PEPRO Communications Shelter-Six Rivers National Forest, Smith River Ranger District
ID: 12760425Q0089Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEAlbuquerque, NM, 87102, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The USDA Forest Service is seeking quotes for the procurement of a PEPRO 6x6 Communications Shelter, including its manufacture, delivery, installation, and removal at the Smith River Ranger District within the Six Rivers National Forest in California. The project entails the demolition and disposal of an existing shelter and tower, followed by the installation of a new shelter that meets specific national building and electrical codes, featuring an integrated articulating mast and various essential equipment. This procurement is critical for enhancing communication capabilities in the area, with a firm-fixed-price contract expected to be awarded, requiring delivery and installation within 20 months of the award date. Interested vendors must submit their quotes to Derick Yara at derick.yara@usda.gov by August 22, 2025, and direct any inquiries by August 15, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Statement of Work (SOW) outlines the requirements for a contractor to install a new communications shelter at Ship Mountain, Smith River Ranger District, Six Rivers National Forest. The project includes the demolition and disposal of an existing shelter and a Rohn 45G tower, foundation, and guy anchor points, which must be removed 18 inches below grade and backfilled. The new shelter must be a PEPRO LLC. 6’x6’x8’ with an integrated 40’ articulating mast, complying with national building and electrical codes, and TIA-222 standards. It must include specific equipment such as 19”x84” racks, LED lighting, battery trays, bus bars, ground bus bar, filtered DC entry ports, solar array surge protection, and passive ventilation. The shelter must feature a faraday cage with a 9-port RF entry panel and be deployable on unimproved land without excavation or foundation work, anchored without guy wires or stakes. The roof must have an OSHA-compliant anchor point. The contractor is responsible for obtaining bonding and insurance, delivering the shelter to Gasquet, CA, four weeks prior to installation, offloading it safely, and coordinating the installation at the Ship Mountain site. All demolition debris must be disposed of according to environmental regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R5 LEI Outerwear Ballistic Carrier Vests
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests intended for use by law enforcement personnel in the Pacific Southwest Region. The vests must meet specific design and material specifications, including being constructed from OD Green 1000 Denier Cordura nylon and featuring designated pocket configurations, as well as distinctive markings for identification. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement officers in the region. Quotes are due by December 16, 2025, at 12:00 PM Pacific Time, and interested parties must direct their submissions to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions accepted until December 8, 2025.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    RV Campers - DLA MWR San Joaquin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    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.
    Smokey Circle quarters 214 Floor and Roof replacement
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    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.
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.