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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 7:00 PM UTC
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
Jan 2, 2025, 8:06 PM UTC
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
Presolicitation
Similar Opportunities
Y--03 - CON - Disaster, Grizzly Flats Guard Station R
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, aimed at enhancing firefighting capabilities within the Eldorado National Forest. This initiative involves constructing essential facilities, including an engine garage and four barracks, while adhering to sustainable building practices and ensuring backup power capabilities through solar energy and generators. The project is critical for restoring operational capacity to support firefighting efforts across approximately 50,000 acres of forest and surrounding communities, with an estimated construction cost exceeding $10 million. Interested certified small businesses must submit their proposals by October 30, 2024, and direct inquiries to Christopher Keck at christopher.keck@usda.gov or by phone at 402-657-3092.
Installation of Concrete Pads, Utilities, and Provision and Installation of Prefabricated Shelter, Townshend Lake, Townshend, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the installation of concrete pads, utilities, and the provision and installation of a prefabricated shelter at Townshend Lake in Townshend, Vermont. The project involves reestablishing existing water, sewer, and electric connections, installing new concrete pads, and procuring and installing a fiberglass shelter, all aimed at enhancing recreational facilities in compliance with federal standards. This construction opportunity, with a magnitude between $25,000 and $100,000, is set aside for small businesses under NAICS code 238110, which has a size standard of $19 million. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
Concrete Foundation and Floor at Canaan Valley NWR
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the construction of a concrete foundation and floor slab at the Canaan Valley National Wildlife Refuge in West Virginia. The project involves the installation of caissons, a grade beam, and a concrete floor for a pre-engineered metal building, with site preparation managed by the Service. This construction is crucial for maintaining the facilities of the refuge while ensuring minimal disruption to ongoing operations. Interested contractors must submit bids by May 13, 2025, with a project magnitude estimated between $25,000 and $100,000, and a performance period from June 16, 2025, to July 18, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
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.
Vault Toilet Installation at Modoc NF, Devil’s Garden-Warner Mountain RD
Buyer not available
The U.S. Department of Agriculture's Forest Service is conducting a market survey to identify contractors interested in a project for the installation of vault toilets at Modoc National Forest in California. The project involves the procurement and installation of two single-stall pre-cast concrete vault toilets at designated campgrounds, requiring contractors to provide all necessary labor, materials, equipment, and water, including the use of a crane for installation. This initiative is crucial for enhancing recreational facilities in the area, with an anticipated construction cost ranging from $25,000 to $100,000, and a small business size standard set at $45 million under NAICS code 237990. Interested contractors must submit their capability statements and bonding capacities via email to Richard Ortega at richard.ortega@usda.gov by May 6, 2025, referencing project number 127EAW25Q0003.
Forest Service - Cerro Alto Campground Sinkhole & Culvert Repair (ERFO)
Buyer not available
The U.S. Department of Agriculture, Forest Service, is soliciting bids for the Cerro Alto Campground Sinkhole & Culvert Repair project located in the Los Padres National Forest, California. The project entails replacing a rusted culvert and repairing pavement, with an estimated budget between $25,000 and $100,000, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative is crucial for maintaining public infrastructure and ensuring environmental protection within national forests. Interested contractors must submit their proposals via email by the specified deadlines, and all inquiries should be directed to Contract Specialist Tanya Torres at tanya.torres@usda.gov.
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 number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new 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 these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
54--ND CHARLIE CREEK STEEL MONOPOLES
Buyer not available
The Department of Energy is seeking proposals for the procurement of steel monopoles for the CCR-WC 230KV Highway 85 Phase 2 reroute project. This solicitation is specifically set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 332312, which pertains to Fabricated Structural Metal Manufacturing. The goods being sought are critical for the construction and maintenance of prefabricated tower structures, which play a vital role in supporting electrical transmission lines. Interested vendors can reach out to Mary K. Pfeifle at pfeifle@wapa.gov or call 605-353-2643 for further details regarding the submission process and any inquiries related to the contract.
BEJ Maintenance Compound Roof Replacements
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.