56--WFO CATTLE GUARDS
ID: 140L6224Q0054Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

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

    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the procurement of cattle guards, specifically five units of 8'x12' steel cattle guard grids and five units of precast concrete cattle guard bases, to be delivered to Worland, Wyoming. The procurement aims to enhance infrastructure for livestock management on public lands, ensuring compliance with safety and structural standards, including AASHTO H-20-44 loading requirements. Interested contractors must submit their proposals by September 11, 2024, with delivery obligations set for September 10, 2025. For further inquiries, potential bidders can contact Crystal Martinez at crystalm@blm.gov or by phone at 307-775-6336.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    The document provides detailed specifications for a steel cattle guard grid, designed for use on federal land managed by the Bureau of Land Management. It outlines dimensions, materials, and structural requirements, emphasizing compliance with AASHTO H-20-44 loading standards. Key components include various rail sizes, torque bars for non-cleanout grids, and specifications for welding and anchoring to ensure safety and functionality. The grid's design accommodates both configurations— with and without a cleanout—detailed through structural drawings and measurements in both imperial and metric units. Notable instructions include the necessity for flush end plates and consistent spacing of stringers. This document serves as a technical guide for contractors responding to government RFPs related to land management infrastructure, ensuring standardized construction practices.
    The document outlines the specifications for a Steel Cattle Guard Grid designed by the Bureau of Land Management, detailing construction elements with and without a cleanout feature. Key specifications include the use of cold-formed structural steel tubing to form rails and stringers, along with precise measurements provided in both imperial and metric units. Essential components include header plates, anchor clips, torque bars, and various types of holes necessary for installation. The drawings emphasize a design load conforming to AASHTO H-20-44 standards, ensuring safety and structural integrity. The document is an authoritative guide aimed at entities responding to government RFPs related to infrastructural development, focusing on compliance with federal specifications while addressing the needs of wildlife management and public infrastructure. It serves as a crucial reference for contractors involved in the design and implementation of cattle guard structures on public lands, ensuring standards and functional requirements are met.
    The document outlines the specifications for a precast concrete cattle guard base designed by the U.S. Department of the Interior's Bureau of Land Management, specifically the Wyoming State Office. It details structural requirements, including reinforcement measures with #4 rebar tied at 12" centers, the use of galvanized cable, and cross bars to be spaced at maximum intervals of 12". The document emphasizes safety throughout the design and construction process and includes a note that further dimensions and specifications are to be confirmed in the bid schedule. Approvals and design responsibilities are indicated, ensuring compliance with engineering standards. This design is an essential part of construction plans potentially associated with local and state RFPs for infrastructure projects, emphasizing both safety and engineering integrity.
    The United States Department of the Interior's Bureau of Land Management has issued a bid schedule for the Worland Cattle Guards project located in Worland, Wyoming. The contract focuses on the procurement of materials needed for cattle guard installations. Specifically, the bid outlines the acquisition of five eight-foot by twelve-foot cattle guard grids, five twelve-foot cattle guard bases, and one unit for freight or shipping, currently listed at no cost. The document serves as a formal request for proposals (RFP), aiming to facilitate the purchase of essential components required for effective livestock management and infrastructure maintenance under federal guidelines. The overall purpose aligns with standard government practices for RFPs, ensuring transparency and competitive bidding for federal projects while addressing the logistical needs of land management operations.
    The document outlines the Statement of Work (SOW) for procuring cattle guard materials for the Bureau of Land Management (BLM) at the Worland Field Office in Wyoming. The acquisition includes the delivery of cattle guard grids and concrete foundations, emphasizing the necessity for high-quality materials that meet specified standards. The contract's period of performance spans 365 days from award, and the delivery of items must occur during designated hours at a specific location. Key requirements include the construction specifications for welded steel cattle guard grids, which must comply with designated loading standards, painting specifications, and the construction of precast concrete foundations featuring reinforced steel. Detailed instructions on concrete strength, curing processes, handling, and transportation are also provided to ensure structural integrity. The submission of detailed submittals from suppliers, including any variations from specifications, is essential for bid evaluation. The summary reinforces the commitment of the BLM to maintain public land infrastructure while ensuring compliance with industry standards, highlighting the technical requirements and logistical needs for successful procurement and delivery of the cattle guards.
    The document addresses questions regarding the solicitation for the procurement of cattle guards (Solicitation: 140L6224Q0054 WFO Cattle Guards). It clarifies that the updated specifications include crucial dimensions and that the design must adhere to HS-20 loading standards, which involve no requirement for a Professional Engineer's stamp unless significantly differing from the provided drawings. The bid involves a total of five cattle guards, with the contractor responsible only for supply and delivery, not installation. All required sizes comply with the provided bid schedule. Previous contracts for these items do not exist, and delivery of components (grids and bases) can occur separately. This document serves as a crucial guideline within the framework of federal Requests for Proposals (RFPs), ensuring that potential bidders understand the specifications and requirements necessary for compliance and successful bidding.
    The document is an amendment to a solicitation for the delivery of cattle guards to the Bureau of Land Management (BLM) in Worland, Wyoming. It outlines the procedures for acknowledging the amendment and the delivery requirements, including timing and location specifics. Offers must be submitted by September 9, 2024, with a mandatory notification period of three days before delivery, which should be coordinated with the Contracting Officer's Representative (COR). The document details registration requirements for vendors, compliance with specific clauses, invoicing procedures, and evaluation criteria based on Federal Acquisition Regulation (FAR) guidelines. The amendment serves to address questions from vendors and provides directions for quote submission, emphasizing the importance of having current registrations in the System for Award Management (SAM). Overall, it aims to ensure transparency and compliance in securing the necessary supplies for the BLM, reflecting standard government procurement processes.
    The document is a Request for Proposal (RFP) concerning the procurement of cattle guards for the Bureau of Land Management (BLM) in Worland, Wyoming. The primary objective is to acquire specific fencing products, including 5 units of 8'x12' cattle guard grids and 5 units of 12' cattle guard bases, with delivery coordinated to a designated ware yard location. Key deadline details include a proposal due date of September 11, 2024, and a delivery obligation by September 10, 2025. Other contractual stipulations include requirements for active registration in SAM, adherence to the Defense Priorities and Allocations System, and compliance with various Federal Acquisition Regulations. The document outlines the need for offers to be submitted via email, specifying the inclusion of unique identification numbers. Specific instructions on invoicing through the U.S. Department of Treasury's Invoice Processing Platform (IPP) are emphasized, necessitating electronic submission of invoices. Performance evaluations through the Contractor Performance Assessment Reporting System (CPARS) will be conducted post-award. Overall, the document details the procurement process essential for maintaining BLM operations, reinforcing compliance and logistical expectations for prospective contractors.
    Lifecycle
    Title
    Type
    WFO CATTLE GUARDS
    Currently viewing
    Solicitation
    Similar Opportunities
    PRONGHORN FENCE MOD FY 24
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the modification of 2.75 miles of fencing to facilitate the migration of pronghorn antelope in Wyoming for fiscal year 2024. The project involves the removal of existing fencing, installation of new barbed and smooth wire fencing, and the addition of Powder River Gates, with a focus on adhering to federal and state safety and environmental regulations. This initiative is crucial for wildlife management and conservation efforts, ensuring safe passage for pronghorns across their habitat. Interested contractors should note that the estimated contract value is $15,000, and proposals must be submitted by the specified deadline, with inquiries directed to Antoinette Nelson at amnelson@blm.gov or by phone at 307-775-6043.
    Y--2024 PECOS DISTRICT FENCE CONSTRUCTION
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the construction, maintenance, and removal of approximately 17.7 miles of fencing in the Pecos District, specifically across Chaves and Eddy Counties in New Mexico. The project, identified as solicitation number 140L4024R0004, requires contractors to provide all necessary labor, equipment, and materials while adhering to strict specifications and environmental regulations. This initiative is part of the federal government's commitment to maintaining and enhancing public lands, ensuring safety and operational integrity within the designated areas. Proposals are due by September 12, 2024, with an estimated contract value between $200,000 and $500,000, and interested parties should direct inquiries to the contracting officer, Ronald Shumate, at rshumate@blm.gov.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    J--I-421756 CAT D6RII XL REPAIR
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals from certified small businesses for the repair of a Caterpillar D6RII XL Dozer, with the work to be performed at a contractor-owned facility within 30 miles of Rock Springs, Wyoming. The contractor will be responsible for replacing specific components, including two HDXL Link Assemblies and associated parts, ensuring compliance with safety and operational standards. This procurement reflects the government's commitment to maintaining its equipment and supporting small businesses in federal contracting. Interested contractors must submit their proposals by September 18, 2024, and direct any questions to Contract Officer Antoinette Nelson via email by September 16, 2024.
    Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Bighorn National Forest, is soliciting proposals for the Crazy Woman Creek Corridor Updates, which include critical repairs to Forest Service Road 33 in Wyoming. The primary objective of this project is to replace a bridge at milepost 1.70, with additional optional work involving the rehabilitation of other bridges, road improvements, and culvert replacements along specified mileposts. This initiative is vital for enhancing infrastructure integrity within the national forest, ensuring improved transport and access while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
    PIPELINE MATERIALS - BLM ELKO, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is issuing a Request for Quote (RFQ) for the procurement of various pipeline materials to be delivered to the Elko District Office in Nevada. The required materials include curb stop valves, stop and waste valves, black HDPE pipe, and plastic telescoping curb boxes, all of which must adhere to stringent specifications and the Buy American Act. These materials are essential for maintaining and improving pipeline infrastructure, ensuring compliance with federal standards. Proposals must be submitted electronically, with a focus on low price and technical acceptability, and delivery is expected within 90 days post-award. Interested vendors can contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441 for further details.
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking a contractor to conduct fire sprinkler blockage inspections and gauge replacements at various locations in Elko, Nevada, under Solicitation Number 140L3924Q0149. The contractor will be responsible for inspecting six fire sprinkler systems for blockages, replacing any gauges older than five years, and ensuring compliance with the National Fire Protection Association Standard 25. This initiative is crucial for maintaining the operational reliability and safety of fire suppression systems in federally managed facilities. Proposals are due by September 13, 2024, with a performance period from September 15 to November 30, 2024. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    DISC MULCHING HEAD FOR SKID STEER
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for a Disc Mulching Head compatible with John Deere 325G skid steers, as part of a Total Small Business Set-Aside initiative. The required equipment must effectively masticate small to medium pinyon and juniper trees, adhering to specific operational and safety standards, including a weight limit of 2,592.7 lbs and a flow rate of 26.7 gallons per minute. This procurement is crucial for enhancing land management operations and ensuring compliance with the Buy American Act. Proposals are due within 60 days of contract award, and interested vendors should contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441 for further details.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.