CON ENG Bearlodge Shop Sewer Repair
ID: 1282B125Q0011Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC IMWashington, DC, 202500001, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.

    Point(s) of Contact
    JESSICA LYN H. RASMUSSEN
    JESSICA.RASMUSSEN@USDA.GOV
    Files
    Title
    Posted
    The USDA Forest Service has issued a solicitation for the Bearlodge Shop Sewer Line Repair project in Sundance, Wyoming, involving the repair of a 3” sewer line. This construction contract falls under NAICS code 237110 and has an estimated value of less than $25,000, thereby exempting it from bonding requirements. The contractor is required to complete the work within 30 days of receiving the notice to proceed, with a public bid opening scheduled for January 10, 2025. A site visit will occur on December 30, 2024. The scope includes excavation, repair of the sewer line, and restoring the asphalt surface. Contractors interested in submitting a proposal must have an active registration at SAM.gov and submit both a price proposal with detailed pricing and a technical proposal highlighting their relevant experience and approach. The proposals will be evaluated based on technical merit and cost, with the government favoring offers that provide the best overall value. Compliance with various federal regulations regarding equal employment opportunity and construction wage rates is also mandated. This solicitation exemplifies the competitive process for federal construction contracts focused on safety, quality, and fulfillment of regulatory requirements.
    The document is an amendment to a solicitation identified as 1282B125Q0011, issued by the USDA Forest Service. Its primary purpose is to make modifications to the existing contract/offer related to repair work required at designated locations, specifically the employee parking lot and a fenced government vehicle lot. Key changes include the rescheduling of asphalt placement to spring, allowing an additional 15 days for this task, alongside 30 days allocated for sewer line repairs. Furthermore, the inclusion of a site visit list and discussions from the site visit were noted. The amendment stipulates the need for contractors to provide payment protection if their pricing exceeds $35,000, in accordance with Far 52.228-13. It underscores the necessity of acknowledging this amendment through designated channels before the specified deadline to avoid rejection of offers. The document follows a structured format typical for government solicitations and modifications, ensuring a clear record of updates and requirements for compliance by contractors. Overall, it reflects the government's commitment to maintaining transparency and adherence to established procurement processes while ensuring project execution aligns with specified timelines and conditions.
    The solicitation aims to procure construction services for the Bearlodge Shop Sewer Line Repair, issued by the USDA Forest Service. The project falls under the NAICS code 237110 for water and sewer line-related structures, with a contract magnitude of less than $25,000, thus not requiring bonding. Contractors must submit sealed bids by January 10, 2025, and are advised to attend a site visit on December 30, 2024. Key tasks include repairing a 3-inch sewer line at Bearlodge Ranger District in Sundance, Wyoming, addressing damages from previous repairs. The contractor will excavate and replace affected sections, restore the site with compacted materials, and implement asphalt work in the spring. The project stipulates a completion timeframe of 30 days for sewer repairs and an additional 15 days for asphalt work. The proposal requires thorough documentation, including a detailed technical and price proposal, a list of past relevant projects, and guarantees of compliance with specified clauses, insurance coverage, and performance bonds as necessary. Overall, this solicitation reflects the government’s initiative to maintain infrastructure integrity while prioritizing compliance with federal contracting regulations.
    The Bearlodge Sewer Line Repair site visit notes detail issues with a sagging sewer pipe located approximately 25 feet from a cleanout near a building, causing bathroom backups in the Bear Den. The pipe, buried 42 to 46 inches deep, has a history of inadequate support, as a previous repair three years ago failed to address this issue. The required repairs involve two sections: one in the employee parking lot (12’x30’) and another in a fenced government vehicle lot (6’x15’), with the government lot likely containing the broken segment. The main gas shut-off switch is positioned on the Bear Den's outer east wall, and current assessments indicate these issues do not affect the main building. This documentation serves to inform potential federal and local proposals for sewer line repair, ensuring compliance with safety regulations and improving infrastructure resilience.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District of the Siuslaw National Forest in Oregon. The contract, set aside for small businesses, encompasses a base year from January 1, 2026, to December 31, 2026, with two additional option years, primarily requiring services from April to October. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, ensuring compliance with all associated fees at a commercial treatment facility off National Forest Lands. Proposals must be submitted by December 15, 2025, at 1500 PT, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Jared D. Machgan at jared.machgan@usda.gov for further information.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Water System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Santa Fe Water System Upgrades project, which involves the replacement of three drinking water systems at high-use recreation sites in Pecos, New Mexico. The project requires the provision of all labor, materials, and equipment necessary for trenching, installing water lines, constructing pump houses, and integrating water system accessories, with an estimated contract value between $500,000 and $1,000,000. This initiative is crucial for ensuring safe drinking water access at the Jacks Creek Campground, Field Tract Campground, and Panchuela Administrative Site, enhancing the overall visitor experience in the area. Interested contractors must submit their proposals by 3:30 PM PST on December 9, 2025, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is seeking contractors for the Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades project. This procurement aims to enhance the infrastructure by upgrading the entrance road and associated utilities, which is crucial for maintaining operational efficiency and safety at the site. The project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil or call 716-879-4126 for further details. The presolicitation notice indicates that additional information will be provided in the attached notice.
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.