Mary Fire Temp Fence Construction
ID: 140L2625Q0020Type: Solicitation
AwardedApr 8, 2025
$45.5K$45,460
AwardeeAMJA, LLC 202 E SOUTH 7TH ST Grangeville ID 83530 USA
Award #:140L2625P0038
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified small businesses to undertake the Mary Fire Temp Fence Construction project in Idaho. The objective is to install a 3-wire temporary fence in the Mary Fire Project Area, requiring contractors to provide all necessary labor, materials, and equipment while adhering to specific environmental and safety standards. This project is crucial for land management and ecological protection following the fire incident, with a contract value estimated between $25,000 and $100,000. Interested contractors must submit electronic quotes by April 3, 2025, and direct any inquiries to Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.

    Point(s) of Contact
    McBride, Heather
    (208) 373-3993
    (208) 373-3949
    hmcbride@blm.gov
    Files
    Title
    Posted
    The Mary Fire Temp Fence Construction solicitation (140L2625Q0020) aims to secure a firm-fixed-price contract for the installation of temporary fencing following a fire incident. This project has a construction cost ranging from $25,000 to $100,000, exclusively for small businesses under the NAICS code 238990, with specifications provided in Section J of the solicitation. Proposals must include a work plan, labor and equipment details, and comply with stringent inspection and acceptance requirements. The contractor is expected to begin work within one day of receiving the notice to proceed and complete the project by May 30, 2025. Additionally, the proposal submission process is exclusively electronic, and all contractors must furnish the required performance and payment bonds. There are special requirements relating to health and safety protocols during construction, limitations on personnel access, and confidentiality concerning cultural resource site information. The document incorporates standard Federal Acquisition Regulation clauses and highlights the necessity for sustainability considerations in product and service selection. Overall, this solicitation reflects the government's initiative to engage small businesses while ensuring compliance with safety and regulatory standards in construction projects.
    The government project outlined in this document involves the construction and installation of a 3-wire temporary fence near Riddle, Idaho, utilizing materials supplied by the government, specifically the Bureau of Land Management. The project emphasizes adherence to specific operational hours to safeguard local wildlife and mandates compliance with various environmental and quality assurance measures. Key aspects include the provision of construction labor, handling requirements for materials, and restrictions on vehicle access to protect sensitive areas. The project location features challenging terrain and requires certain techniques like rock drilling and brush removal over approximately 40,626 feet of fencing. Contractors must submit detailed project schedules, attend mandatory meetings, and comply with requirements for disposal and recycling of materials. Payment terms establish that no direct compensation will be provided for specific activities, as costs should be integrated within the broader contract bids. The document highlights the project's ecological and regulatory considerations, aiming for safe and effective implementation of fencing as part of resource management strategies.
    The document outlines the requirements and specifications for the construction of a temporary barbed wire fence in Riddle, Idaho, under a federal contract. The project involves the installation of a 3-wire temporary fence using provided Government materials, ensuring minimal disturbance to wildlife by restricting construction hours. The contractor is responsible for providing the necessary labor and equipment while adhering to specific site conditions, such as limited vehicle access and protection of cultural resources. Key elements include the use of government-furnished materials like steel posts, barbed wire, and fencing essentials, along with mandatory procedures for submission of design and maintenance documentation. The contractor must also arrange proper disposal of non-salvageable debris and comply with quality assurance standards. Additionally, the document establishes requirements for project meetings, including a pre-work conference, progress assessments, and a final inspection to ensure compliance and quality. Overall, the document serves as a guideline for contractors undertaking the fencing project, emphasizing adherence to environmental, safety, and quality standards while facilitating communication and coordination with the contracting officer.
    The document outlines specifications for the construction of barbed wire fences as mandated by the Bureau of Land Management in Idaho. Key details include minimum height requirements, construction materials, post spacing, and the installation of tensioning systems to ensure structural integrity. It emphasizes safety in the construction process and provides comprehensive guidelines on the types of posts, bracing methods, panel configurations, and gauge of wire to be employed. The document also distinguishes between different fence types and required components for end panels, corner panels, and drainage crossings, instructing the use of specific materials and construction techniques, such as nailing and wiring standards. Throughout, there is a focus on safety protocols, material specifications, and adherence to predetermined designs, ensuring that fences are durable and effective for land management purposes. This document serves as a framework for contractors responding to federal and state RFPs regarding fencing projects.
    The Bureau of Land Management (BLM) is initiating a fence construction project under the jurisdiction of the Boise District Office in Idaho. The project will involve the installation of temporary fencing, specifically three-wire fences, in various locations including areas marked for fire recovery. The proposed fencing aims to manage land use and protect ecological resources in the designated project areas, primarily within Idaho's Bureau of Land Management territories. The maps included depict the geographical layout of the project area, highlighting existing fences, roads, and the boundaries of state and private lands. Project details include the temporary fence types and construction specifics, including the placement of structures such as gates and corner panels. The BLM explicitly states that the accuracy of the provided data is not guaranteed, and users must verify the information according to their needs. For any inquiries regarding the project's specifics, stakeholders are directed to contact the Boise District Office. This project reflects the BLM's commitment to maintaining land integrity and supporting ecological management efforts through careful resource planning and implementation.
    The document addresses inquiries related to the Mary Fire Temp Fence Construction project, primarily focusing on the specifications and requirements for the installation of new fencing. Key clarifications include the materials to be used—where a rigid steel strap or gauge wire is specified—and confirmation that all materials, including fencing supplies and wire stays, will be provided by the government. The project consists solely of new construction with no existing fence to remove. The period of performance remains fixed at its current duration, with the contractor required to submit pricing purely for installation services. Additionally, the endeavor is open to all small businesses, not limited to any specific socio-economic classifications. Overall, the document serves as a communication tool between contractors and the government, ensuring all parties have a clear understanding of project expectations and requirements.
    The document pertains to the BDO BLM FY25 Fence Construction project, highlighting specific terrain and soil conditions relevant to the construction of temporary fencing in the Buckhorn West and East areas. It includes multiple images illustrating terrain features, soil characteristics, and flagging for fence structure placement. Key areas of focus include brush removal in Buckhorn East and the positioning of terminal and end panels near Mary Creek. This documentation serves as a preparatory overview for contractors involved in the fencing project, laying out critical environmental considerations and necessary site preparations. The images emphasize the need for careful assessment and planning to ensure successful construction aligned with expected regulations and standards within the federal grant and RFP frameworks.
    The document is an amendment to a solicitation or contract identified as 140L2625Q0020. It outlines essential procedures for acknowledging receipt of this amendment, which include submitting copies of acknowledgment, a separate letter, or electronic communication. The amendment modifies terms related to the contract based on vendor inquiries and revises provisions and clauses in accordance with Executive Orders 14148 and 14208. The revised period of performance is set from April 15, 2025, to May 30, 2025. The purpose is to update specifications and contract language, ensuring compliance and clarity in contractual obligations. The amendment also emphasizes that failure to acknowledge receipt could lead to the rejection of offers, highlighting the need for timely and accurate documentation as part of the RFP process.
    The file details a Request for Quote (RFQ) for constructing temporary fencing to address the aftermath of the Mary Fire. This federal project, identified as solicitation number 140L2625Q0020, is set aside for small businesses with a construction cost range of $25,000 to $100,000. Interested contractors are required to submit electronic bids, with a deadline specified. The contract stipulates a firm-fixed-price agreement, requiring the contractor to commence work within one calendar day following the notice to proceed and complete the project within 45 days. The successful bidder must provide all necessary materials, personnel, and plans for the fencing installation, which includes specific quantities and types of materials outlined in the pricing schedule. The contract emphasizes compliance with various regulations and mandates regular inspections, insurance, and warranties from the contractor. A set of clauses governing contract administration, labor standards, and safety measures is incorporated by reference to ensure compliance with federal requirements. Attachments are provided for detailed specifications, drawings, and wage determinations related to the project, underpinning the Government's commitment to proper contractor regulations and comprehensive project execution.
    Lifecycle
    Similar Opportunities
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Camas Prairie Fence
    Agriculture, Department Of
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Fire Rings and Table Bases
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the procurement of 52 fire rings and 50 picnic table bases for various recreation sites within the Bitterroot National Forest in Montana. The procurement requires that the fire rings and picnic table bases adhere to specific design and accessibility guidelines, including the use of durable materials and compliance with the Forest Service Outdoor Recreation Accessibility Guidelines. These items are essential for enhancing recreational facilities and ensuring accessibility for all visitors. Interested small businesses must submit their quotes by January 5, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov.