PEPRO Communications Shelter - Mt. Hood NF
ID: 12760425Q0051Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEAlbuquerque, NM, 87102, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The USDA Forest Service is seeking qualified vendors to manufacture, deliver, and install a PEPRO Communications Shelter at the Barlow District Office in Mt. Hood National Forest, Oregon. This procurement involves the removal of an existing 90-foot SST tower and a 6'x8' fiberglass shelter, followed by the installation of a new 6'x6'x8' PEPRO shelter with an integrated 40-foot mast, all to be completed within 18 months of contract award. The project is critical for enhancing radio communication infrastructure, which supports forest management and emergency response operations. Interested vendors must submit their quotes to Molly Donoghue at molly.donoghue@usda.gov by August 11, 2025, and ensure compliance with all technical requirements, including providing manufacturer's certification for installation training.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service has issued a Request for Quote (RFQ) #12760425Q0051 for the manufacture, delivery, and installation of communication shelters for the R6 Barlow District Office in Oregon. This procurement is a firm-fixed-price order under NAICS code 334220 for new equipment only, with no partial quotes accepted. Vendors must complete installation training certifications for PEPRO shelters and submit quotes by August 11, 2025, to specified contact Molly Donoghue. The project requires delivery and installation within 18 months following contract award, as the Forest Service frequently upgrades its radio communication infrastructure across the National Forest System. The RFQ outlines evaluation criteria, emphasizing compliance with technical requirements in the Bill of Materials (BOM). Contractual obligations include adherence to various FAR and AGAR clauses that ensure compliance with federal requirements, including those related to small business participation, labor rights, and telecommunications equipment. The RFQ also emphasizes the necessity for the vendor to manage any old shelter removals and coordinate with local Forest Service staff during the project. Overall, this solicitation reflects the Forest Service's commitment to maintaining effective communication networks essential for forest management and emergency response.
    The Barlow District Office Comms Shelter Replacement project involves replacing a communications shelter and associated infrastructure. The project includes the demolition of an existing 90-foot SST tower and a 6'x8' fiberglass shelter, followed by the installation of a new 6x6 walk-in enclosure with a 40-foot tower. The new shelter will feature an AC layout, equipment rack, battery tray, rack-mounted bussbar, and various safety provisions like a first aid kit. The project also details power entry, ventilation, anchoring, and cable entry specifications. Antennas, cable entry glands, and provisions for a wireless access point are included. Logistics involve transportation, offload, and a drive-in installation at Lat 45N 27' 25.45", Long 121W 7' 26.01", Elevation: 1407ft. The project requires coordination with commercial power services for disconnect and reconnect.
    The Performance Work Statement outlines the Forest Service's annual requirement for manufacturing, delivering, and installing communication shelters across the National Forest System. These shelters are crucial for supporting forest operations, safety, fire, and law enforcement at remote radio communication sites. The project involves designing, manufacturing, transporting, and installing new shelters, as well as removing old ones. The contractor is responsible for project management, adherence to technical requirements, environmental compliance, and security protocols, including handling hazardous materials and ensuring site safety. The Forest Service will provide necessary information and site access. Key performance indicators include timely submission of plans, schedules, and reports, as well as accurate shelter delivery, installation, and removal, all while maintaining strict quality control and compliance with federal, state, and local regulations.
    The government file, a Supplementary Statement of Work (SOW), outlines the requirements for a contractor to provide materials and services for the installation of a new communications shelter at the Barlow District Office in Dufur, OR. The project involves the demolition of an existing 90-foot tower and telecommunications shelter, with strict guidelines for safe removal, debris disposal according to environmental regulations, and potential asbestos testing. Additionally, the contractor is responsible for managing the commercial power supply, including disconnecting the existing shelter's power and re-establishing it to the new shelter via the same overhead route, ensuring the use of appropriately sized wiring for a 20A service. The document emphasizes the contractor's responsibility for obtaining construction bonding and insurance, and for repairing any damage caused during the demolition process.
    The document pertains to the procurement of a communications shelter replacement for the Barlow District Office, aiming to enhance operational functionality in the Mt. Hood National Forest area. Key aspects include a walk-in enclosure with specific interior and power layouts, ventilation systems, and anchoring requirements. It details a bill of materials listing various equipment like antennas, power entry components, and safety features essential for the shelter's operation. The project highlights logistical aspects, including transportation requirements to a specified location in Dufur, Oregon, with geographical specifics noted for installation. It identifies contacts for coordination and emphasizes additional documentation, such as technical contacts and a preliminary work statement (PWS), which outlines work scope. This RFP showcases governmental efforts to ensure reliable communication systems within critical operational areas, supporting ongoing federal initiatives in infrastructure improvement and disaster response preparedness.
    The Performance Work Statement (PWS) outlines the requirements for the manufacturing, delivery, and installation of communication shelters for the U.S. Forest Service by its Land Mobile Radio Group. The principal objective is to replace or install new radio communication shelters to support forest operations, safety, fire management, and law enforcement across various locations. The contractor is responsible for project management, including manufacturing, transporting, and installing the shelters, while adhering to specific technical requirements and environmental regulations. The government will provide necessary site information and coordinate logistics, while the contractor must ensure compliance with safety and quality standards. Key points include thorough risk management, timely reporting, removal of old shelters, and maintaining ecological considerations throughout the project. The PWS emphasizes collaboration with designated Forest Service contacts and adherence to national standards, which is vital for the integrity of the communication infrastructure within the National Forest System. Overall, this document serves to ensure a reliable and efficient process for enhancing communication capabilities in remote forest environments.
    The document outlines the Statement of Work (SOW) for a contractor tasked with the installation of a new communications shelter at the Barlow District Office in Dufur, Oregon. The contractor is responsible for demolishing an existing 90-foot tower and telecommunications shelter, ensuring no damage occurs to surrounding structures, and managing all disposal of demolition debris in compliance with environmental regulations. Key tasks include disposing of materials at designated landfills or certifying asbestos-free debris if disposed of elsewhere. Additionally, the contractor will manage the existing power supply, which involves disconnecting the old commercial power from the current shelter and transferring it to the new one via an overhead route. This requires proper sizing of new wiring to support the shelter's electrical service needs. The document clearly delineates tasks related to demolition and power installation, focusing on compliance with environmental standards and safe construction practices. Overall, the SOW serves as a guideline for meeting the project’s requirements while ensuring both structural safety and environmental responsibility.
    The USDA Forest Service's Chief Information Office seeks to procure and install a brand-name Pioneer Energy Products (PEPRO) Shelter for the Barlow District Office, Mt. Hood National Forest. This limited-source, firm fixed-price contract, justified under FAR Part 13.5, addresses the need for a specialized radio communication shelter. The PEPRO shelter's unique design, featuring a lightweight unibody, patented articulating mast, minimal ground disturbance, and Faraday cage technology, is essential for remote, hard-to-access locations. These features allow for helicopter installation, eliminate the need for traditional towers and foundations, and provide superior protection against environmental interferences. A key requirement is installation by a PEPRO-certified company to maintain the 20-year warranty. Market research confirmed that only PEPRO products meet these critical requirements. A request for quote was posted on SAM.gov, with two out of six received quotes providing proof of the necessary installer certification.
    The United States Department of Agriculture (USDA) seeks approval for a limited source contract to procure a Pioneer Energy Products (PEPRO) Shelter for the Barlow District Office within the Mt. Hood National Forest. This firm fixed-price contract, authorized under FAR Part 13.5, is crucial for installing a radio communication shelter designed for remote areas. It necessitates specialized services—including design, manufacture, transport, and installation—by certified personnel to maintain a 20-year warranty. The decision to proceed with a brand-name contract is based on the unique capabilities of PEPRO shelters, which include minimal ground disturbance, Faraday cage technology for electromagnetic protection, and a patented articulating tower that facilitates installation. Market research indicates no comparable alternatives meet the agency’s critical needs. Efforts to solicit bids included a request posted on SAM.gov, resulting in six responses, of which two had the required installation certification. The contracting officer has determined that costs will be fair and reasonable, as supported by industry benchmarks. This initiative aligns with the USDA's commitment to effective communication in challenging environments while ensuring compliance with environmental regulations.
    The SOL 12760425Q0051 document outlines questions and answers regarding the PEPRO Communications Shelter for Mt. Hood NF project. The project involves removing an existing 90' SST tower and a 6x8 fiberglass shelter (approx. 3000 lbs) and installing a new PEPRO 6'x6'x8' shelter with an integrated 40' mast on the existing foundation. Site access for heavy equipment, including cranes, is confirmed to be good. A crane will be required for both removal and installation due to the elevated location of the shelter. All Oregon landfills require asbestos testing for the tower and shelter debris, and vendors must include this cost in their quotes. Disposal should occur at Columbia Ridge Commercial Landfill & Recycling. The contractor is required to obtain construction bonding and requisite insurance.
    This government Statement of Work (SOW) outlines the requirements for a contractor to provide materials and services for the installation of a new PEPRO LLC. 6’x6’x8’ communications shelter with an integrated 40’ mast at the Barlow District Office, Mt. Hood National Forest. The project involves the design, delivery, and installation of the new shelter, including specific equipment requirements such as racks, cabling, lighting, battery trays, grounding systems, and an HVAC system, all designed with a faraday cage and capable of deployment on unimproved land without excavation. Additionally, the contractor is responsible for the demolition and disposal of the existing 6’x8’ shelter and 90’ tower, including asbestos testing of debris. The SOW also details the disconnection and re-establishment of commercial power and telecom circuits to the new shelter. The contractor must secure construction bonding and insurance, and all work must comply with national building and electrical codes, as well as TIA-222 standards for the mast system.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    US Forest Service Shared Stewardship Workshop Facilitation
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking proposals from small businesses to facilitate Shared Stewardship workshops aimed at enhancing active forest management and strengthening partnerships, in alignment with Executive Order 14225. The contractor will be responsible for managing and facilitating a series of one-day hybrid workshops, initially focused in Region 6, with potential for additional sessions nationwide based on demand and funding. These workshops are crucial for fostering collaboration among federal, state, tribal, and local partners to improve forest health and community resilience. Proposals are due by December 9, 2025, at 4:30 PM PST, with the contract period running from January 5, 2026, to September 30, 2026. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for further information.
    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.
    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.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    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.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).