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
    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.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    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.
    59--CONCRETE POLE BUNKS
    Energy, Department Of
    The Department of Energy, specifically the Western Upper Great Plains Region, is seeking proposals for the procurement of concrete pole bunks under a total small business set-aside solicitation. The objective of this procurement is to acquire durable hardware necessary for supporting electrical infrastructure, which plays a critical role in maintaining reliable energy distribution. Interested small businesses can reach out to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643 for further details regarding the solicitation process. This opportunity is categorized under the NAICS code 332510 for Hardware Manufacturing and the PSC code 5975 for Electrical Hardware and Supplies.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Fire Rings and Table Bases
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the procurement of 52 fire rings and 50 picnic table bases for various recreation sites within the Bitterroot National Forest in Montana. The procurement requires that the fire rings and picnic table bases adhere to specific design and accessibility guidelines, including the use of durable materials and compliance with the Forest Service Outdoor Recreation Accessibility Guidelines. These items are essential for enhancing recreational facilities and ensuring accessibility for all visitors. Interested small businesses must submit their quotes by January 5, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov.
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    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.