Z--KLAMATH RIVER CANYON FENCE RECONSTRUCTION
ID: 140L4325R0006Type: Presolicitation
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

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, through the Bureau of Land Management's Oregon State Office, is seeking contractors for the Klamath River Canyon Fence Reconstruction project. This presolicitation opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and involves the repair or alteration of non-building facilities, categorized under NAICS code 238990. The reconstruction of the fence is crucial for maintaining land management and conservation efforts in the area. Interested contractors can reach out to Lorri Schoellkopf at lschoellkopf@blm.gov for further details, although specific funding amounts and deadlines have not been disclosed at this time.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Lower Foley Seed Orchard Fence Replacement
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Willamette National Forest, is seeking contractors for the replacement of the Lower Foley Seed Orchard Fence in McKenzie Bridge, Oregon. This project is designated as a Total Small Business Set-Aside, aimed at engaging small businesses in the construction of non-building facilities, as classified under NAICS code 238990. The successful contractor will play a crucial role in enhancing the security and integrity of the seed orchard, which is vital for the conservation and propagation of forest resources. Interested parties should reach out to Darcy J Rapoza at darcy.rapoza@usda.gov for further details regarding the procurement process.
    Z--Calf Creek Bridge Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small businesses to participate in the Calf Creek Bridge Replacement project located in Escalante, Utah. This initiative involves the demolition and replacement of the existing bridge, realignment of the road, and installation of safety railings, with a focus on adhering to environmental protections and federal standards throughout the construction process. The project is crucial for maintaining infrastructure along Highway 12, which is vital for local traffic and safety. Interested parties should submit their qualifications and relevant experience by March 3, 2025, with an estimated project budget between $500,000 and $1 million, and can direct inquiries to Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Fence Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a firm-fixed-price contract to replace a wooden fence with a galvanized railing at the William Howard Taft National Historic Site in Cincinnati, Ohio. The project involves the replacement of 170 feet of fencing, with a focus on preserving the historical integrity of the site while enhancing safety and compliance with federal regulations. This initiative is crucial for maintaining the accessibility and safety of historic sites, ensuring they remain protected for future generations. Interested small businesses must submit their proposals by the specified deadline, with an estimated construction cost between $25,000 and $100,000, and are encouraged to contact Craig Bryant at CraigBryant@nps.gov or 440-717-3706 for further details.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to rehabilitate and replace critical irrigation infrastructure, including check structures MC185, MC270, and MC420, while ensuring minimal disruption to irrigation operations. The project is significant for enhancing water management systems vital for agricultural efficiency in the region, with an estimated contract value exceeding $10 million. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    BPA Call Boulder Creek Culvert Removal
    Buyer not available
    The Department of Agriculture, specifically the Rogue River-Siskiyou National Forest, is seeking qualified contractors for the Boulder Creek Culvert Removal project. This procurement aims to address environmental and infrastructure needs by removing existing culverts that may hinder water flow and wildlife movement. The successful contractor will play a crucial role in enhancing the ecological health of the area, which is vital for local ecosystems and community safety. Interested parties should contact Jared Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.