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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    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.
    Heli-Well Tank
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking to procure a new metal rectangular water storage tank, known as a Heli-well, for wildland fire suppression efforts. This procurement aims to acquire a large-capacity, leak-proof, and transportable steel tank that facilitates water-dipping for helicopters and provides bottom drafting options for fire engines, ensuring effective firefighting capabilities. The tank must meet specific dimensions of 10ft W x 15ft L x 10ft D and include features such as an open top, two 4-inch NH pipe thread ports for filling, and corrosion-preventative paint. Interested small businesses must submit their technical and price proposals via email to Chris Wissen at christopher.wissen@usda.gov by the specified deadline, with evaluations based on pricing, warranty, delivery timeframe, and overall value to the government.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.
    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.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    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.