Solicitation for Trailer Demolition in Webb County, Texas
ID: 12639524Q0248Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS) (P500)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), through the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for the demolition and removal of a camp trailer located at Briscoe Apache Ranch in Webb County, Texas. The project aims to support the Cattle Fever Tick Eradication Program (CFTEP) by safely dismantling the trailer and associated infrastructure, which includes multiple tanks and a radio repeater shed, while adhering to environmental regulations and federal labor standards. This procurement is exclusively open to small businesses under NAICS code 238910, with a contract value estimated between $25,000 and $100,000, and requires submissions by September 17, 2024. Interested contractors should direct inquiries to Amanda Imlach at amanda.imlach@usda.gov and ensure participation in a mandatory site visit scheduled for September 11, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Animal and Plant Health Inspection Services (APHIS) is soliciting bids for the demolition of a camp trailer and associated infrastructure at Briscoe Apache Ranch in Webb County, Texas, under solicitation number 12639524Q0248. This project supports the Cattle Fever Tick Eradication Program (CFTEP) that aims to control the spread of Cattle Fever Ticks affecting livestock. The solicitation is exclusively for small businesses and mandates that offers be submitted by September 17, 2024, with performance expected to commence within ten days of notice to proceed and completion required within sixty days. Key tasks include the removal and disposal of various items—like a mobile home, multiple tanks, and a radio repeater shed—while ensuring safety and compliance with environmental regulations. The contractor must adhere to federal labor standards, manage debris responsibly, and coordinate with government representatives on-site. The contract is structured as a firm-fixed-price agreement, emphasizing the importance of meeting deadline requirements and safety practices throughout the demolition process. The USDA will not provide any materials or services beyond preliminary site work, making this a comprehensive task for the awarded contractor.
    This solicitation, numbered 12639524Q0248 by USDA APHIS, pertains to the demolition of facilities related to the Cattle Fever Tick Eradication Program in Webb County, Texas. The project involves the removal and disposal of various structures, including a mobile home, water tanks, and a radio repeater tower, as well as associated components. It is set aside for small businesses only and requires sealed bids due by September 13, 2024. The selected contractor must begin work within ten days of the notice to proceed and complete all tasks within 60 days. Performance and payment bonds are mandatory. The project emphasizes strict adherence to safety regulations and compliance with federal, state, and local laws, including those enforced by OSHA and EPA. Safety protocols, regular debris removal, and coordination with the Contracting Officer Representative are critical to ensure minimal disruption and environmental protection. This request underscores the federal government's focus on managing invasive species while promoting small business participation in government contracts within the construction sector.
    The United States Department of Agriculture (USDA) is soliciting proposals for a project titled "CFTEP Apache Camp Trailer Demo" in Webb County, Texas, under Solicitation Number 12639524Q0248. The document outlines solicitation provisions, with critical references to regulations from the Federal Acquisition Regulation (FAR) and requirements for bidders, including representations for the certification of small business status, ownership disclosure, affirmations regarding telecommunications equipment, and compliance with the Buy American Act. The NAICS code for this acquisition is 238910, with a size standard of $19 million. Additionally, a mandatory site visit is scheduled for September 11, 2024, at Briscoe Apache Ranch to ensure all bidders understand site-specific requirements. The comprehensive guidelines emphasize compliance, transparency, and equal opportunity in federal contracting, ensuring bidders are well-informed about any certifications needed before submitting their offers. Ultimately, this solicitation exemplifies the USDA's commitment to adhering to federal contracting standards while facilitating public health and safety projects.
    The United States Department of Agriculture (USDA) is soliciting proposals for the CFTEP Apache Camp Trailer demonstration project in Webb County, TX, under Solicitation Number 12639524Q0248. The document details the incorporation of various federal acquisition regulations, representing a framework for compliance. It specifies requirements for representations and certifications, particularly in relation to business size and eligibility standards under NAICS codes. Notably, it discusses provisions regarding the use of covered telecommunications equipment and services, including mandates stemming from the John S. McCain National Defense Authorization Act. A site visit is scheduled for September 4, 2024, to afford bidders an opportunity to inspect the work location. Overall, this solicitation indicates the USDA's intent to adhere to established legal and procedural guidelines while promoting participation in federal contracting opportunities, especially for small businesses and diverse ownership formats. The careful stipulation of provisions reflects a comprehensive approach to safeguarding public interests while facilitating contract execution.
    The document is a solicitation from the United States Department of Agriculture (USDA) under the Animal and Plant Health Inspection Services (APHIS) pertaining to a camp trailer demonstration for the CFTEP (Communicable Animal Diseases Emergency Preparedness and Response Program) in Webb County, Texas. The solicitation number is 12639524Q0248, and it comprises multiple figures aiding in the proposal process. Although the file prominently features various figures that likely illustrate specific requirements or expectations for the camp trailer demo, the specific content of these figures is not detailed in the provided text. The solicitation aims to engage vendors to submit proposals that align with the USDA’s objectives for enhancing emergency preparedness and response capacities related to animal and plant health. This RFP highlights the government’s effort to solicit external support for effective management and response strategies in the agricultural sector, particularly in line with emergent communicable diseases.
    The government document pertains to the solicitation number 12639524Q0248, focusing on wage determination in Webb County, Texas. It establishes wage rates and labor classifications for contractors bidding on projects funded by federal grants or involved in federal, state, and local RFPs. The document specifies the conditions regarding wage determinations related to various job categories, mandating that contractors comply with wage regulations to ensure fair compensation for labor. It outlines the procedures for verifying wages, handling discrepancies, and requirements for documentation. This information is critical for ensuring compliance with federal labor standards, protecting workers’ rights, and providing transparency in the funding process for public projects. The document's structure includes clear sections detailing job classifications, wage rates, and compliance guidelines, emphasizing the government's commitment to equitable labor practices in federally funded projects. The content reflects the government's efforts to enhance workforce standards and uphold labor laws through meticulous wage regulation in public contracts.
    The USDA Animal and Plant Health Inspection Service (APHIS) is requesting quotes for the demolition of camp trailers under RFQ# 12639524Q0248. This government procurement aims to identify a contractor offering the best value through a competitive process outlined by FAR Part 13. Quotes must be submitted by September 13th, 2024, with questions accepted until September 6th, 2024. Key requirements for the quotation package include a completed SF-1442 form, a Price Schedule, a Technical Capability Statement, and active SAM registration. A site visit is scheduled for September 4th, 2024, to help bidders assess project conditions. The estimated procurement magnitude is between $25,000 and $100,000, and it is designated as a total small business set-aside. Offers will be evaluated based on technical capability, price, and past performance, with a firm-fixed price contract awarded to the most advantageous proposal. The document emphasizes the need for compliance with specified instructions, as deviations may lead to rejection. Additionally, the government retains the right to cancel the solicitation without reimbursement for any associated costs. This RFQ supports APHIS's objective to engage contractors effectively and efficiently while promoting small business opportunities.
    The USDA Animal and Plant Health Inspection Service (APHIS) is issuing a Request for Quote (RFQ# 12639524Q0248) for the demolition of camp trailers. The government will award the project to the quoter providing the best overall value while adhering to specified evaluation criteria. Quotations must be submitted via email by September 17, 2024, with prior questions due by September 12, 2024. Mandatory elements for the submission include a completed SF-1442 form, a Price Schedule, and a Technical Capability Statement, along with proof of active registration in the System for Award Management (SAM). A site visit is scheduled for September 11, 2024, requiring advance contact to participate. This procurement, valued between $25,000 and $100,000, is exclusively open to small businesses under NAICS code 238910, with a size standard of $19 million. The evaluation will focus on technical capability, pricing, and past performance, with a firm-fixed price contract to follow. The government reserves the right to award based on initial quotes received or to cancel the solicitation at any time, with no obligation to reimburse costs incurred by quoters. This RFQ exemplifies the structured and regulated process for government contracting, emphasizing thorough preparation and compliance by potential contractors.
    The document outlines a series of questions and answers related to Solicitation 12639524Q0248 for the demolition of a mobile home and the dismantling of a 150-foot radio tower. Key points include site visit details, coordinated by site contact Troy Trevino, and confirmation that no demolition permit is required. It specifies adherence to the Davis Bacon Act for wage determinations and clarifies responsibilities for obtaining any necessary local permits. Additionally, answers address logistical queries such as the location of the nearest landfill, requirements for an asbestos survey, and stipulations for demolishing the trailer on-site. Alternatives like dismantling the antenna on the ground are permitted under careful planning. This Q&A document serves to provide potential contractors with critical information and clarify parameters for the project, facilitating compliance and informed bidding in line with federal contracting processes.
    The document outlines Q&A responses for Solicitation 12639524Q0248 as of August 22, 2024. It includes a reference to Attachment 3 for images of the trailer and radio tower, and identifies Troy Trevino as the point of contact for site visits, providing his email and phone number for further inquiries.
    This document addresses questions received regarding Solicitation 12639524Q0248 related to a project involving the demolition of a mobile home and associated structures, including a radio tower. Key details include the site visit on September 4th, 2024, where contractors can meet point of contact Troy Trevino for directions and site access. Importantly, no demolition permit is required, but contractors must ensure compliance with state or local laws for additional tasks. The tower is approximately 150 feet tall, and its grounding method is illustrated in provided attachments. Additionally, the Davis Bacon Act applies to wage determinations, requiring certified payroll for the project. The document serves as a resource for bidders to understand procedural requirements and logistics associated with the project, ensuring they are prepared for the tasks ahead.
    The document serves as a record of questions and answers related to Solicitation 12639524Q0248, focusing on the demolition of a mobile home and associated infrastructure. Key points addressed include the provision of site visit details, with Troy Trevino as the contact person for site access and directions. Attendees are scheduled to meet him at a specified intersection prior to the visit on September 11th, 2024. Furthermore, it confirms that no demolition permit is required, though contractors are responsible for obtaining any necessary local permits for their tasks. The estimated magnitude of the project is available in the Instructions to Offerors, and compliant certified payroll is mandated by the Davis Bacon Act. Further, necessary location information includes the nearest landfill, approximately 60 miles from the site. Overall, the document aims to provide clarity and guidance for contractors involved in this federal project, ensuring compliance with regulations and facilitating effective communication.
    The USDA’s Animal and Plant Health Inspection Services (APHIS) has issued a Request for Proposals (RFP) for the "CFTEP Apache Camp Trailer Demo" in Webb County, Texas, under Solicitation Number 12639524Q0248. This document outlines coordination details for a site visit, scheduled for September 4 at 8:30 AM CDT with Troy Trevino. Included are site visit map images to assist potential bidders in locating the meeting point and the farm site relevant to the project. The RFP facilitates contractors' understanding of logistical aspects critical for submitting proposals, ensuring effective navigation of the site. It underlines the USDA's initiative to modernize its operational capabilities through the procurement of necessary equipment and services, enhancing its mission to safeguard animal and plant health across the nation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Moore Air Base Building 6414 Electrical Upgrades - Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is seeking qualified electrical contractors for the Moore Air Base Building 6414 Electrical Upgrades - Phase 1 project located in Edinburg, Texas. This project involves the replacement of the existing electrical distribution system, including a new service transformer, exterior main switchboard, and transfer switch, as the current equipment has exceeded its rated life and shows signs of damage. The overall project is critical for ensuring the facility's electrical infrastructure is safe and reliable, with an estimated contract value between $250,000 and $500,000, set aside exclusively for small businesses under the NAICS code 238210. Interested parties should monitor the procurement site for the solicitation, expected to be posted around January 30, 2024, and may direct inquiries to Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    REMI PI+ Annual Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking a contractor for the REMI PI+ Annual Maintenance, a noncompetitive procurement aimed at maintaining the proprietary Regional Economic Modeling Incorporated Policy Insight Plus (REMI PI+) software. This software is crucial for the USDA's National Wildlife Research Center (NWRC) Economics Project, which analyzes the economic impacts of wildlife damage, including crop destruction and disease spread, using a sophisticated 70-sector, 14-region model. The contract will span five years, consisting of one base year and four optional years, with the estimated value remaining below the Simplified Acquisition Threshold (SAT). Interested parties must submit their responses to Samantha Johnson at samantha.johnson3@usda.gov by September 20th at 4 PM PT, as this opportunity is set aside for small businesses under FAR 19.5.
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the renovation of Building 3 at the Puerto Rico Department of Agriculture complex in Dorado, Puerto Rico. This project involves extensive renovations to an 8,000 GSF facility, focusing on upgrades to laboratory and administrative spaces while ensuring continuous operations during construction. The contract, estimated to be valued between $5 million and $10 million, requires compliance with federal standards, including adherence to the Buy American Act and various safety and labor regulations. Proposals must be submitted electronically by the specified deadline following a mandatory pre-proposal conference on September 19, 2024, and interested contractors can reach out to Jim Roloff at james.g.roloff@usda.gov for further inquiries.
    Temporary Office Trailer - Base Year + (4) Option Years
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Forest Service seeks bids for a temporary office trailer, a critical need for its operations in Fillmore, Utah. The trailer must measure no larger than 10' x 38' and will be situated on a dirt lot with electrical hookups. Potential vendors should note that flexibility in office space is welcomed, but the specified size is a firm requirement. Amendment 0001 to the solicitation extends the offer due date to August 23rd, 2024, and successful bidders will deliver and set up the trailer, with the contract running from September 2024 to August 2029. Interested parties should contact Terri Tucker at terri.tucker@usda.gov for further details.
    HVI Seasonal Work
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified small businesses to fulfill a Blanket Purchase Agreement (BPA) Call Order for HVI Seasonal work during the 2024 Cotton Harvest Season. This procurement involves providing temporary help services, with an estimated total value of $400,000, awarded as a single source under FAR Part 13 following a competitive solicitation that received four quotes. The services are critical for supporting the cotton harvest, ensuring efficient operations during this peak agricultural period. Interested parties can reach out to Jeremy A. Pouliot at jeremy.pouliot@usda.gov or call 612-336-3204 for further details.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    Bayfield Office Complex Tree Removal & Parking Improvements
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Bayfield Office Complex Tree Removal & Parking Improvements project located in Bayfield, Colorado. The project entails the removal of four Siberian Elm trees and enhancements to the parking area, requiring the contractor to provide all necessary materials, labor, and equipment to complete the work. This initiative is part of the Forest Service's commitment to sustainable land management and improving public access to forest resources, with a project cost anticipated to be less than $25,000. Interested small businesses must submit their proposals via email by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Blackbird Fence Project
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Blackbird Fence Project, which involves the removal and replacement of approximately 1.42 miles of boundary fencing in Austin, Nevada. Contractors are required to provide all necessary materials, labor, and equipment to successfully complete the project, which is estimated to cost between $25,000 and $100,000 and is set aside for small businesses under FAR 19.5. This project is crucial for effective land management and environmental stewardship within the Humboldt-Toiyabe National Forest, ensuring public safety and compliance with federal construction standards. Interested contractors must submit their proposals via email by September 20, 2024, and can direct any questions to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov by August 30, 2024.
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.