GAOA Big Smoky Admin Site Improvements Project
ID: 1240LT25R0023Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF SEWAGE AND WASTE FACILITIES (Z1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the GAOA Big Smoky Admin Site Improvements Project located in Camas County, Idaho. The project aims to repair and reconstruct the existing sanitary sewer collection system at the Big Smoky Administrative Site, which includes tasks such as removing sewage sludge from lagoons, cleaning concrete structures, constructing a new barb wire fence, and improving access roads. This initiative is crucial for maintaining the operational integrity of the wastewater facilities and ensuring compliance with environmental standards. Interested parties should note that the response deadline for proposals has been extended to September 5, 2025, with an anticipated contract value between $500,000 and $1 million, and the period of performance is set from October 1, 2025, to October 30, 2026. For further inquiries, contact Tony Taylor at tony.taylor@usda.gov.

    Point(s) of Contact
    Tony Taylor - Contract Specialist
    tony.taylor@usda.gov
    Files
    Title
    Posted
    This government solicitation, RFP No. 1240LT25R0023, issued by USDA-FS CSA INTERMOUNTAIN 8, outlines a construction project titled “GAOA Big Smoky Admin Site Improvements” for the Sawtooth National Forest. The project, valued between $500,000 and $1,000,000, involves repairing and reconstructing the existing sanitary sewer collection system, including sewage lagoon liner installation, concrete structure cleaning, RV dump station reconstruction, and roadway improvements. The anticipated start date is September 15, 2025, with completion by July 10, 2026. A mandatory site visit is scheduled for July 29, 2025. The solicitation includes a detailed schedule of items, specifications (FP-14 and CSI Supplemental Specs), drawings, and various Federal Acquisition Regulation (FAR) and Department of Agriculture Acquisition Regulation (AGAR) clauses, notably those concerning Buy American Act requirements and insurance coverage.
    The USDA Forest Service is requesting proposals for the GAOA Big Smoky Admin Site Improvements Project, identified by solicitation number 1240LT25R0023. This construction project includes the reconstruction of the sanitary sewer collection system and various infrastructure improvements at the Big Smoky Administrative Site in Idaho. Contractors are expected to execute the removal of sewage sludge, install new geomembrane liners, reconstruct facilities, and ensure compliance with safety and environmental standards. The anticipated performance period is from September 15, 2025, to July 10, 2026, with a budget estimated between $500,000 and $1,000,000. Proposals must adhere to federal guidelines, including bond requirements and the provisions of the Davis-Bacon Act, alongside other clauses listed in the solicitation. Contractors need to provide a comprehensive quote within a specified timeframe, and participation is limited to entities complying with domestic preference standards under the Buy American Act. All submissions should be directed to the designated Contract Specialist, Tony Taylor, and must include acknowledgement of amendments and adherence to required insurance and safety protocols. This initiative represents the government's commitment to enhancing public facilities and infrastructure in alignment with federal regulations.
    Amendment 0001 to Solicitation 1240LT25R0023 for the Sawtooth National Forest GAOA Big Smoky Admin Site Improvements Project introduces several key changes. The Statement of Work (SOW) and FP14-Supplemental Specifications have been amended, specifically modifying the scope to include constructing a new barb wire laydown fence around the wastewater lagoon site perimeter with a new gate, and revising the geomembrane liner specifications to require a 40 mil minimum thickness with specific performance characteristics. Additionally, questions and answers related to the solicitation have been posted and will be part of any resulting award. The response deadline for offers has been extended to August 22, 2025, at 12:00 pm MT. The period of performance for the project is from September 15, 2025, to July 10, 2026.
    Amendment 0002 for solicitation 1240LT25R0023, concerning the Sawtooth National Forest GAOA Big Smoky Admin Site Improvements Project, introduces several key changes. The response date for offers is extended to September 5, 2025, at 12:00 noon MT, and the Period of Performance is now set from October 1, 2025, to October 30, 2026. This amendment specifically revises the FP14-Supplemental Specifications, detailing changes to construction work hours (Monday-Friday, 7:00 AM-7:00 PM) and completely overhauls Section 207 on Earthwork Geosynthetics. The updated Section 207 provides comprehensive requirements for furnishing and installing seamless geomembrane liners for wastewater moisture barrier applications, including material specifications, construction procedures, seepage testing protocols, measurement, and payment terms. All other terms and conditions of the original solicitation remain unchanged.
    The FY25 GAOA Big Smoky Administrative Site Improvements Project, located within the Sawtooth National Forest in Camas County, Idaho, outlines a comprehensive schedule of items for various construction and improvement tasks. The project encompasses a wide range of activities, including mobilization, construction staking, contractor testing, and erosion control. Key components involve significant earthwork such as clearing, grubbing, roadway excavation, and the removal of structures and obstructions, including substantial quantities of solid and liquid sewage sludge from a lagoon cell. The project also details the installation of a wastewater lagoon cell geomembrane liner, crushed aggregate surfacing, and full-depth reclamation. Infrastructure improvements include the installation of corrugated steel pipes, adjustment of manholes, concrete structure reconditioning, and the setup of a dump station water distribution system, water tower units, and sanitary sewer connections. Additional tasks cover the installation of a fee tube, barb wire laydown fence, permanent seeding, and various permanent and temporary signage. The solicitation requires a firm fixed price for all items, a quote expiration date of at least 60 calendar days, and mandates the inclusion of bond premiums within the mobilization cost, along with a bid guarantee.
    The FY25 GAOA Big Smoky Administrative Site Improvements Project is a federal Request for Proposals (RFP) aimed at enhancing the Sawtooth National Forest's Fairfield Ranger District in Camas County, Idaho. The project involves comprehensive construction activities, including mobilization, site clearing, removal of existing structures and sewage management, excavation, and roadway preparation. Various materials such as geomembrane liners and aggregate surfacing are specified, alongside enhancements to water distribution and sanitary sewer systems. Contractors are required to submit bids for all listed items on a firm-fixed-price basis, with the total bid dependent on various lump-sum and actual quantity measures. A bid guarantee is necessary, in accordance with government contracting regulations, and bidders must allow a minimum of 60 days for the government to accept the offers. The document emphasizes a structured approach to ensure timely and compliant project completion, reflecting the federal government's commitment to infrastructure improvement in national parks. This RFP exemplifies the coordination required in federal project solicitations, highlighting both the financial and regulatory considerations contractors must navigate during the bidding process.
    The Forest Service Supplemental Specifications for FY 25 GAOA Big Smoky Admin Site Improvements outlines the requirements for construction projects on National Forest System Roads, specifically focusing on the Big Smoky Admin Site. The document details administrative procedures, material specifications, and construction requirements across various sections. Key areas covered include terms and definitions, contract execution, scope of work, control of materials, and acceptance of work. The specifications also address environmental protection, including hazardous spill plans and fire prevention. Detailed construction procedures are provided for earthwork, excavation, and specialized installations like geomembrane liners for wastewater facilities. It also covers the handling of materials, including the disposal of unsuitable excavation and the use of salvaged materials. The document sets forth guidelines for public traffic management and outlines specific methods for measurement and payment for all work performed, including estimated quantities for excavation and embankment. Overall, it serves as a comprehensive guide for contractors to ensure compliance with Forest Service standards for infrastructure improvements.
    The document outlines the Forest Service Supplemental Specifications for the FY 25 Great American Outdoors Act (GAOA) aimed at improving the Big Smoky Administrative Site. It includes detailed guidelines covering various aspects of construction work, such as terms and definitions, bid processes, work scope, materials control, environmental protections, and construction requirements. Key sections highlight responsibilities related to clearing and grubbing, excavation, concrete pavement, water supply, and soil erosion control. Additionally, it emphasizes compliance with federal standards, environmental protections, and the need for approved procedures regarding hazardous materials and spills. Specific measures to protect public safety during construction activities, including traffic disruptions and erosion control, are also detailed. The structure is methodical, providing comprehensive instructions for contractors to ensure the successful execution of the project while adhering to quality and safety requirements. This document ensures accountability and maintains standards throughout the construction process on public lands.
    The USDA Forest Service, R4, is undertaking the FY 25 GAOA Big Smoky Admin Site Improvements project, outlining detailed procedures for submittals, material specifications, and installation guidelines across various construction elements. Key sections include administrative submittal processes, specifications for manufactured masonry for sign bases, exterior powder coatings for tubular steel posts, administrative identification signs, and comprehensive requirements for water distribution and onsite wastewater treatment systems. The project emphasizes strict adherence to federal, state, and local codes, quality assurance, and environmental protection. Specific attention is given to testing, disinfection, and material compatibility to ensure the integrity and longevity of the installed systems. The project aims to enhance the administrative site through standardized procedures and high-quality construction practices.
    The USDA Forest Service's FY 25 GAOA Big Smoky Admin Site Improvements project outlines submittal procedures and technical specifications crucial for contractors involved in the construction of various infrastructures at the site. The document encompasses procedural requirements for submitting shop drawings, product data, and samples, emphasizing coordination among different construction elements to avoid delays. Each submission must include detailed labeling, identification of the preparer, and adherence to specified formats. Subsections detail installation procedures for manufactured masonry, including quality assurance standards, environmental conditions during installation, and required warranties. Specific attention is given to water distribution systems, including compliance with federal and local codes, specifications for materials such as HDPE and PVC, and processes for testing and disinfecting water lines. Additionally, curb valves and boxes specifications are provided, focusing on quality assurance and installation requirements. The document aims to guide contractors in executing the project while ensuring safety, efficiency, compliance with standards, and successful outcomes aligned with government regulations and objectives.
    The United States Department of Agriculture, Forest Service, is undertaking the FY 25 GAOA Big Smoky Admin Site Improvements Project in Camas County, Idaho. This project focuses on improving the Big Smoky Wastewater Lagoon Facility and associated access roads. Key aspects include the demolition and disposal of existing asphalt roads, signs, fences, and an RV dump station, followed by the construction of new compacted reclaimed aggregate roadways and a single-unit RV dump station. Significant work involves the removal of approximately 162 cubic yards of solid sewage sludge from the wastewater lagoon, which will be dried on-site and then transported to the USFS Fleck Summit Pit for disposal in a specially constructed containment basin. The project also entails the installation of new cell liners in the lagoons, salvaging and reinstalling existing drain rock, and ensuring proper erosion control throughout the construction process.
    The Big Smoky Admin Site Improvements Project, overseen by the United States Department of Agriculture Forest Service, focuses on enhancing the wastewater lagoon facility located in Camas County, Idaho. The project includes significant repairs and upgrades to the sanitary sewer system and the construction of new access roads, incorporating environmentally sensitive erosion control measures. Key activities involve the removal of solid sewage sludge, demolition of existing infrastructure, and restoration of site features to pre-construction conditions. The contractor is tasked with minimizing disturbances to the surrounding environment and ensuring compliance with safety regulations during the undertaking. The proposal specifies the quantity of sewage sludge expected to be managed, meticulous guidelines for handling waste, and the establishment of new containment systems to enhance operational efficiency and safety. The initiative embodies the government’s commitment to improving essential services in recreational areas while adhering to environmental regulations and community standards.
    The "FIRE PROTECTION AND SUPPRESSION PLAN" outlines responsibilities and procedures for fire prevention and suppression within a Project Area, encompassing work sites and adjacent roads. The Contractor is responsible for preventing and suppressing fires, directing initial fire activities, and providing manpower as needed. The Forest Service District Ranger oversees all fire activities on the district, discusses the plan with the Contractor, and ensures compliance. When a fire occurs, the Contractor must immediately deploy the crew, notify the Forest Service, and designate a dispatcher. During fire season (May 10 - October 20), specific prevention measures are mandated, including restricted smoking, cleared refueling areas for chainsaws, U.S. Forest Service-approved and regularly cleaned spark arresters on all internal combustion equipment (with specific exemptions), and permits for burning, blasting, or welding. The Contractor must also furnish a list of manpower and equipment, provide specific hand tools (shovels, axes, extinguishers) for vehicles and power tools, clear flammable materials from storage and parking areas, and maintain a sealed "Tools for Fire Only" fire tool box on each work site, readily accessible for wildfire suppression.
    The Fire Protection and Suppression Plan outlines responsibilities and procedures aimed at preventing and managing fires within the designated Project Area. The Contractor bears primary responsibility for fire suppression, directing fire activities on-site unless relieved by a Forest Officer. Immediate action must be taken by the Contractor's crew during a fire, including notifying the Forest Service and designating a dispatcher for communication. The document stipulates various fire prevention measures, including prohibiting smoking in operational woods, maintaining spark arresters on tools, and requiring specific firefighting equipment. Moreover, strict guidelines are in place regarding storage and parking areas to mitigate fire risks. Each worksite must also contain a fire tool box for effective wildfire suppression. This plan ensures compliance with State and Federal regulations, emphasizing collaborative efforts between the Contractor and Forest Service to uphold fire safety during projects. By delineating responsibilities and preventive strategies, the plan aims to minimize fire hazards in sensitive areas.
    General Decision Number ID20250022, effective February 7, 2025, sets prevailing wage rates for building construction projects in Camas, Cassia, Gooding, Jerome, and Lincoln Counties, Idaho. It supersedes ID20240022 and applies to contracts subject to the Davis-Bacon Act. The document specifies minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed/extended). These rates are adjusted annually, and contractors must submit conformance requests for unlisted classifications. The determination also details prevailing wages and fringes for various trades like Bricklayers, Electricians, Ironworkers, Laborers, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. It further outlines identifiers for union, union average, survey, and state-adopted rates, and provides an appeals process for wage determination matters through the Wage and Hour Division and the Administrative Review Board.
    The document is a wage determination issued under the Davis-Bacon Act for building construction projects in Idaho’s Camas, Cassia, Gooding, Jerome, and Lincoln Counties, effective from February 7, 2025. It outlines minimum wage rates required for various labor classifications, including Bricklayer, Electrician, Ironworker, Laborer, Plumber, Roofer, Sheet Metal Worker, and others, each with specified rates and fringe benefits. The determination is influenced by federal Executive Orders regarding prevailing wages and paid sick leave for federal contractors. It emphasizes that contracts awarded after January 30, 2022, require compliance with a minimum wage of at least $17.75 per hour, while older contracts are subject to a $13.30 minimum. The document details classifications for both union and non-union rates and specifies an appeals process for wage determination grievances. This wage determination aims to ensure fair compensation for labor under government contracts in compliance with federal labor standards, reinforcing contractor obligations regarding worker protections and compensation.
    The document, likely a component of a government RFP, federal grant, or state/local RFP, lists three specific "Cells" with directional descriptions: "Cell 2 (North End Looking South)", "Cell 1 (North End Looking South)", and "Cell 1 (At Outlet Structure Looking North)". While the exact nature or purpose of these "Cells" is not detailed, the titles suggest a focus on infrastructure, possibly related to environmental, construction, or utility projects. The directional descriptions indicate a need for specific spatial orientation or observational perspectives, implying that these "Cells" are physical locations or components requiring analysis, assessment, or work as part of a larger project. This document serves to identify key operational or structural points relevant to the scope of a government-funded initiative.
    This document outlines the survey findings related to three specific vantage points in an area, labeled as Cell 1 and Cell 2. The focus is on the North End, with observations captured from different angles: looking south from both Cells and from the outlet structure looking north. The key details likely involve structural assessments or environmental observations relevant to ongoing or upcoming infrastructure projects. While the document lacks extensive context on its purpose, it appears tied to government RFPs or grant proposals that may require detailed assessments of locations for development or restoration efforts. Each observation point may contribute valuable insights into the site’s conditions, which are critical for decision-making in federal or state projects aimed at public improvement and safety.
    The GAOA Big Smoky Admin Site Improvements project, detailed in Solicitation # 1240LT25R0023, focuses on repairing and reconstructing the sanitary sewer collection system at the Big Smoky Administrative Site. Key tasks include removing sewage sludge from lagoons for new geomembrane liner installation, cleaning and reconditioning existing concrete structures, constructing a new barb wire fence around the wastewater lagoon, reconstructing the RV Dump Station, and pulverizing/constructing asphalt and aggregate access roads. The project adheres to FP-14 Standard Specifications, Forest Service Special Provisions (FSSS), and CSI Supplemental Specifications. Government-furnished items include a water drafting pump intake screen and rip rap material. The solicitation closes on August 15, 2025, with an anticipated start date of September 15, 2025, and completion by July 10, 2026. The road must remain open during construction, despite potential full shutdown of the wastewater collection system and RV Dump Station. Seepage testing is the contractor's responsibility, and water is available for this purpose. Important considerations include sieve size stringency for road pulverizing, potential need for supplemental aggregate, and the process for installing the new geomembrane liner over the existing one.
    The provided document, a "Quote/Proposal Checklist," outlines essential documentation required for government solicitations such as federal RFPs, federal grants, and state/local RFPs. It details two main categories: Price Proposal and Technical Proposal. The Price Proposal section mandates a price proposal, a signed solicitation form (SF-1442/SF-18) with specific blocks completed, a priced schedule of items (Section B), offeror representations and certifications (Section K), signed amendments, and a fully executed Bid Guarantee. The Technical Proposal section requires a technical approach, past performance details, key personnel experience, and worksite safety information. The checklist emphasizes referencing Section L.2 of the solicitation for a comprehensive understanding of all necessary requirements for an acceptable quote or proposal.
    The document serves as a checklist for preparing a proposal in response to federal government solicitations, outlining essential components required for submission. Key items include the Price Proposal, a signed solicitation form (SF-1442/SF-18), various sections detailing the offeror's qualifications, past performance, and technical approach. It emphasizes the necessity of signed amendments, a bid guarantee, worksite safety plans, and the experience of key personnel. The importance of following specific requirements outlined in Section L.2 of the solicitation for a fully acceptable submission is also highlighted. This checklist is significant in ensuring compliance with the proposal standards set forth by the government, facilitating a structured and complete proposal submission process for potential contractors.
    Lifecycle
    Similar Opportunities
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    CON ENG Bearlodge Shop Sewer Repair
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    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.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.