GAOA Southzone Fence Replacement
ID: 1240LT25R0021Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the GAOA Southzone Fence Replacement project in Utah. The contract involves the removal and replacement of various types of fencing, including barbed wire and wooden post and rail fences, across multiple campgrounds and lakes within the Manti La Sal National Forest, with an estimated project cost between $500,000 and $1,000,000. This project is crucial for maintaining wildlife habitats and supporting land management objectives, ensuring the integrity of the forest's boundaries. Interested contractors should note that the anticipated performance period begins on August 1, 2025, and must adhere to federal regulations, including the Davis-Bacon Act for labor rates. For further inquiries, contact Tony Taylor at tony.taylor@usda.gov.

    Point(s) of Contact
    Tony Taylor - Contract Specialist
    tony.taylor@usda.gov
    Files
    Title
    Posted
    The solicitation outlines the requirements for the "GAOA Southzone Fence Replacement" project, aimed at replacing various fence types within the Manti La Sal National Forest in Utah. The contract will involve the removal and replacement of barbed wire and wooden post and rail fences across multiple campgrounds, with an anticipated performance period starting on August 1, 2025, and lasting 365 calendar days. The overall project cost is estimated between $500,000 and $1,000,000. Key components include both base and optional items for replacement at designated sites, with detailed specifications on accessibility for equipment and challenges faced in certain areas. Contractors are obligated to adhere to various federal regulations, including the Davis-Bacon Act for labor rates and safety requirements. Submissions must include guarantees and are subject to strict timeline adherence. The procurement process prioritizes domestic materials in compliance with the Buy American Act. This solicitation is structured into sections detailing supplies, performance standards, site information, and representations. It aims to secure qualified contractors who can meet comprehensive requirements while fostering local economic participation and ensuring environmental safety during the construction process.
    The document outlines a Request for Proposal (RFP) related to the replacement of fencing in various locations managed by a federal agency. It specifies the materials required for the project, including wood posts and barbed wire, detailing the dimensions and materials for specific sites, such as Great Wall of Buckeye and Monticello Lake. The project involves the removal and replacement of approximately 22,423 feet of fencing, focusing on the rehabilitation of posts, with a substantial portion already rebuilt in 2023. Additionally, it provides a breakdown of costs associated with different materials and sites. The main purpose of the RFP is to solicit bids for the fence replacement project, emphasizing the need for quality workmanship and adherence to safety and environmental standards. This document is pivotal for coordinating efforts and ensuring that qualified contractors are engaged to support the agency's mission of maintaining its infrastructure while complying with federal regulations. It ultimately aims to improve the secure condition of the perimeter boundaries across multiple sites.
    The government file outlines wage determinations for building construction projects in selected counties of Utah, falling under the Davis-Bacon Act. It specifies minimum wage rates applicable to various classifications of workers based on contract dates and the relevant Executive Orders, primarily Executive Order 14026 ($17.75 per hour for contracts post-January 30, 2022) and Executive Order 13658 ($13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022). The file lists several classifications with their corresponding wage rates and fringe benefits. It also addresses requirements for contractor compliance, including the need for additional classifications if necessary. The document provides information on the appeals process for wage determinations, noting the communication channels for inquiries and reconsideration requests through the Department of Labor. This summary highlights the document's function in establishing wage expectations for federal contracts in the construction sector while ensuring compliance with labor standards and protections.
    The document addresses the unavailability of .kmz files as attachments on SAM.gov and provides guidance on how to request these files. Specifically, it pertains to the GAOA Southzone Fence Replacement project under RFP 1240LT25R0021. Interested parties are instructed to send an email to a designated contact, Tony Taylor, at the USDA, with a specific subject line including the project reference number, which facilitates tracking and processing the request. This serves as a critical step for vendors or stakeholders needing access to necessary geospatial data linked to the project, reflecting standard procedures within federal RFP processes to ensure streamlined communication and access to project details. Overall, the document reinforces the importance of following required protocols for obtaining information relevant to federal contracting opportunities.
    The USDA Forest Service is initiating the GAOA South Zone Fence Replacement project, which includes the construction of a post and pole fence and a barbed wire fence with gates. The specifications set clear guidelines for materials, construction methods, and environmental considerations. For the post and pole fence, posts must be sound, treated Lodgepole Pine, with specific requirements for preservative treatments and inspections. Clearing of obstacles is required prior to installation, and posts must be properly set for stability. The barbed wire section stipulates materials that conform to ASTM standards, detailing the types of posts, wire, and braces needed. The construction requires careful planning for environmental impact and adherence to safety standards, ensuring strategic installation without disturbing the natural landscape. The document emphasizes the importance of compliance with established guidelines, which is vital for meeting the project’s aesthetic, functional, and regulatory requirements. This project reflects the Forest Service's commitment to maintaining wildlife habitats and supporting land management objectives through proper fencing solutions.
    The provided document appears to include specifications related to the dimensions and requirements of certain terrain features, possibly for a government RFP or grant related to construction or land development. The specifications listed suggest a focus on the measurements and characteristics of terrain, specifically within the range of 10 to 16 feet and including various dimensional details, like width and height. However, due to the lack of context and details, the overarching objective of this file is unclear. It may pertain to guidelines for project submissions that necessitate certain terrain specifications or evaluation criteria for potential proposals. The disjointed nature of the document implies it may serve as a preliminary reference, needing additional elaboration to clarify its intended purpose in the context of federal or local grant applications or RFPs. Further context would be necessary for a more comprehensive understanding of its significance.
    The document outlines the General Decision Number UT20250070 for building construction projects in Carbon County, Utah, effective 03/07/2025. It specifies wage rates and worker protections mandated under the Davis-Bacon Act, along with two relevant Executive Orders—14026 and 13658—establishing minimum wage requirements for federal contracts. Contracts initiated or extended from January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, necessitate at least $13.30 per hour. The document lists various labor classifications with corresponding wage rates and fringe benefits, emphasizing compliance with wage determinations for contractors. It also addresses the appeals process for wage determination disputes, guiding contractors on how to seek reconsideration or appeal decisions. Overall, this document serves as a critical resource for contractors participating in federal contracts, ensuring adherence to wage standards and labor regulations in the construction industry.
    The document outlines the wage determination for building construction projects in Grand County, Utah, under General Decision Number UT20250072. It specifies wage requirements governed by the Davis-Bacon Act and related Executive Orders. For contracts initiated on or after January 30, 2022, contractors must pay a minimum wage of at least $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the wage requirement is $13.30 per hour. It lists various construction job classifications alongside their respective wage rates and fringe benefits. The document also elaborates on contractor obligations, including paid sick leave provisions mandated by Executive Order 13706 for contracts awarded post-January 1, 2017. It provides details on how wage rates are classified as union or survey rates and outlines the appeals process for wage determinations. By ensuring appropriate wage standards and worker rights, this document supports federal compliance in construction while safeguarding worker interests during the contracting process.
    This document outlines wage determinations for construction projects in San Juan County, Utah, under the General Decision Number UT20250075, effective from March 7, 2025. It specifies that building construction projects must comply with the Davis-Bacon Act, requiring contractors to pay minimum wage rates as per Executive Orders 14026 and 13658. For contracts awarded on or after January 30, 2022, a minimum wage of $17.75 per hour is required, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30 per hour, unless higher rates apply. The document lists various construction classifications, each accompanied by specific wage rates and fringe benefits, showcasing both union and non-union rates. It emphasizes that additional classifications may be added post-award via a conformance request if necessary workforce skills are not listed. Furthermore, it details the appeals process for wage determination decisions, including initial inquiries and procedures for interested parties wishing to challenge determinations. This document is crucial for ensuring compliance with wage standards in federally-funded construction projects, enhancing the objective of fair labor practices within government contracting.
    The document outlines the General Decision Number UT20250076 effective March 7, 2025, regarding wage determinations for building construction projects in Sanpete County, Utah, under the Davis-Bacon Act. It specifies that contracts awarded on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum hourly wage of $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 under Executive Order 13658. The document details various classifications of labor with associated wage rates and fringe benefits for specific trades, such as boiler makers, electricians, and laborers. It also emphasizes the contractor's obligation to submit a conformance request if necessary classifications are not listed. Worker protections under related Executive Orders, including paid sick leave requirements for federal contractors, are highlighted. Additionally, it discusses the appeals process for wage determinations, specifying pathways for interested parties to challenge or seek reconsideration of decisions. This summary serves to ensure compliance with federal wage standards in construction projects supported by government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    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.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.