preservation and maintenance of public lands. The indicated schedule suggests efficient use of resources while addressing land management responsibilities under federal guidelines.
    This document outlines a government contract for the inventory, inspection, and repair of fire-damaged barbed wire fencing across three distinct schedules in Idaho, following the 2024 Paddock Fire. The work involves approximately 1 mile (Schedule A), 95 miles (Schedule B), and 31 miles (Schedule C) of fencing, emphasizing the utilization of existing materials and replacing severely damaged structures with steel. The contractor must inspect and document fence conditions using GPS technology and submit reports to the Contracting Officer (COR). Access to work areas may be limited by terrain, and prior approval from private landowners is required for accessing certain segments. The contractor is responsible for handling government-furnished materials and adhering to environmental, cultural, and safety standards throughout the project. The document also details requirements for progress meetings, quality assurance, and specific metrics for payment based on various pay items related to the completed work. Overall, the contract reflects the government's commitment to restoring critical infrastructure while ensuring compliance with regulations and community engagement.
    The document outlines standards for the construction of barbed wire fences, specifically detailing panel specifications, materials, and installation procedures as guided by the Bureau of Land Management (BLM). Key components include the use of various types of steel and wood line posts, wire spacing, and post anchoring techniques. It emphasizes safety throughout the construction process, particularly in the context of various terrain requirements such as end panels, drainage crossings, and corner supports. Specific notes include guidelines for post spacing (maximum 8 feet), wire types (9-gauge smooth wire), and recommended weights for deadman anchors when excessive gap exists between ground and wires. Structural details are presented via diagrams demonstrating the necessary installation techniques and equipment for stable fencing. The purpose of this document aligns with government solicitations for fencing construction projects, ensuring compliance with federal standards while addressing environmental and safety considerations in fence construction across federal lands in Idaho. This technical document aims to standardize practices across multiple federal and local projects, providing clear specifications for contractors in the field.
    The Bid Bond form serves as an official guarantee required for government bidding processes, indicating that the Principal (the bidder) and Sureties are financially bound to the U.S. Government for an established penal sum. The document outlines the obligations of the Principal to execute further contract documents upon acceptance of their bid and specifies that failure to do so may lead to financial repercussions. It emphasizes the need for corrections based on the specified conditions and includes provisions for time extensions during bid acceptance. Each participating Surety must be an approved corporate entity listed by the Department of the Treasury, and individual Sureties must complete a supporting Affidavit of Individual Surety. The bond can express the penal sum as a percentage of the bid price and identifies the associated liability limits. Additionally, the form mandates the presence of corporate seals and clear signatures to validate the agreement. This standardization ensures compliance within the context of federal, state, and local RFPs and grants, reinforcing accountability during the bidding process.
    Amendment 0001 to Solicitation 140L2625R0008, issued by BLM ID State Office HR&ADMN (ID953) in Boise, ID, on August 1, 2025, primarily adds Questions and Answers from a Pre-Bid Meeting held on August 13, 2025. The solicitation closing date and time remain September 2, 2025, at 10:00 AM MDT. The period of performance is from September 15, 2025, to June 20, 2026. Quoters must acknowledge this amendment by completing blocks 8 and 15(A) through (C) and returning a copy to the issuing office to ensure their offer is not rejected.
    Solicitation 140L2625R0008, Amendment 0002, has been canceled in its entirety. This amendment details the procedures for acknowledging receipt of amendments, emphasizing that failure to do so by the specified hour and date may result in the rejection of offers. It also outlines methods for changing already submitted offers. Previously, the solicitation included changes to items 00010, 00020, and 00030, all related to "CONSTRUCTION OF OTHER NON-BUILDING FACILITIES" with Product/Service Code Y1PZ, under the Bureau of Land Management (BLM) ID State Office. The period of performance was scheduled from September 15, 2025, to June 20, 2026.
    The document is a Federal Request for Proposal (RFP) for the BDO FY25 Fence Repair project, issued by the Bureau of Land Management (BLM) in Boise, Idaho. It solicits bids for the construction, alteration, or repair of fencing facilities across multiple locations, specifically Paddock East, Paddock West, and Lava & Mineral regions. The project has a budget magnitude between $1 million and $5 million, and is set aside for small businesses. Key requirements include a performance period commencing on September 15, 2025, and extending to June 20, 2026, with precise stipulations for performance bonds, execution timelines, and pricing structures. The contracting officer, Patricia A. Fort, oversees the process, directing potential offerors to a proposal due date of September 2, 2025. A site visit is encouraged to clarify project specifics before submissions. The evaluation process will select bidders based on the lowest price technically acceptable criteria. Submitting contractors must comply with numerous regulations regarding labor standards, environmental impacts, and historical preservation. The document serves as a critical blueprint for contractors and underscores the government’s commitment to maintaining rigorous standards in its procurement processes.
    Lifecycle
    Title
    Type
    Y--BDO FY25 FENCE REPAIR
    Currently viewing
    Presolicitation
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Fence Repair BPA Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    ID FLAP FS SC MULTI(1), Custer Motorway Stabilization Project
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Custer Motorway Stabilization Project, located approximately 11 miles west of Challis, Idaho. The project involves bank stabilization using rootwads, reinforced soil slope construction, and roadway resurfacing, divided into two bid schedules, with only one to be awarded. This initiative is crucial for maintaining the integrity of the Custer Motorway within the Salmon Challis National Forest, ensuring safe and reliable transportation infrastructure. The estimated price range for the project is between $700,000 and $2,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion date anticipated in Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.