Utility Buildings for the San Isabel National Forest
ID: 1282B125R0014Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESan Juan National ForestDURANGO, CO, 81301, USA

NAICS

Structural Steel and Precast Concrete Contractors (238120)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction and installation of precast concrete utility buildings at the Monument Fire Center in Colorado. The project involves supplying, delivering, and installing a 10' x 18' utility building, with site preparation to be conducted by the government. This initiative aims to enhance operational capabilities for fire management and utility functions within the national forest, ensuring compliance with local architectural standards and safety protocols. Interested small businesses must submit their proposals by April 4, 2025, with a pre-bid conference scheduled for March 26, 2025, to address any questions regarding the project. For further inquiries, potential offerors can contact Contract Specialist Erick Plamann at erick.plamann@usda.gov.

Point(s) of Contact
Files
Title
Posted
Mar 18, 2025, 8:07 PM UTC
The USDA Forest Service is soliciting proposals for the GOAO Utility Building project at the Monument Fire Center, aimed at providing a precast concrete utility building. This contract is restricted to small businesses with an estimated project cost between $25,000 and $100,000. The contractor is responsible for supplying, delivering, and installing the building, while site preparation will be conducted by the government. Proposals must be submitted by March 27, 2025, with questions due by March 13, and delivery is expected by September 9, 2025. The solicitation emphasizes compliance with various regulations, including the Buy American Act, and requires the submission of technical and business proposals. The technical proposal must outline past performance, an understanding of the work, and logistical details, while the business proposal must adhere to specified pricing and representation requirements. This project reflects the government's investment in small business participation and infrastructure development within the Forest Service's operational areas.
Mar 18, 2025, 8:07 PM UTC
The document pertains to Amendment 0001 of solicitation number 1282B125R0014, issued by the USDA Forest Service. The amendment serves to correct the offer response date from March 20, 2025, to the accurate date of March 27, 2025. It is crucial for contractors to acknowledge receipt of this amendment to prevent the rejection of their offers. Acknowledgment can be made through various methods, including completing copies of the amendment or via electronic communication referencing the solicitation details. The document also contains a clause regarding modifications to contracts/orders, stipulating that all other terms and conditions remain unchanged except for this date correction. For inquiries, contractors are instructed to contact Contract Specialist Erick Plamann. The structure of the document follows the standard format for amendments, including specific fields for identification numbers, contractor information, and signature lines for both the contracting officer and the contractor. This summary reflects the formal nature of the amendment process in federal requests for proposals.
Mar 18, 2025, 8:07 PM UTC
The document is an amendment to a solicitation (1282B125R0014) issued by the USDA Forest Service, specifically related to contract modifications and clarifications. The amendment, labeled A0002, addresses inquiries received regarding the solicitation and extends the response deadline from March 20, 2025, to April 4, 2025. It specifies that offers must acknowledge receipt of the amendment prior to the new deadline, which can be done through various means such as completing copies of the amendment or through electronic communication. The amendment outlines administrative changes made to the contract/order and provides attachment references for a Q&A and a site visit related to the solicitation. Key contact for further queries is listed as Erick Plamann, the Contract Specialist. Overall, the document ensures that potential contractors are informed of modifications and timelines necessary for their bids, maintaining adherence to procurement protocols and facilitating smooth communication regarding the solicitation process.
Mar 18, 2025, 8:07 PM UTC
The PSICC FY25 Utility Buildings project, initiated by the U.S. Department of Agriculture Forest Service, entails the construction and installation of prefabricated utility buildings at the Monument Fire Center in Colorado. The project aims to furnish all necessary labor, materials, and equipment to ensure completion by September 2025. The buildings are designed based on specified models from Missoula Concrete Construction, incorporating features such as insulated walls and simulated wood siding. Contractors are required to manage all logistics, including site preparation and compliance with safety standards, while adhering to specific construction timelines dictated by weather conditions. A detailed accident prevention plan must be submitted before work begins. The proposal process includes criteria for measurement and payment, listing construction items that require full compensation for all related tasks. The document lays out clear responsibilities for contractors regarding the delivery, assembly, and installation of the buildings, ensuring that operations minimize disruption to ongoing government activities. It emphasizes safety protocols in relation to environmental protection and worker well-being. The project's structured approach aligns with government RFP standards, aiming for collaboration and adherence to regulatory requirements throughout its execution.
Mar 18, 2025, 8:07 PM UTC
This document pertains to a solicitation for a utility building project, including key details regarding a scheduled site visit on March 26, 2025, at 1:00 PM Mountain Time. It outlines the request for more detailed specifications related to the roof and interior of a 10x18 ft utility building, with all relevant information available in the project specifications and drawings. Specific roof requirements include load-bearing details, material composition, structural minimums, concrete reinforcement needs, and maximum weight loads. Interior specifications emphasize material requirements, insulation considerations, and environmental factors. Notably, there are no bid bonds required for this project, and instructions for proposal submissions can be found in the document AGAR.215-71 on page 32, indicating a straightforward bidding process. Overall, the document serves as a guide for potential bidders, ensuring clarity in expectations for both technical and business proposals while adhering to governmental procurement standards.
Mar 18, 2025, 8:07 PM UTC
The project outlined by the United States Department of Agriculture Forest Service focuses on establishing utility buildings across the Pike-San Isabel National Forests and nearby grasslands in Colorado. The project includes the supply, delivery, and installation of precast concrete utility buildings measuring 10' x 18' at three specified locations: the Monument Fire Center, Turquoise Lake, and Buffalo Meadows. Each location is documented with precise coordinates and is supported by site plans and elevation drawings. The general requirements for the buildings include features such as siding matching historic structures, insulated wall panels, and specific door dimensions, promoting conformity with local architectural standards. Prior to installation, site preparations will be conducted by the US Forest Service, ensuring that exact building locations are identified in the field. The project aims to enhance operational capabilities for fire management and other utility functions within the national forest, reflecting the agency's commitment to maintaining infrastructure integrity and historical aesthetics in natural settings.
Mar 18, 2025, 8:07 PM UTC
The document outlines the details of a pre-bid/pre-proposal conference scheduled for 26 March 2025, aimed at assisting potential offerors in understanding the project's requirements. Offerors are encouraged to submit written questions at least five days prior to the conference, which will be addressed during the meeting. An amendment post-conference will provide a summary of questions, answers, and attendees. Attendees are requested to confirm their participation through the designated contact, Corey Lewenkamp, with provided contact details. Notably, the government disclaims responsibility for any costs incurred before the contract award and reinforces that all solicitation terms remain unchanged unless officially amended. It emphasizes the importance of seeking clarification on ambiguities resulting from conference discussions or amendments. Overall, the document serves as a guideline for potential offerors on engaging effectively in the proposal process within federal, state, or local procurement contexts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Forest Service Wildland Fire Tent System Rentals
Buyer not available
The U.S. Department of Agriculture (USDA), Forest Service is soliciting quotes for the rental of tent systems to support local, regional, and nationwide fire suppression efforts, as well as all-hazard incidents and prescribed fire project work. Contractors are required to provide fully operational tent systems that include features such as insulation, climate control, power generation, and necessary amenities for personnel, with a focus on flexibility and rapid deployment during emergencies. This procurement is critical for ensuring effective incident response capabilities and is expected to result in multiple preseason Incident Blanket Purchase Agreements (I-BPAs) with a total estimated value of $10 million over a five-year period. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Kimberly Luft at kimberly.luft@usda.gov or by phone at 720-467-8317.
Pagosa Ranger District Security Upgrade
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals for a security upgrade project at the Pagosa Ranger District Office in Pagosa Springs, Colorado. The project aims to enhance safety by constructing one-hour rated walls, installing security doors with Lenel card readers, and performing necessary electrical work to create a secure area that separates the public lobby from staff workspaces. This initiative is crucial due to increased public visitation and the need to protect government employees and property. Interested contractors must attend a site visit on March 27, 2025, and submit their proposals by the specified deadlines, with the performance period set from June 1, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors are required to provide mobile shower units, manage logistics, and ensure compliance with federal regulations, including labor standards and wage determinations. This initiative is crucial for maintaining operational readiness during emergencies, ensuring that personnel have access to essential sanitation facilities. Interested vendors must submit their proposals by May 7, 2024, at 9:00 AM MT, and can direct inquiries to Dana Price at dana.price2@usda.gov or (202) 205-0913.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Gifford Pinchot Office Trailers for Expanded Dispatch Incident Support
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the rental of two office trailers to support expanded dispatch incident operations during the 2025 fire season. The procurement requires trailers with dimensions of either 12' x 56' or 12' x 32', equipped with essential amenities such as lighting, desks, chairs, and climate control, along with delivery, setup, and tear-down services. This initiative is crucial for providing functional workspaces at dispatch centers that lack sufficient office space during peak fire activity periods. Interested offerors must submit their proposals electronically by April 25, 2025, at 12:00 PM (PT), and are encouraged to direct any questions to A Kay Steffey at arlene.steffey@usda.gov or Michael Christiansen at michael.christiansen@usda.gov by April 14, 2025.
UWCNF - LIGHTS & SIRENS PACKAGE, 4 VEH
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the procurement of a Lights & Sirens Package for four 2500 Chevy Crew cab pickup trucks located in Draper, Utah. The requirements include outfitting the vehicles with a standardized emergency equipment package, which consists of LED light bars, sirens, power distribution panels, and specific graphics that comply with U.S. Forest Service guidelines. This procurement is crucial for enhancing emergency response capabilities within the region, ensuring that vehicles are properly equipped for firefighting and rescue operations. Interested vendors must submit their quotes by April 19, 2025, at 08:00 AM MT, and can contact Shane Webster at barclay.webster@usda.gov or 801-908-1904 for further information.
FY25 MAFB Construct Fire Station Bay Area
Buyer not available
The U.S. Army Corps of Engineers (USACE) Seattle District is seeking proposals for the construction of a Fire Station Bay facility at Malmstrom Air Force Base in Montana, under solicitation number W912DW-25-R-0ZX7. The project involves the construction of a 20,000 square foot building designed to store Fire Emergency Services equipment, featuring trailer parking stalls, a foam storage room, and ADA-compliant restroom facilities. This procurement is significant for specialized construction firms, particularly those with experience in building fire emergency services facilities in extreme climates and compliance with military construction standards. Interested bidders must be registered with the System for Award Management (SAM) and submit proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), with an estimated contract value between $5,000,000 and $10,000,000. For inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves significant construction activities, including the installation of a new dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 21, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Altonah Guard Station Renovation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting bids for the renovation of the Altonah Guard Station located in Duchesne County, Utah. The project encompasses a range of construction tasks, including flooring installation, ceiling repairs, bathroom remodeling, window replacements, and optional exterior painting, with a focus on preserving historical features of the site. This renovation is part of the Forest Service's commitment to maintaining national forest facilities and ensuring compliance with federal procurement regulations. The contract value is estimated between $100,000 and $250,000, with proposals due by May 6, 2025, and a pre-proposal site visit scheduled for April 16, 2025. Interested contractors can direct inquiries to Contracting Officer Westley Bisson at westley.bisson@usda.gov or Contracting Officer's Representative Cathleen Christensen at Cathleen.Christensen@usda.gov.
Davidson River Campground Reconstruction
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Davidson River Campground located in Pisgah Forest, North Carolina. The project entails the demolition of existing bathhouses, construction of new facilities, and upgrades to water, sewer, and electrical services within the campground. This initiative is part of the federal government's commitment to infrastructure investment and is set aside for small businesses, with a contract value estimated between $5 million and $10 million. Interested contractors must submit their proposals by April 14, 2025, following a site visit on March 11, 2025, and a deadline for questions on March 20, 2025. For further inquiries, contact Penny Zortman at penny.zortman@usda.gov.