FENCE RETROFITTING FOR WILDLIFE
ID: 140L4324Q0127Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    Presolicitation Notice: INTERIOR, DEPARTMENT OF THE - BUREAU OF LAND MANAGEMENT is planning to issue a Request for Proposal for Fence Retrofitting for Wildlife in the BLM-Lakeview District Office, Oregon. The project aims to modify and repair existing fences to meet wildlife standards, with a focus on pronghorn. The contractor will be responsible for ensuring the entire fence meets these standards to minimize injury to wildlife and mitigate barriers to herd passage. This is a SMALL BUSINESS SET ASIDE procurement with a construction project magnitude between $25,000 and $100,000. The performance period is from approximately August 10, 2024, through September 30, 2025, including one base and two options. The NAICS code is 238990 with a small business size standard of $19 million. The award will be based on the lowest price technically acceptable source selection process.

    Point(s) of Contact
    Clark, Susanne
    (503) 808-6494
    (503) 808-6312
    susanneclark@blm.gov
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    OR FLAP DOT 126(1), Blue Pool Safety and Access Enhancement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "Blue Pool Safety and Access Enhancement" project located 64 miles east of Springfield, Oregon. This federal contract involves grading, base, and paving work over a length of approximately 0.289 miles, with an estimated budget ranging from $2 to $5 million. The project is crucial for enhancing public safety and infrastructure in the region, emphasizing quality control and environmental standards throughout its execution. Interested small businesses are encouraged to reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, with a tentative completion date set for Spring/Summer 2025.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    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.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.
    OR FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.
    OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP Douglas 251(1) project, which focuses on access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails significant construction work over a 1.3-mile access route, including earthwork, aggregate installation, drainage enhancements, precast concrete block wall construction, and guardrail installation, all while adhering to environmental protection measures. This initiative is crucial for improving public access and safety in a popular recreational area, with an estimated contract value between $2 million and $5 million and a tentative completion date set for November 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Z--Northwest Oregon Road Maintenance IDIQ, Salem, Oregon
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking responsible vendors to establish a single or multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for road maintenance services in the Northwest Oregon District, specifically in Salem, Oregon. The contract will encompass a range of routine maintenance activities, including road grading, snow plowing, and drainage management, aimed at ensuring the integrity and accessibility of public roads while adhering to environmental standards. This procurement is critical for maintaining transportation infrastructure and promoting safety in the region. Interested vendors must submit their capability statements by October 25, 2024, at 2:00 PM Pacific Time, to Tiffany Eslinger at teslinger@blm.gov, with a copy to blmorso952mail@blm.gov, referencing "Sources Sought 140L4325Q0001 NWOD Road Maintenance."
    56--Sitka - Eastern Fence Boundry
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the removal and replacement of approximately 650 linear feet of the East Boundary fence at Sitka National Historical Park in Alaska. The project involves replacing the existing wooden and plastic fence with a new 8-foot-high galvanized chain link fence with privacy slats, aimed at enhancing park security and preserving the natural and cultural resources of the area. This initiative is crucial for maintaining the integrity of the park while ensuring compliance with federal regulations regarding labor and materials. Interested contractors must acknowledge the amendment to the solicitation, comply with submission guidelines, and demonstrate relevant experience, with the contract value estimated between $100,000 and $250,000. The performance period is set from November 5, 2024, to February 3, 2025, and inquiries should be directed to Francisco Velasco at franciscovelasco@nps.gov or by phone at 907-644-3313.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    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.
    Y--UT-BEAR RIV MR RFG-PAVILION SHADE STRUCTURE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the construction of a steel pavilion/shade structure measuring 30' x 32' x 11'4" at the Bear River Migratory Bird Refuge in Brigham, Utah. The project requires the delivery of the structure within 120 days from the award date, with specific engineering requirements including a minimum of 20 years of experience in fabricating tubular steel shade structures and compliance with local building codes. This procurement is critical for enhancing visitor facilities at the refuge, ensuring both functionality and durability. Interested contractors must submit their quotations, acknowledging the amendment details, to Nicole Johnson at nicolecjohnson@fws.gov, and must be registered as active vendors on SAM.gov to be eligible for the award.