Install High-Game Fencing, Cameron County, TX
ID: 12639525R0007Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 5:00 PM UTC
Description

The U.S. Department of Agriculture, Animal and Plant Health Inspection Service (APHIS) is soliciting proposals for the installation of high-game fencing in Cameron County, Texas, specifically aimed at supporting the Cattle Fever Tick Eradication Program. The project involves constructing approximately 20 miles of 8-foot high fencing to prevent the movement of wildlife that can carry cattle fever ticks into tick-free areas, thereby protecting local cattle and ranching operations. This initiative is critical for controlling the spread of cattle fever ticks, which pose a significant threat to livestock health and the agricultural economy. The estimated project value ranges from $1 million to $5 million, with a proposal submission deadline extended to April 16, 2025. Interested service-disabled veteran-owned small businesses can direct inquiries to Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
The document pertains to Amendment 0001 of Solicitation number 12639525R0007, issued by USDA APHIS for a project involving High-Game Proof Fencing. This amendment modifies the original solicitation by requiring acknowledgment of receipt and detailing the procedures for submitting changes prior to the offer deadline. There are stipulations regarding the acknowledgment of the amendment and a price schedule for various project components, including bonds, profit, safety signage, pre-construction coordination, mobilization, materials, rentals, labor, and disposals. This price schedule is intended to assess price reasonableness for a lump sum award. The amendment emphasizes the importance of adhering to specified submission timelines and the process of modifying offers, highlighting administrative changes that can affect contract execution. Overall, the document sets forth essential guidelines for compliance with the amendment and outlines the financial aspects pertinent to the solicitation.
Apr 10, 2025, 6:06 PM UTC
This document serves as an amendment to a solicitation and outlines the procedures and requirements for acknowledging the amendment as well as modifications to a contract/order. The primary purpose is to extend the deadline for submitting proposals in response to solicitation number 12639525R0007 to April 16, 2025. It clarifies that offerors must acknowledge the receipt of the amendment through specified methods, ensuring that any changes to previously submitted offers are communicated properly. The document designates the responsibility of the contractor to sign and return copies of the amended document where necessary, while also stating that all remaining terms and conditions from earlier communications remain in effect. This amendment is critical in maintaining the integrity and structure of the procurement process managed by the USDA APHIS in Minneapolis, Minnesota, highlighting the importance of compliance and proper communication in federal contracting procedures.
Apr 10, 2025, 6:06 PM UTC
The document is a solicitation for the construction of High-Game Proof Fencing issued by the USDA APHIS, specifically designated for service-disabled, veteran-owned small businesses. The proposal submission deadline is set for April 11, 2025. The project’s estimated value ranges between $1 million and $5 million, with a completion period of 365 days from the notice to proceed. The contractor must provide necessary performance and payment bonds and comply with specific federal wage determinations. A mandatory pre-proposal conference is scheduled for March 25, 2025, and attendance is required for consideration. The evaluation of proposals will rely on multiple factors, including price, technical capability, and past performance, with an emphasis on delivering a best-value outcome for the government. The document outlines necessary compliance with the Buy American Act and other regulatory standards confidentially, ensuring all contractors understand the submission requirements and evaluation criteria. Additionally, there are stipulations regarding safeguarding contractor information systems, further highlighting the rigorous standards expected in government contracts.
The Statement of Work (SOW) for Solicitation 12639525R0007 outlines the requirements for Phase 3 of the High-Game Proof Fencing project in Cameron County, Texas, as part of the Cattle Fever Tick Eradication Program (CFTEP). The project aims to construct high-game fencing to prevent the spread of cattle fever ticks from local wildlife, such as white-tailed deer and nilgai antelope, into tick-free areas. The contractor will be responsible for all aspects of the construction, including site surveys, material procurement, installation, and adherence to safety and environmental regulations. Specific tasks include verifying utilities, submitting Requests for Information (RFIs), ensuring compliance with the Endangered Species Act, and maintaining detailed documentation of the project's progress. The fencing specifications include the use of specific materials and structures to ensure that wildlife cannot traverse to infected areas. The project is significant as it supports the agricultural community by protecting livestock health and controlling tick populations. Compliance with federal and state regulations is mandatory, and cooperation with various stakeholders, including private landowners and governmental agencies, is essential throughout the project's duration.
Apr 10, 2025, 6:06 PM UTC
Apr 10, 2025, 6:06 PM UTC
The Cameron County Drainage District #1 is proposing the construction of a fence along a planned route encompassing a total of 17.5 miles. The document includes detailed geographical coordinates that outline the specific perimeter for the fencing project, emphasizing the district's efforts to enhance security and management of the drainage areas. The purpose of this initiative is likely to protect the infrastructure and surrounding environment by establishing clear boundaries. The inclusion of precise latitude and longitude coordinates indicates a thorough approach to planning, ensuring that the fencing aligns accurately with the district's drainage footprint. Overall, this proposal underlines the district’s commitment to infrastructure integrity and public safety through improved physical barriers along the designated drainage areas.
Apr 10, 2025, 6:06 PM UTC
The document is a wage determination issued for construction projects in Cameron County, Texas, under the Davis-Bacon Act. It outlines the minimum wage requirements for various labor classifications involved in building construction, excluding single-family homes or apartments. Wage rates are influenced by Executive Orders 14026 and 13658, mandating specific hourly rates depending on when contracts were awarded or renewed. The document specifies wage rates for different construction roles, including boilermakers, ironworkers, and electricians, including both base rates and fringe benefits. It emphasizes that workers may be entitled to higher wages under specified Executive Orders, clarifying that these mandates do not currently apply to contracts involving Texas, Louisiana, or Mississippi state agencies. Additional provisions are made for paid sick leave under Executive Order 13706 for relevant contracts. An appeals process for wage determination issues is also included, directing inquiries to appropriate U.S. Department of Labor authorities. This determination is essential for federal contractors, ensuring compliance with federal wage laws and worker protections during construction projects funded through government contracts.
Apr 10, 2025, 6:06 PM UTC
Apr 10, 2025, 6:06 PM UTC
The document outlines key clarifications regarding the High Game Fence project outlined in RFI 12639525R0007. It specifies that treated wood posts are required, excluding cedar posts, and confirms that seeding is not necessary for this project. The specifications for the gates indicate they must be 8 feet high, with the option for pre-manufacturing based on individual landowner preferences regarding gate lengths. The document also addresses the possibility of establishing a staging point for equipment, such as 40-foot containers for fence rolls and posts, which is contingent on landowner approval and cannot be guaranteed. This file serves to clarify requirements for contractors involved in the project, ensuring adherence to technical specifications and logistics as dictated by landowner conditions, reflecting the structured approach typical of government RFPs.
Apr 10, 2025, 6:06 PM UTC
This document outlines various Requests for Information (RFIs) regarding the High Game Fence project under RFP 12639525R0007. Key topics include confirmation of requirements and clarifications related to security, material management, and contractor responsibilities. Notably, it specifies that a total of 10 gates are needed and clarifies security is at the contractor’s risk, emphasizing that existing fencing removal is a disposal task rather than a change order. Contractors are responsible for verifying underground utilities prior to work, and fencing must be installed to the ground despite conflicting instructions. Additionally, all contractors must provide payment and performance bonds, and it is confirmed that a single individual may fulfill multiple project management roles. Lastly, while contractors should estimate fence corners using Google Earth, there are no known underground hazards affecting the installation process. This comprehensive set of RFIs addresses critical procedural aspects and contractor obligations essential for successful project execution.
Apr 10, 2025, 6:06 PM UTC
The document pertains to a Request for Information (RFI) regarding the installation of a high game fence, specifically under the oversight of the USDA and International Consulting Engineers. Key details include the responsibility of the contractor to identify any utility crossings prior to work, as well as specifications about materials—treating wood posts for certain components and galvanized posts for T posts. For the gate installations, contractors should prepare for 12 high game gates, all set at a height of 8 feet, with widths varying between 10 and 16 feet based on existing structures owned by landowners. The document clarifies that any angle in the fence line exceeding 20 degrees necessitates a corner post. Furthermore, communication with the landowners will be exclusively managed by the USDA, preventing direct contact from contractors. Overall, this RFI outlines crucial logistics and specifications essential for the project’s execution, ensuring that contractors have a comprehensive understanding of procedural requirements and material specifications as they prepare their proposals. The USDA’s management role emphasizes structured communication and coordination with landowners throughout the project.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Install High-Game Fencing, Cameron County, TX
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified contractors to install high-game fencing in Cameron County, Texas. This project aims to enhance wildlife management and protect agricultural resources by establishing secure fencing in the designated area. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
Fence Enclosures, Kingsville, TX
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking contractors for the construction of fence enclosures in Kingsville, Texas. This presolicitation opportunity is set aside for small businesses and aims to enhance the security and management of agricultural facilities. The project falls under the NAICS code 238990, which pertains to all other specialty trade contractors, and is classified under the PSC code Y1PZ for construction of other non-building facilities. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.
F--Herbicide Application- Big Thicket NP, Texas
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide herbicide application services at Big Thicket National Preserve in Texas. The project involves treating 52 acres to control resprouting shrubs and hardwood trees, thereby supporting the restoration of Longleaf pine ecosystems by eliminating specific invasive species. This procurement is crucial for environmental management efforts and aims to ensure the preservation of native flora within the preserve. Proposals are due by April 22, 2025, at 12:00 PM Mountain Time, and interested parties must contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further details.
BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
Blood Boxes
Buyer not available
The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for the procurement of blood boxes and inner partitions to support the National Veterinary Stockpile in managing cattle and swine disease samples. Vendors are required to submit a signed SF 1449 Form, a price schedule, a technical proposal demonstrating compliance with specifications, proof of registration in the System for Award Management (SAM), and sample submissions by April 30, 2025. This procurement is crucial for maintaining effective veterinary supplies and ensuring timely responses to animal health emergencies, with a firm fixed purchase order contract anticipated to be awarded around May 9, 2025. Interested parties should direct inquiries to Margaux Nenichka at Margaux.G.Nenichka@usda.gov and ensure compliance with all submission guidelines and deadlines.
Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.
BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
Fence Project-DLA Distribution Corpus Christi, TX
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting quotes for a fence installation project at the DLA Distribution facility in Corpus Christi, Texas. The project involves the installation of a chain link fence, personnel gate, and roll-up door, aimed at enhancing physical security and compliance with safety regulations at Building 15. This initiative is critical for improving access control and surveillance capabilities, thereby deterring unauthorized entry and ensuring the safety of the facility. Interested contractors must submit their quotes in accordance with the Request for Quotation (RFQ) SP3300-25-Q-0110, and are encouraged to contact John Sproul at john.sproul@dla.mil or 717-770-7285 for further inquiries. The project is open for competition, with a performance period of 180 days after receipt of order, and compliance with wage determinations under the Service Contract Act is required.
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.