PEPRO Communications Shelter - Helena-Lewis & Clark NF
ID: 12760425Q0087Type: 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 U.S. Department of Agriculture (USDA) Forest Service is seeking quotes for the procurement, delivery, and installation of PEPRO Communications Shelters at the Helena-Lewis & Clark National Forest. This firm-fixed-price contract requires vendors to manufacture and install a specialized radio communication shelter, ensuring compliance with environmental regulations and utilizing a specified PEPRO design that minimizes ground disturbance. The initiative is crucial for enhancing communication capabilities in remote areas, supporting safety and operational efficiency within the National Forest System. Interested vendors must submit their quotes to Molly Donoghue at molly.donoghue@usda.gov by August 8, 2025, and are encouraged to direct any inquiries by July 25, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is issuing a Request for Quote (RFQ) #12760425Q0087 for the manufacturing, delivery, and installation of PEPRO Communications Shelters. The vendor must provide new equipment only, and partial quotes will not be accepted. Delivery is required at the Helena-Lewis & Clark National Forest within 18 months of the contract award. Interested parties must submit their quotes by August 8, 2025, and can direct questions to the contracting officer. The procurement aims to enhance radio communication capabilities in the National Forest System by replacing or installing new shelters based on an annual program of work. Vendors must include manufacturers' certification for installing PEPRO shelters and comply with various federal acquisition regulations and clauses. The overall objective of the RFQ is to obtain comprehensive services that support the Forest Service's radio communications network through effective shelter management. This initiative reflects the USDA's commitment to improving emergency communication infrastructure while adhering to statutory and regulatory requirements.
    The document outlines a Request for Proposal (RFP) for the Silver King Communications Shelter Replacement project, detailing specifications for the construction and installation of a new communications shelter. The shelter includes a dual micro with a 20-foot tower, solar power system, and various equipment installations. It emphasizes the necessity for passive ventilation, proper anchoring with a CLP-2 frame, and specified solar mounting hardware. Additionally, it lists the transportation and logistical requirements, including the delivery address in Helena, MT, and stipulates the need for backhaul and disposal of the existing shelter. Key contacts are provided for project coordination, including Jesse Chappell and Eric Proctor. This project aims to enhance communications infrastructure, focusing on technical specifications, compliance, and operational efficiency, aligning with federal and local project funding and resource management practices.
    The Performance Work Statement (PWS) outlines the requirements for the manufacture, delivery, and installation of radio communications shelters for the U.S. Forest Service. This initiative aims to maintain and enhance the radio communication infrastructure across the National Forest System, with an annual budget of $1.5 to $5 million for such activities. Contractors are tasked with designing, manufacturing, transporting, and installing shelters at specified locations, ensuring compliance with various standards and environmental regulations. Key responsibilities include project management, coordination with government representatives, and adherence to quality assurance measures. The contractor must remove old shelters and properly dispose of materials in line with sustainability practices. The PWS emphasizes the importance of minimizing environmental impact and ensuring the safety and security of government assets during the process. The document specifies extensive technical requirements, contractor obligations, and government provisions to ensure a smooth execution of tasks. Performance metrics and quality assurance plans are mandated to uphold service standards. This project reflects the government's commitment to robust communication infrastructure in national forests, essential for operations related to safety, research, and law enforcement.
    The document outlines a Request for Proposals (RFP) for the installation of a new communications shelter at Silver King, situated in the Helena-Lewis & Clark National Forest. The contractor must provide materials and services, ensuring compliance with relevant building codes and using a specified PEPRO LLC. CLP2 Dual Bay Micro shelter design. Key requirements include the integration of equipment such as battery trays, grounding mechanisms, and a faraday cage to protect against voltage spikes, with a focus on non-invasive installation on unimproved land. Additionally, the contractor is tasked with delivering the shelter to a specified location four weeks prior to installation, coordinating helicopter logistics for site access, and demolishing the existing shelter while adhering to environmental regulations for debris disposal. The project emphasizes careful planning and execution to avoid damage during the installation process, demonstrating a commitment to regulatory compliance and careful site management in a government context. Overall, the document serves as a vital reference for contractors in providing detailed specifications necessary for a successful RFP response.
    The U.S. Department of Agriculture (USDA) is seeking to establish a limited source brand-name contract for a Pioneer Energy Products (PEPRO) Shelter at the Silver King location within the Helena-Lewis & Clark National Forest. The contract involves design, manufacture, transport, and installation of a radio communication shelter essential for remote communication operations. Given the unique characteristics of PEPRO shelters, such as minimal ground disturbance and advanced lightning protection, the contract will be executed under FAR Part 13.5, allowing for limited competition due to the specificity of requirements. A request for quotes garnered six submissions, with only two companies meeting the certification criteria necessary for the 20-year warranty. Comprehensive market research confirms that PEPRO is the sole supplier able to meet the unique demands of the USDA's environment. The contracting officer has assessed that the proposed costs are fair and reasonable based on historical data and industry standards. This acquisition aims to ensure efficient and effective communication capability in challenging terrains while maintaining compliance with environmental regulations.
    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.
    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.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Buyer not available
    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.
    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.
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    White Mountain National Forest - Wood Pellets
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting bids for the delivery of premium grade hardwood pellets to the White Mountain National Forest Administration Complex in Campton, New Hampshire. The procurement requires the bulk delivery of 110 tons of wood pellets annually, with orders placed as needed and a minimum delivery of 15 tons per order, all to be completed within seven days of order receipt. These pellets are essential for heating purposes and must meet specific Pellet Fuels Institute Premium Grade Standards regarding bulk density, diameter, length, fines, chlorides, ash content, and moisture content. Interested vendors must submit their proposals, including technical and price components, by September 29, 2025, at 9:00 AM EDT via email to Joseph Foster at joseph.foster@usda.gov, with the contract awarded to the lowest priced technically acceptable offeror.