Lower Foley Seed Orchard Fence Replacement
ID: 1240BH25R0003Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEWILLAMETTE NATIONAL FORESTSPRINGFIELD, OR, 97477, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 11:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service at the Willamette National Forest, is seeking proposals for the replacement of the Lower Foley Seed Orchard Fence in McKenzie Bridge, Oregon. The project involves the installation of approximately 9,071 linear feet of fencing, with an estimated cost between $500,000 and $1,000,000, and may include optional repairs to a nearby fence damaged by fire. This opportunity emphasizes compliance with federal regulations, including the Buy American Act, and prioritizes sustainable construction practices. Interested contractors must submit sealed offers by April 16, 2025, and can direct inquiries to Darcy J Rapoza at darcy.rapoza@usda.gov.

Point(s) of Contact
Darcy J Rapoza
darcy.rapoza@usda.gov
Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The document outlines amendments to Solicitation No. 1240BH25R0003, which pertains to the USDA Forest Service in Corvallis, Oregon. It specifies that bidders must acknowledge receipt of the amendment to ensure their offer is considered valid. Key modifications include updates to the Federal Acquisition Regulation (FAR) clauses related to annual representations and certifications, employment opportunities, contractor compliance, and environmental standards. Notable deletions involve several clauses regarding equal opportunity and affirmative action compliance. Also, specific details in the Statement of Work regarding site preparation and product specifications have been revised. Additionally, attached questions and answers from bidders provide further clarity on the amendments made. The goal of these revisions is to maintain compliance with updated regulations and improve the process for submitting offers.
Apr 2, 2025, 7:04 PM UTC
This document serves as an amendment to a previously issued solicitation, identified by the number 1240BH25R0003. The primary purpose is to address errors found in project documents and to extend the deadline for submitted offers until April 16, 2025, at 1600 hours Pacific Time. Bidders must acknowledge receipt of this amendment in their submissions, which can be done in various ways, including electronically or by letter, to avoid rejection of their offers. The amendment outlines the procedures for modifying offers and emphasizes the necessity of communication prior to the specified due time. The commitment to correcting project documentation underscores the procurement process's integrity while adhering to federal guidelines. This amendment exemplifies federal procurement practices, ensuring clarity and fairness in the solicitation process while addressing necessary administrative changes.
Apr 2, 2025, 7:04 PM UTC
The document addresses Amendment 0003 of a solicitation related to federal contracting. It stipulates that offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are not rejected. The original solicitation has been completely revised to correct errors, thus requiring all past submissions to be resubmitted using the new document. The deadline for submitting these offers is set for April 16, 2025, at 1600 hours Pacific Time. The amendment outlines that all other conditions of the solicitation remain unchanged unless stated otherwise. The contracting officer's details and formal signatures finalize the document, reinforcing its official status. Overall, the purpose of this amendment is to update the solicitation process and ensure compliance from prospective contractors.
Apr 1, 2025, 9:04 PM UTC
The Solicitation for the Lower Foley Seed Orchard Fence Replacement project requires a contractor to replace 5,088 linear feet of perimeter fencing at the Willamette National Forest in Oregon. It emphasizes the necessity for performance bonds and outlines the proposal process, including submission deadlines and requirements for sealed bids. The work must be performed using materials compliant with biobased product regulations, as stipulated under federal guidelines. The project includes various tasks, such as site preparation and gate installation, with a total estimated construction cost between $250,000 and $500,000. The contractor is responsible for obtaining necessary permits, ensuring employee safety, and adhering to environmental protections while operating within the designated project area. Special clauses demand compliance with the Buy American Act, and regulations regarding pollution prevention, labor standards, and inspections are highlighted throughout the document. The scope of work also addresses protection measures for cultural resources and endangered species, with specific directives on contract management and communication. Adherence to these requirements ensures the successful execution of the contract while meeting federal standards and promoting sustainability in construction practices.
Apr 1, 2025, 9:04 PM UTC
The document outlines a Request for Proposals (RFP) for the replacement of the Lower Foley Seed Orchard Fence located in the Willamette National Forest, Lane County, Oregon. It details the schedule of items needed for project completion, categorized by base and optional items. The base items consist of mobilization, site preparation, installation of fencing materials (woven wire with double barbless wire top, various posts, gates, and panels), with quantities and unit pricing listed for each. Optional items provide additional repair options for the Pebble Seed Orchard Fence, including wire material reuse and specific component replacements. Each item is broken down into units, quantities, and costs, reflecting the project’s financial scope. The document specifies that only one alternative pay item will be awarded and includes a reminder for required qualifications as part of the bidding process. This RFP exemplifies federal procurement protocols aimed at maintaining and improving public lands while engaging contractors in environmental stewardship.
Apr 1, 2025, 9:04 PM UTC
The government document outlines the technical and contractor requirements for constructing a secure fence line with a vehicle access gate at a specified site. The contractor is responsible for providing all necessary materials, labor, and equipment while adhering to OSHA regulations and local building codes. Mobilization involves site preparation and inspection coordination, ensuring utility protections and clearing overgrown areas for construction. The existing fencing must be removed, and the contractor is tasked with verifying site conditions and adjusting the fence line as needed. Specific provisions include clearing smaller trees, properly managing larger trees, and maintaining temporary barriers for public safety until the work is completed. This project emphasizes safety measures, environmental compliance, and effective coordination with the Contracting Officer throughout the construction process, demonstrating the federal government's commitment to responsible infrastructure development.
Apr 1, 2025, 9:04 PM UTC
This document outlines the specifications for fencing products required for a project funded through federal and state local RFPs. It details various components crucial for the fence installation, including woven wire fence requirements (such as Bekaert® #1478-6), barbless wire specifications, and the types and dimensions of posts needed. For gate posts, the document specifies galvanized steel tubes with particular dimensions, wall thickness, yield strength, and compliance with ASTM F10043 and RR-F-191/3 standards. It further distinguishes between different posts like corner posts and interim posts, stipulating similar requirements for material strength and design. The horizontal members, identified as cross/compression members, must also adhere to the specified standards. The document highlights the importance of using galvanized materials to ensure durability and structural integrity across all components, reflecting a commitment to quality and regulatory compliance in government-funded projects. Overall, the specifications outlined emphasize robust construction and adherence to safety and material standards necessary for successful project execution.
Apr 1, 2025, 9:04 PM UTC
This document outlines key payment terms and registration requirements for a federal construction contract solicitation. It specifies that bond premium payments must be included under Mobilization and are not additional to the contract price. Payment will be issued based on actual work performed, with further details located in Section H regarding methods of measurement. It emphasizes the necessity for prospective awardees to be actively registered in the System for Award Management (SAM) throughout the contracting process. Entities must also complete the electronic Representations and Certifications in SAM. The document notes potential discrepancies between system and policy updates, indicating that certain representations may still be required despite their exclusion in the solicitation documents. Importantly, these outdated requirements will not impact award decisions or enforcement. The summary serves as guidance for contractors and vendors engaged in federal contracting, ensuring compliance with SAM requirements and clarifying payment protocols. The focus on accurate registration and adherence to specified procedures underscores the federal government's commitment to organized contracting processes.
Apr 2, 2025, 7:04 PM UTC
The document addresses various inquiries related to a government construction contract, particularly concerning the compliance and use of materials under the Buy American Act. It confirms that U.S.-made materials must be utilized unless the cost difference with foreign materials exceeds 20%. Additionally, materials can be sourced locally if they meet required standards. Clarifications are provided regarding the classification of materials, particularly concerning foreign steel incorporated in products manufactured in the U.S. Temporary fencing requirements are waived given prior exposure, and details about managing existing trees, gates, and waste disposal are outlined. The document further identifies locations for water access for project needs and specifies that adjustments to the project can be made on-site with proper approval, ensuring efficient construction without unnecessary delays. The overall focus is on compliance with federal regulations, resource management, and operational efficiency during the project execution.
Apr 2, 2025, 7:04 PM UTC
The solicitation seeks proposals for the replacement of the Lower Foley Seed Orchard Fence located in Willamette National Forest, Oregon, with an estimated project cost between $500,000 and $1,000,000. The contractor must provide all necessary labor, materials, and equipment to install approximately 9,071 linear feet of fencing. Additional optional tasks include repairs to a nearby Pebble Seed Orchard fence damaged by fire. Offers are to be submitted in sealed format by April 16, 2025, and must comply with a series of federal regulations regarding biobased products, site safety, and environmental protection. Contractors are also to adhere to requirements for utilizing locally sourced materials and maintaining the integrity of natural landscapes during construction activities. The document emphasizes the importance of adhering to safety standards and environmental regulations, including contamination prevention and waste management, as well as the need for contractor liability insurance, performance bonds, and compliance with the Buy American Act for construction materials. This contracting opportunity reflects the government’s prioritization of sustainable, high-quality construction practices that support federal project guidelines.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.
OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
Sandstone Fire Culvert Replacements
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the replacement of culverts damaged during the Sandstone Fire in Oregon. This project involves the replacement of two culverts on different roads, including tasks such as soil and erosion control, removal of existing culverts, excavation, and installation of new culverts along with splash pads. The work is critical for maintaining the integrity of the roads and ensuring safe passage in the Mt Hood National Forest, Clackamas River Ranger District. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Eric Oldenkamp at eric.oldenkamp@usda.gov for further information, noting that this is a presolicitation notice and not a request for quotes.
Angell JCC Yachats Oregon Life Safety
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for a construction project at the Angell Job Corps Civilian Conservation Center in Yachats, Oregon. The project requires contractors to supply all necessary labor, materials, equipment, and licenses to complete various tasks, including the installation of door panic hardware, roof repairs, and masonry work, with an estimated budget between $100,000 and $250,000. This initiative is crucial for maintaining safety and compliance within the facility, ensuring that it meets federal standards for construction materials and practices. Interested contractors must submit sealed bids by April 22, 2025, and direct any inquiries to the contracting officer, Jordan Carlsen, at jordan.carlsen@usda.gov by April 12, 2025.
Road Maintenance - High Cascades Ranger District
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is issuing a special notice regarding a Blanket Purchase Agreement (BPA) Call Order for road maintenance in the High Cascades Ranger District located in Grants Pass, Oregon. The procurement aims to secure road maintenance services, with a planned funding amount of $173,901.00, to be awarded to Anderson Rock and Dirt Company, emphasizing the importance of maintaining infrastructure within the forest service areas. This BPA Call Order is set to expire on December 31, 2028, and while this notice does not constitute a Request for Quotations (RFQ), it serves to inform interested parties of the government's intent under established procurement procedures. For further inquiries, the contracting officer responsible for this opportunity is Lorenzo Montoya.
Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering various National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for hazardous fuels and restoration projects, including timber removal and road maintenance, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forest management practices while supporting local economies through the effective utilization of timber resources. Interested contractors must submit their proposals, including technical and pricing documents, to Ingrid Anderson and Nikki Layton via email by February 29, 2028, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
McNary Dam Powerhouse Roof Guardrail
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the installation of a Powerhouse Roof Guardrail at the McNary Lock and Dam in Umatilla, Oregon. The project aims to enhance safety by installing guardrails to protect personnel from falls, ensuring compliance with safety regulations and the "Buy American Act" for material sourcing. This procurement reflects the government's commitment to safety and compliance standards while promoting opportunities for small and disadvantaged businesses. Interested contractors must submit their quotes by April 25, 2025, and are encouraged to direct inquiries to primary contact Hillary A. Morgan at hillary.a.morgan@usace.army.mil or secondary contact Sara Edwards at sara.edwards@usace.army.mil.
OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.