Camas Prairie Fence
ID: 1240BH25Q0032Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEMOUNT HOOD NATIONAL FORESTSANDY, OR, 97055, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    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.

    Point(s) of Contact
    Darcy J Rapoza
    darcy.rapoza@usda.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 1240BH25Q0032 for the Camas Prairie Fence project extends the due date for offers indefinitely. The USDA-FS CSA Northwest 6, located in Corvallis, OR, issued this amendment on September 26, 2025, with an effective date of October 16, 2025. A new closing date and time will be established and communicated through a future amendment. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
    Solicitation 1240BH25Q0032/0002 for the Camas Prairie Fence project has been amended, extending the quote due date to January 16, 2026, at 1600 Pacific Standard Time. All vendors must resubmit quotes using the new “Solicitation-Amendment2” document, as previous submissions will not be considered. The amendment also provides answers to vendor questions, confirming ATV/side-by-side access to the work site, contractor responsibility for clearing a four-foot right-of-way on each side of the fence, and clarifying disposal of removed materials. While burning wood posts might be an option depending on fire management approval, quotes should assume contractor disposal or salvage, with treated wood posts explicitly prohibited from burning. Standard Forest Service specifications for barbed wire fence bracing are included in the solicitation for contractor implementation.
    The USDA Forest Service, Barlow Ranger District, is seeking quotations for the Camas Prairie Fence project in Mount Hood National Forest, Wasco County, OR. This Request for Quotation (RFQ) 1240BH25Q0032, issued on September 26, 2025, with a quotation deadline of October 15, 2025, at 1600 PD, aims to replace an ineffective fence to exclude cattle and protect endangered frog species and other biological resources. The project involves land line boundary clearing, removal of existing buck and pole fence, construction of a new 4-strand fence, a 14-foot gate, a let-down fence, and repair of existing barbed wire fence. The estimated project cost is between $25,000 and $100,000, with work to commence no earlier than October 17, 2025, and be completed by June 1, 2026. Contractors must adhere to Buy American Act requirements for construction materials, register with SAM.gov, and comply with various clauses covering insurance, safety, environmental protection, and cultural resource preservation. A post-award conference is required, and the government will provide topographic and project maps.
    The 2012 “How to Build Fence with Wildlife in Mind” guide, developed by Montana Fish, Wildlife & Parks, aims to assist landowners in constructing and modifying fences to be more permeable and less hazardous for wildlife while still serving their intended purpose of livestock control. The guide highlights common fence problems that injure or kill wildlife, such as entanglement and barriers to movement, and provides solutions for various situations. Key recommendations include designing fences to allow animals to jump over (max 40-42” high) and crawl under (min 16-18” clearance), increasing visibility with markers, and using smooth wire for top and bottom strands. It details specific fence designs for low/seasonal and high/continuous livestock use, including 3-strand smooth wire, seasonal electric, moveable electric, post and rail, 4-strand barbed wire, combination smooth/barbed, and wire suspension fences. The document emphasizes careful placement to avoid restricting wildlife access to critical habitats and migration corridors, and notes the cost-saving and maintenance benefits of wildlife-friendly designs. This revised edition incorporates practical experience and research, underscoring a collaborative approach to conservation.
    This handbook, published by the USDA Forest Service and USDI Bureau of Land Management, provides comprehensive guidelines for planning, designing, constructing, and maintaining fences for effective land management. It focuses on federal, state, and private rangeland managers, consolidating information from various agencies. The guide details various fence types—electric, wire, and wood—alongside their costs, advantages, disadvantages, and maintenance needs. It covers essential steps such as site analysis, right-of-way clearing, and fence layout, with specific considerations for topography, soil, snow, water, wildlife, and visual impact. Emphasis is placed on safety during construction and the critical role of braces and posts in fence durability. The document offers detailed instructions and illustrations for installing different brace designs, including horizontal, diagonal, straddle jack, rock cribs, and wire fence cribs, ensuring structural soundness and longevity.
    The “All Metal Fence Specifications” document outlines detailed requirements for constructing metal fences, supplementing the 1999 “Fences” interagency document. It draws wire spacing information from the Montana Fish, Wildlife, and Parks Department’s “Landowners Guide to Wildlife Friendly Fences.” Key specifications include H-braces, which require 7’ to 8’ posts set 3’ deep, with 2 7/8” diameter metal pipe for uprights and 2 7/8” or 2 3/8” pipe for cross bracing, preferably welded. Heavy-duty T-posts, at least 5 1/2’ long, must be installed every 16’. Inline metal posts, 2 3/8” or 2 7/8” in diameter, are required every 10th T-post or 160’, eliminating the need for stays. Wire spacing, measured from the ground, specifies 18”-28”-42” for three-wire fences and 18”-24”-30”-42” for four-wire fences, with barbed top wire and smooth bottom wire. This document provides clear guidelines for contractors to ensure consistent and durable fence construction.
    The USDA Forest Service's September 1990 General Technical Report PNW-GTR-250 provides comprehensive specifications and illustrations for structural range improvements. Developed through the Oregon Range Evaluation Project, this handbook serves as a guide for ranchers, contractors, and resource managers involved in planning, installing, and maintaining improvements like barbed-wire and pole fences, gates, cattle guards, stiles, spring developments, water troughs, stock ponds, trick tanks, and livestock access trails. It details construction guidelines, equipment, materials, and maintenance for various fence types, including standard, let-down, suspension, rock-jack, and figure-4 fences, as well as woven-wire, electric, buck-and-pole, log-worm, block-and-pole, and log-crib fences. The document emphasizes the importance of these improvements for effective grazing management, livestock distribution, and the protection of sensitive areas, aiming to provide state-of-the-art information for durable and low-maintenance range infrastructure.
    The US Department of Agriculture (USDA) is seeking a contractor for the Camas Prairie Fence Project on the Mt. Hood National Forest. The project involves redesigning and replacing approximately 3 miles of fencing around a 102-acre wetland prairie to exclude cattle and protect an endangered frog species. The existing fence is ineffective due to inconsistent maintenance and varying materials. The scope includes clearing an 8-foot right-of-way, removing old fencing, constructing new 4-strand barbed wire fence, installing a 14-foot gate, building a 33-foot let-down fence, and repairing existing barbed wire sections. All work must adhere to specific material and installation standards, and be completed by June 1, 2026, before the livestock grazing season. The contractor must have experience in wildland fence construction in remote, rough terrain.
    The document presents a vicinity map for Camas Prairie, detailing a proposed fence perimeter with Buck-n-Pole sections, a proposed gate, and a proposed lay-down section. The map includes geographical features such as Camas Prairie, Highway 216, Clear Creek Ditch, and various National Forest Roads (NFD Road 2131 and NFD Road 48). It also indicates the Lower White River Wilderness and the town of Pine Grove. The coordinate system used is GCS WGS 1984, and the map provides distance scales in kilometers and miles. Multiple contributors are credited, including Esri, Oregon State Parks, State of Oregon GEO, TomTom, Garmin, SafeGraph, GeoTechnologies, Inc, METI/NASA, USGS, Bureau of Land Management, EPA, NPS, US Census Bureau, USDA, and USFWS. This type of detailed mapping is crucial for federal, state, and local government RFPs and grants related to land management, infrastructure development, and environmental projects, providing essential visual and spatial information for project planning and execution.
    This government file outlines a Request for Information (RFI) for services related to the implementation and support of a new system, likely within the realm of information technology or data management. The document details requirements for potential contractors, emphasizing technical capabilities, security protocols, and compliance with government standards. It includes sections on system functionalities, integration needs, data handling, and reporting. The RFI also provides a framework for evaluating proposals, focusing on cost-effectiveness, technical expertise, and past performance. Specific mention is made of various regulatory and technical standards, indicating a complex and highly structured procurement process. The file aims to gather information from vendors to inform a future solicitation for a comprehensive system solution, underscoring the government's need for a robust and secure operational platform.
    The USDA Forest Service Pacific Northwest Region outlines comprehensive fire protection and suppression requirements for contractors operating on National Forest land. Effective from April 1 to October 31, these measures necessitate a fire plan, certified compliance, and immediate availability of serviceable fire-fighting tools and equipment. The document details specific fire precautions, including restrictions on smoking and open fires, mandatory fire extinguishers and tools for power-driven equipment and saws, and requirements for spark arresters and mufflers. It also establishes an Industrial Fire Precaution Levels (IFPL) schedule, ranging from "Closed Season" to "General Shutdown," dictating operational restrictions based on fire danger. Contractors must adhere to state fire laws, provide a tank truck with water and hose, ensure two-way communication for fire reporting, and designate a fire security person for surveillance and initial attack. Blasting operations are also subject to specific fire security measures and equipment requirements. Waivers for certain activities may be granted under specific conditions to reduce fire risk.
    The Request for Quotation 1240BH25Q0032 is an RFP for the USDA Forest Service for the Camas Prairie Fence project in Mount Hood National Forest, Wasco County, OR. The project aims to replace an ineffective fence to exclude cattle and protect endangered frog species and other biological resources. The estimated cost ranges from $25,000 to $100,000. Key tasks include land line boundary clearing, removal of existing fences, and construction of new four-strand fences, gates, and let-down fences, with completion required by June 1, 2026. Bidders must be registered in SAM.gov and comply with 'Buy American' provisions for construction materials. The RFP details critical clauses on payment, labor standards, safety, environmental protection, and cultural resource preservation, along with requirements for insurance and post-award conferences. Technical questions can be directed to Eamonn Mazur.
    Lifecycle
    Title
    Type
    Camas Prairie Fence
    Currently viewing
    Presolicitation
    Similar Opportunities
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    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.