Utility Buildings for the San Juan National Forest
ID: 1282B125Type: Presolicitation
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 Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the construction of a precast concrete utility building at the Monument Fire Center in Monument, Colorado. The project requires the provision, delivery, and installation of an accessible utility building featuring insulated wall panels, double doors, and a simulated wood shake roof, with a budget estimated between $25,000 and $100,000. This opportunity is significant for small businesses, as it is designated as a total small business set-aside under NAICS Code 238120 for structural steel and precast concrete contractors. Interested contractors should submit their Statements of Capability to the Contract Specialist, Erick Plamann, at erick.plamann@usda.gov, within 15 days of the notice, adhering to the federal requirements outlined in FAR Part 15.

    Point(s) of Contact
    Files
    Title
    Posted
    This pre-solicitation notice informs potential contractors of an upcoming opportunity to supply, deliver, and install a precast concrete utility building at Monument Fire Center, located in Monument, CO. Although this notice does not constitute a solicitation, it outlines the government's intent to potentially issue a firm fixed price contract in the future, under NAICS Code 238120 for structural steel and precast concrete contractors. The scope of work includes providing an accessible utility building with specific features, such as insulated wall panels, double doors, and a simulated wood shake roof. The project is anticipated to fall within a budget of $25,000 to $100,000 and is designated as a total small business set-aside. Interested parties are encouraged to submit their Statements of Capability to the designated Contract Specialist, Erick Plamann. The synopsis will be open for responses for a period of 15 days. All communications and submissions must adhere to the federal requirements set forth in Federal Acquisition Regulation Part 15.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UFO NORWOOD WAREHOUSE IMPROVEMENTS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors for the UFO Norwood Warehouse Improvements project located at 40835 State Highway 145, Norwood, Colorado. The project entails the installation of a pedestrian gate and the replacement of a broken yard hydrant, with specific requirements including compliance with existing materials and safety standards. This initiative is part of the BLM's commitment to enhancing public land facilities and ensuring they meet operational and accessibility standards. Interested small businesses must submit their quotations by March 28, 2025, following a site visit on March 14, 2025, with a total project budget under $25,000. For further inquiries, contact Patrick Frost at pfrost@blm.gov or call 303-239-3605.
    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 constructing a new maintenance building, installing a dry-pipe fire suppression system, and ensuring compliance with various safety and environmental standards, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while promoting small business participation in federal contracting. Interested contractors should submit their proposals by the specified deadline and may contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    Sprinkler Head Assemblies, NFES 0999
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the fabrication, assembly, and delivery of 16,500 Sprinkler Head Assemblies (NFES 0999) as part of its procurement efforts through the Logistics Contracting Branch. This opportunity is exclusively set aside for small businesses under the NAICS code 332919, with a size standard of 750 employees, and emphasizes the need for quality and timely delivery of critical firefighting equipment to support national fire management initiatives. Proposals are due by March 13, 2025, with delivery required no later than August 29, 2025, at the Rocky Mountain Area Incident Support Cache in Lakewood, Colorado. Interested parties can contact Christopher Kirk at chris.kirk@usda.gov or (208) 616-5549 for further information.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Rocky Mountain Region 2. This procurement is specifically set aside for small businesses and encompasses a range of construction tasks, including new road construction, road maintenance, and bridge construction, with a total shared ceiling of $50 million and a minimum of 10 anticipated contracts. The projects are critical for enhancing infrastructure within national forests, ensuring compliance with federal standards, and promoting environmental stewardship. Interested contractors must submit their proposals by March 13, 2025, and can direct inquiries to Contracting Officer Paul Larsen at paul.larsen@usda.gov.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project falls under the NAICS code 236220 for Commercial and Institutional Building Construction and is set aside for small businesses, with a total budget exceeding $10 million. The construction aims to enhance fire service facilities, ensuring operational efficiency and sustainability, with a projected completion timeline of approximately 730 days from the Notice to Proceed, targeting a completion date around May 2025. Interested contractors should direct inquiries to Matthew Killian at matthew.killian@usda.gov, with proposal submissions due by April 2, 2025, at 1700 EDT.
    Z--NIFC 300 JWH MPR Suite/NICC Repairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is seeking contractors for the repair and alteration of the JWH MPR Suite and NICC facilities. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The repairs are crucial for maintaining operational efficiency and safety within the facilities that support interagency fire management efforts. Interested contractors can reach out to Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details regarding this presolicitation opportunity.
    Job Corps Pine Ridge Building 511 – Dorm Siding
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the rehabilitation of Building 511 at the Pine Ridge Job Corps Civilian Conservation Center in Chadron, Nebraska, specifically focusing on dormitory siding replacement and related exterior work. The project entails extensive modifications, including the removal and replacement of siding, insulation, and roof repairs, with an estimated cost between $500,000 and $1,000,000, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative underscores the federal government's commitment to maintaining and upgrading facilities that support job training and community development. Interested contractors must submit proposals by December 13, 2024, and can contact Ma Estrellita Dasmarinas at maestrellita.dasmarinas@usda.gov or 951-405-3988 for further information.
    Z--Replace Roof System - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the roof system on a recycling/storage shed at Petroglyph National Monument in Albuquerque, NM. The project involves the removal of the existing roof and installation of a new system, along with necessary finishing touches, emphasizing the government's commitment to supporting Indian small businesses through a total set-aside procurement. The estimated contract value ranges from $25,000 to $100,000, with proposals due by March 26, 2025, and an anticipated solicitation release date around March 12, 2025. Interested vendors can contact Samuel Hyslop at samuelhyslop@nps.gov or by phone at 970-880-4482 for further information.
    Concrete
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to supply concrete materials under a Total Small Business Set-Aside contract. This procurement aims to fulfill the needs for miscellaneous construction materials, categorized under the Cement Manufacturing industry (NAICS Code 327310) and PSC Code 5680. The concrete will play a crucial role in various construction projects, ensuring structural integrity and durability. Interested parties should reach out to Conner Blake at conner.d.blake.mil@army.mil or 910-643-8643, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation process.