Z--THRO South Unit Fence Construction
ID: 140P6325B0002Type: Solicitation
AwardedJul 3, 2025
$439K$439,000
AwardeeALPHA CONTRACTORS GROUP INC 5305 DEL MONTE CT Cape Coral FL 33904 USA
Award #:140P6325C0003
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, 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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the construction of a new fence at the South Unit of Theodore Roosevelt National Park in Medora, North Dakota. This project involves replacing approximately 1.44 miles of existing boundary fence with a new 7-foot high galvanized steel mesh fence, aimed at enhancing wildlife management and visitor safety by protecting bison, elk, and feral horse populations. The contract is set aside for small businesses, with an estimated value between $500,000 and $1 million, and requires bidders to submit sealed offers by May 23, 2025, at 10:00 AM Mountain Time. Interested contractors can reach out to Joseph Kirk at joseph_kirk@nps.gov or call 605-574-0510 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service is initiating a procurement process for the replacement of approximately 7600 linear feet of fencing at Theodore Roosevelt National Park's South Unit. The project will utilize a sealed bid process under Solicitation Number 140P6325B0002. The contractor is responsible for providing all materials, equipment, and labor needed for the project, which includes not only the base bid but an optional additional 2920 linear feet of fence depending on funding. Key specifications for the new fence include galvanized steel posts and high-strength woven wire mesh suitable for bison livestock, with specific guidance on design and installation. Work must be performed in phases, adhering to certain environmental and safety standards, particularly regarding access from Interstate 94. The project's budget is estimated between $500,000 and $1,000,000, with a completion timeframe of 320 calendar days, including weather breaks. This project is designated as a small business set aside under NAICS Code 238990. Interested contractors need to register in the System for Award Management (SAM) and have a Unique Entity Identifier (UEI) number. A formal solicitation is expected to be released by February 28, 2025, with bids due approximately 30 days thereafter.
    The document outlines the project specifications for replacing a segment of the boundary fence at Theodore Roosevelt National Park in Medora, North Dakota, which is critical for managing wildlife and enhancing visitor experience. The South Unit's existing 6-foot fence will be replaced with a 7-foot galvanized steel mesh fence over approximately 1.44 miles, with an additional potential bid additive of 0.56 miles, emphasizing the park's responsibility to manage bison, elk, and feral horse populations while preventing harm to visitors and reducing conflicts with traffic. The work entails detailed preparation, including surveys, environmental protections, and adherence to safety regulations. The project will occur in phases, allowing for inspections at each half-mile segment prior to removing the old fence. Contractors must coordinate closely with local authorities and follow strict guidelines for accessing the site while minimizing disturbances to the public. Overall, the RFP emphasizes environmental stewardship, safety, historic preservation, and community communication as integral to the project's successful execution, reflecting the National Park Service's mission to manage park resources responsibly.
    The document outlines a government Request for Proposal (RFP) for the removal and construction of a new fence, starting at the I-94 bridge abutment and spanning approximately 7600 linear feet, with an additional bid additive for an extra 2920 linear feet. Key requirements include conforming to construction plans, coordination of subcontractors, and compliance with federal, state, and local regulations. The contractor is responsible for safeguarding existing properties, obtaining necessary permits, and ensuring minimal environmental impact, particularly concerning wildlife within Theodore Roosevelt National Park. The specifications detail material requirements, construction techniques, and methods for site cleanup. A phased approach is mandated, where acceptance inspections occur after every half-mile segment of new fence construction before existing fences can be removed. The project emphasizes quality craftsmanship, wildlife safety, and adherence to inspection schedules, all while preserving the natural landscape and meeting the higher standards outlined in the contract documents. In essence, this RFP seeks to ensure effective wildlife management and protection during the fencing project, aligned with the park’s conservation goals.
    This document outlines a government contract report related to federal RFPs and grants, focusing on service provision and subcontracting limitations. It details the contract number, type of set-aside, total contract value, and service type, along with financial distributions to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) over a defined performance period. The report includes multiple task orders, aggregating payments to different subcontractors and specifying the total amounts involved, ensuring compliance with the limitation on subcontracting percentage. A template for reporting limitations, last updated on December 15, 2016, is also referenced within the document. The main purpose of this report is to maintain transparency in government contracting processes, ensuring accountability in the management of subcontractors, and adherence to statutory requirements governing federal contract obligations. The structured data presentation highlights the roles and amounts paid to various subcontractors, supporting oversight in government procurement activities.
    This document provides wage determinations for highway construction projects in North Dakota under General Decision Number ND20250006, applicable from January 3, 2025. It outlines the minimum wage rates contractors must pay workers on federally funded projects, governed by the Davis-Bacon Act and relevant Executive Orders. For contracts awarded post-January 30, 2022, the minimum rate is $17.75 per hour, while contracts not renewed or awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30. Various wage rates for skilled laborers, including electricians, truck drivers, and power equipment operators, are specified along with corresponding fringe benefits. Additionally, the document details the appeals process for wage determinations, outlining how concerned parties can request reviews if they disagree with decisions. The intention of this wage determination is to ensure fair compensation for workers involved in federal construction projects, fostering a standard for wages across the industry. The report's structure is systematic, categorizing roles and respective pay rates, ensuring clarity for contractors adhering to federal wage requirements and promoting transparency in government-funded projects.
    The document outlines the procedures and requirements for submittal reviews during the Construction and Design Services phases of the Boundary Fence Replacement project at Theodore Roosevelt National Park. The National Park Service (NPS) provides a structured template for documenting construction submittal requirements, indicating responsibilities for design architects/engineers (A/E) and construction contracting officer representatives (COR). Key components include the differentiation between informational and action submittals, with the former not requiring government action while the latter does. The submittal list includes detailed descriptions of documents needed, such as construction schedules, safety plans, and material specifications. The document also specifies how to calculate review time and estimates costs using hourly rates from an existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This formal process ensures systematic review and compliance with project standards, emphasizing the collaborative role of various stakeholders in the construction management workflow. Overall, the document serves as a critical guide for managing construction submittals efficiently within federal grant and project frameworks.
    The document outlines a bid schedule for a project at Theodore Roosevelt National Park, focusing on replacing a boundary fence. The solicitation number is 140P6325B0002, and bidders must provide pricing for a base line item as well as an additive for an additional 0.56 miles of new fence installation. The bid structure specifies that all tax-inclusive pricing should be presented, emphasizing the importance of conforming to the solicitation documents. The project involves a lump sum for the new fence installation and a potential bid additive, underscoring the necessity for accurate measurement and payment information as outlined in the specifications. Offerors are required to ensure all submissions meet the outlined requirements to be considered valid. The document serves as a formal invitation for contractors to submit their bids for the specified park infrastructure project, reflecting the federal government's procurement process aimed at maintaining national park properties.
    The Theodore Roosevelt Fencing Project outlines specific project requirements and clarifications relating to the construction of fencing components. Key responses provided by Contract Officer Joseph Kirk address various technical questions from contractors, maintaining compliance with federal regulations, particularly the Buy American Act, which mandates sourcing materials from the U.S. The document clarifies that metal cross bars should match the h-brace poles and allows for flexibility in post spacing, not exceeding 16 feet on level terrain. Additionally, it addresses the issue of wire roll lengths, stating that a reduction to 330 ft is permissible to minimize waste. Finally, it confirms that nine holes should be drilled into the posts as per detail specifications. This project emphasizes adherence to regulatory standards while offering slight adjustments to specifications aimed at efficiency in resource utilization without compromising project integrity. Overall, the document serves to guide contractors and establish clear expectations for project deliverables within the framework of government contracting.
    The Theodore Roosevelt Fencing Project, referenced in a Q&A document dated May 13, 2025, outlines critical details for prospective contractors. It specifies bonding requirements, including a bid bond (SF24), payment bond (SF25A), and performance bond (SF25). The project has a one-year warranty post-acceptance per FAR 52.246-21, and notably, there are no liquidated damages. The site is located in Theodore Roosevelt National Park, North Dakota, along specific highway markers. Contractors must consider fencing materials, with recommendations for suppliers but without endorsing specific vendors. Adjustments to wire specifications and fencing installations are open for consideration, balancing product efficiency and terrain management. Payment structures may involve installment approvals from the National Park Service (NPS), and there’s flexibility regarding staging area dimensions. The document indicates thorough planning and regulatory adherence in managing this infrastructure project, highlighting the importance of material suitability and operational efficiency for contractors engaged in the fencing installation.
    The document outlines a permit agreement between the North Dakota Department of Transportation (NDDOT) and Theodore Roosevelt National Park for a fencing replacement project along I-94. Specifically, the project involves the construction and maintenance of fencing and gates between mile markers 24.3 and 26.2, to manage wildlife, provide emergency access, and ensure proper fence maintenance. The permit details construction requirements, stipulating that the work must meet NDDOT standards and that the Permittee must notify the NDDOT at least 48 hours before starting work. Furthermore, the Permittee is responsible for maintenance, repairs due to construction impacts, and compliance with safety regulations, including worker visibility requirements. The agreement includes non-discrimination clauses aimed at preventing exclusion based on race or national origin during project activities. It also allows the NDDOT to modify the permit terms or terminate it under specific conditions. In an attached Risk Management Appendix, liability and insurance obligations for both parties are detailed, emphasizing the importance of securing appropriate coverage throughout the project duration. This document exemplifies procedural and legal frameworks necessary for public infrastructure projects, ensuring accountability and adherence to safety regulations.
    This document serves as an amendment to solicitation number 140P6325B0002 for the Theodore Roosevelt National Park Fencing Project by the National Park Service. The key changes outlined in the amendment include the incorporation of a Questions and Answers attachment and a Department of Transportation (DOT) permit, which are now part of the project specifications. Additionally, the deadline for submitting offers has been extended from May 20, 2025, to May 23, 2025, at 10:00 AM Mountain Time. Furthermore, the amendment clarifies that the new fence to be constructed must reach a height of 7 feet. The document includes instructions for submitting acknowledgment of the amendment and highlights the importance of meeting the revised submission deadline to avoid rejection of offers. The contracting officer for inquiries related to the amendment is Joseph Kirk, whose contact information is provided. This amendment ensures potential bidders have the necessary information to prepare their offers effectively, reflecting standard procedures in government solicitations.
    The document serves as Amendment 2 for solicitation number 140P6325B0002, concerning the Theodore Roosevelt National Park Fencing Project. Its primary purpose is to communicate responses to additional questions raised during a recent site visit, which are incorporated into the solicitation specifications. The text emphasizes the importance of formally acknowledging receipt of this amendment to avoid the rejection of offers due to late submissions. It outlines the methods for acknowledgment, including electronic communication and separate letters. The mention of contact details for the contract specialist, Joseph Kirk, enables stakeholders to seek clarification. No other changes to the original solicitation terms are specified in this amendment. This document falls within the context of federal RFPs, ensuring compliance with procurement regulations and maintaining transparency between government entities and contractors. It ultimately highlights the government's commitment to facilitating clear communication within the contracting process while adhering to established guidelines.
    The document outlines a Request for Proposal (RFP) for the construction project titled "Theodore Roosevelt National Park South Unit Fencing Replacement," aiming to replace a 1.44-mile segment of boundary fence to protect bison, elk, and feral horse herds. The project requires contractors to submit sealed bids by a specified deadline, with all proposals to be opened publicly. The new fence will be 7 feet high, made of galvanized steel with heavy-duty woven wire, and include gate structures. The bid is categorized as a firm fixed price contract, estimated between $500,000 and $1,000,000, and is exclusively set aside for small businesses. A bid guarantee of 20% is required along with performance and payment bonds. The timeline for construction mandates completion within 320 calendar days, with allowances for adverse weather. A site visit is encouraged prior to bidding, with specific protocols for submitting questions and proposals outlined. The contract adheres to multiple federal regulations, including safety compliance and wage determinations, highlighting the government's commitment to high standards in public works projects.
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.