Fence Enclosures, Kingsville, TX
ID: JR1146813Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, 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 Feb 11, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 11, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking contractors for the construction of fence enclosures in Kingsville, Texas. This presolicitation opportunity is set aside for small businesses and aims to enhance the security and management of agricultural facilities. The project falls under the NAICS code 238990, which pertains to all other specialty trade contractors, and is classified under the PSC code Y1PZ for construction of other non-building facilities. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
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.
Z--Repair Bow Creek Fence
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the Repair Bow Creek Fence project at the Missouri National Recreational River. The project entails the removal of damaged vegetation, repairs to existing fencing, and the installation of new treated wood posts and H-braces to secure the park's boundaries and manage cattle access. This initiative is crucial for maintaining the integrity of recreational areas while adhering to safety and environmental standards. Interested small businesses must submit their proposals, including the completed SF Form 1442, by the specified deadline, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or call 330-468-2500.
Field Research Facility Duck, NC Security Fence Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide services for the replacement of a security fence at the Field Research Facility (FRF) in Duck, North Carolina. The project entails the demolition of the existing fence and the installation of approximately 1,906 linear feet of new fencing and gates, along with necessary security measures during non-business hours. This procurement is critical for maintaining the security and integrity of the facility, and it emphasizes compliance with federal, state, and local regulations, as well as adherence to safety standards throughout the project. Interested contractors must submit electronic quotes by May 5, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Rhoda Lewis at rhoda.a.lewis@usace.army.mil or Christine L. Wilson at Christine.L.Wilson@usace.army.mil.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
Landscaping Service for Salinas, CA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide landscaping services for its facility in Salinas, California. The contract encompasses comprehensive landscaping tasks, including maintenance during scheduled visits and additional services as needed, ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining the aesthetic and functional quality of the USDA's modernized facility, reflecting its commitment to environmental standards and safety. Interested small businesses must submit their quotations electronically by the specified deadline, with all inquiries directed to Lam Pham at lam.pham@usda.gov. The solicitation number is 12905B25Q0042, and the contract period is set from May 14 to August 14, 2025, with an option for four additional months as outlined in Amendment 0001.
THRO South Unit Fence Construction
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the construction of a new fence at Theodore Roosevelt National Park's South Unit in Medora, North Dakota. The project involves replacing an existing 6-foot fence with a 7-foot galvanized steel mesh fence over approximately 1.44 miles, with an additional bid option for 0.56 miles, aimed at enhancing wildlife management and visitor safety. This initiative is critical for managing local bison, elk, and feral horse populations while ensuring minimal environmental impact and compliance with federal regulations. Interested small businesses must submit sealed bids by the specified deadline, with the contract value estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
Z--NIFC 300 JWH MPR Suite/NICC Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is seeking contractors for the repair and alteration of the JWH MPR Suite and NICC facilities. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The repairs are crucial for maintaining operational efficiency and safety within the facilities that support interagency fire management efforts. Interested contractors can reach out to Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details regarding this presolicitation opportunity.
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.
RUBBER REMOVAL RUNWAY 13L/13R located at Naval Air Station (NAS) Kingsville, TX and RUNWAY13 ALFORA located at Orange Grove, TX
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting bids for a firm fixed-price contract for the rubber removal project on Runway 13L/13R at Naval Air Station (NAS) Kingsville, TX, and Runway 13 Alfora in Orange Grove, TX. The project aims to maintain and enhance the operational capabilities of the runways, which are critical for military aviation operations. This solicitation is set aside for 8(a) certified businesses, with a project magnitude estimated between $500,000 and $1,000,000, and proposals are due by May 2, 2025, at 4 PM local time. Interested contractors should direct inquiries to the primary contact, Kyle Rogers, at kyle.p.rogers2.civ@us.navy.mil, and are encouraged to attend a site visit on April 10, 2025, at 9 AM.