STEEL JACK FENCE SUPPLIES, BLM ID
ID: 140L2625Q0071Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Iron and Steel Mills and Ferroalloy Manufacturing (331110)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking quotes for steel jack fence supplies through a combined synopsis/solicitation for commercial items, specifically for the Shoshone Field Office in Idaho. The procurement includes various fencing materials, such as three-piece jack corner sets, steel-jack fence rails, and guzzler jacks, with a total small business set-aside under NAICS code 331110. This fencing is crucial for land management and conservation efforts, ensuring the integrity of federal lands. Quotes must be submitted by August 29, 2025, at 5 PM Eastern via email to Charles Dodson at cdodson@blm.gov, and the award will be based on the best value, with price as the sole evaluation factor.

    Point(s) of Contact
    Files
    Title
    Posted
    This bid schedule outlines the requirements for steel-jack fence materials for the Shoshone Field Office of the BLM. The document details specific line items, including quantities for three-piece jack corner sets (40 sets), 12-foot steel-jack fence rails (600 each), and 3-rail guzzler jacks (200 each). The bid is structured as an "ALL OR NONE" total, indicating that a vendor must bid on all listed items to be considered. This document serves as a request for proposal (RFP) or a component of one, for the procurement of fencing materials for a federal land management office.
    This document is a combined Synopsis/Solicitation (RFQ Solicitation number 140L2625Q0071) for commercial items, specifically steel jack fencing supplies, required by the Bureau of Land Management (BLM) in Shoshone, ID. The solicitation is 100% set aside for small businesses under NAICS code 331110 (size standard: 1000 employees). Quotes, which must be firm, fixed-price, and “all or none,” are due by August 29, 2025, at 5 PM Eastern via email to cdodson@blm.gov. Award will be based on the best value, with price as the sole evaluation factor. Offerors must be registered and active in the System for Award Management (SAM). The document incorporates numerous Federal Acquisition Regulation (FAR) clauses by reference, including key provisions on telecommunications and video surveillance equipment (FAR 52.204-25, 52.204-24, 52.204-26), prohibiting contracting with entities using certain covered foreign telecommunications equipment or services, and requiring disclosure of any such use. Other incorporated clauses cover areas like small business programs, labor standards, and ethical conduct, with specific flow-down requirements for subcontracts. Offerors are also encouraged to provide voluntary feedback through the Acquisition 360 survey.
    The document outlines detailed material specifications for fencing components, likely for a government procurement or construction project. It covers a range of materials, including specific types and dimensions for wood posts (7' length, 5" min diameter, pressure-treated, various pine species) and wood brace posts (8' length, 4" min diameter, same wood species). Criteria for rejection of wood posts are also provided, such as excessive sweep, charring, twisting, rot, or large seasoning checks. Wire specifications include barbed wire and barbless wire, both 12-1/2-gauge, zinc-coated steel with a minimum breaking strength of 950 lb-force, conforming to ASTM A 121. The document also specifies wire and wood fence stays, wood twist sticks, and steel fence T-posts (ASTM A 702, 1.33 lb/lin ft minimum weight, green color). Detailed specifications for steel pipe are provided for both posts (7' x 2" Schedule 40) and braces (7' x 1 1/4" Schedule 40), conforming to ASTM A53/A53M-00, along with galvanized brace clamps and fittings, and carriage bolts with hex nuts. Lastly, it details staples, clip-type wire fasteners, nails, and comprehensive requirements for steel jack fences, including rails, jacks, corners, and ravines, emphasizing that all steel must be new, made in the USA, and does not require painting or galvanization.
    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.
    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.
    40--SHACKLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of shackles under the solicitation titled "40--SHACKLE." The requirement includes a total quantity of 358 shackles (NSN 4030014332301) to be delivered within 146 days after order placement, with the possibility of an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These shackles are critical components used in various military applications, necessitating reliable supply to support operations both within the continental United States (CONUS) and overseas (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    53--CLAMP,BLOCK,SECTION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of the CLAMP, BLOCK, SECTION (NSN 5340014873200). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for small businesses under the SBA guidelines. The items will be utilized in various defense applications and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DIBBS website.
    Fence Repair BPA Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    40--SHACKLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of shackles, specifically NSN 4030014208862, under a total small business set-aside. The requirement includes two lines: 65 units for Line 0001 and 703 units for Line 0002, both to be delivered to DLA Distribution San Joaquin within 161 days after order. These shackles are critical components used in various military applications, ensuring safety and reliability in operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    25--HANDRAIL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of handrails, specifically NSN 2590013846212, with a total quantity of 83 units required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders anticipated annually. The handrails are essential components for vehicular equipment, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    53--ROLLER BED BRACKET,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 29 Roller Bed Brackets (NSN 5340-20-004-2302). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of four. The Roller Bed Brackets are critical components used in various military applications, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.